Government of , Office of The Executive Engineer, PWD, South Division 76, Dr. Deodar Rahaman Road, 1st Floor, Kolkata – 700 033. Ph. No. 033 2422 0961 e-Mail id : [email protected]

Memo. No.1677 Date: 29.12.2020

NOTICE INVITING E-TENDER No. : -EE/KSD/NIT-06E/2020-21

The Executive Engineer, Kolkata South Division , Public Works Directorate, invites e-tender for the work detailed in the table below. (Submission of Bid through online)

Name of Defect Estimated Earnest Cost of Tender Time concerned Sl. Amount (Rs.) Liability Name of Work Money Documents Period of Sub – No. ( Including Period s(Rs.) (Rs.) completion Division GST & LWC )

1. Repair and renovation of 1000.00/ (Per 1.1 Stadium, set) 11 Kolkata during the year 2019- (vide Notification no. Tollygunge 01(one) 20 - Repair and painting of 60 Sub 9,79,500.00 19,590.00 199-CRC/2M- year club house (excluding (Sixty) days Division 10/2012

Auditorium portion)(structural dtd. and S & P works) 21.12.2012,

2. Repair and renovation of 1000.00/ (Per Rabindra Sarobar Stadium, set) (vide Kolkata during the year 2019- Tollygunge Notification no. 30 10(ten) 20 - Roof treatment work over Sub 17,45,728.00 34,915.00 199-CRC/2M- (Thirty) years Club House building. Division 10/2012 days

dtd. 21.12.2012,

1. Intending bidder may download the tender documents from the website: https://wbtenders.gov.in directly with the help of Digital Signature Certificate & necessary earnest money may be remitted through Net Banking / RTGS / NEFT. The L1 bidder will submit the hard copy of the documents to the tender inviting authority with his acceptance letter of the LOI within specified time as mentioned in the letter of acceptance. 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.

2. Both Technical bid and Financial Bid are to be submitted concurrently duly signed digitally in the website https://wbtenders.gov.in 3. The FINANCIAL OFFERof the prospective tenderer will be considered only if the tender qualifies in the Technical Bid. The decision of the Executive Engineer, Kolkata South Division, P.W.Dwill be final and binding on all concerned and no challenge against such decision will be entertained. The list of Qualified Bidders will be displayed in the website on the scheduled date and time.

4. Earnest Money: The amount of Earnest Money is to be deposited online in the shape of Online receipt and refund of EMD of e-procurement through State Government e-procurement portal: The amount Earnest Money will be @ 2% (two percent) of the estimated amount put to tender. Earnest Money has to be deposited by the bidder through the following payment mode as per Memorandum of Finance Department vide No. 3975-F(Y) dated 28th July, 2016 (Refer to Bidders Guideline). The intending bidders 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 mode: 1

i) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through ICICI bank payment gateway. ii) RTGS/NEFT in case of offline payment through bank account in any bank iii) Refund of EMD: - As per finance Department Order No. 3975 F (Y) dated 28th July, 2016.

5. Eligibility criteria for participation in tender:

(As per G.O. No. 04-A/PW/O/10C-02/14 - dated 18.03.2015) . 5.1.1For first call of NIT: i) Intending tenderers should produce credentials of a similar nature of completed work of minimum value of 40% of the estimated amount put to tender during 5 (five) years prior to the date of issue of the tender notice; or,,

ii) Intending tenderers should produce credentials of 2 (two) similar nature of completed work, each of the minimum value of 30% of the estimated amount put to tender during 5 (five) years prior to the date of issue of the tender notice; or,

iii) Intending tenderers should produce credentials of one singe 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 above (i): In case of running works, only those tenderers who will submit the certificate of satisfactory running work form the concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executed agency, i.e. the tenderer.

5.1.2. For 2nd Call of NIT: i) Intending tenderers should produce credentials of a similar nature of completed work of the minimum value of 30% of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice; or, ii) Intending tenderers should produce credentials of 2(two) similar nature of completed work, each of the minimum value of 25% of the estimated amount put to tender during 5 (five) years prior to the date of issue of the tender notice; or, iii) Intending tenderers should produce credential of one single running work of similar nature which has been completed to the extent of 75 % or more and value of which is not less than the desire value at (i) above; In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executing agency, i.e. the tenderer.

5.1.3. For 3rd call of NIT: i)Intending tenderers should produce credentials of similar nature of completed work of the minimum value of 20% of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice; or, ii) Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 70% or more and value at (i) above; In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the work is in progress satisfactory and also that no penal action has been initiated against the executing agency, i.e. the tenderer. 5.2 For special type of work like roof treatment, soil testing, boring of RCC Pile, sinking of deep tube well, anti- termite treatment, Land Scaping& Beautification work etc. requisite credential for specific type of work shall have to be furnished at the time of technical bid for participating in the tender. Regarding clarification of ‘Special type of Work’/ ‘Similar Nature of Work’ the decision of the tender inviting authority is conclusive &final.

5.3Others Terms & Conditions for the Credentials: i) Payment Certificate will not be treated as credential. ii) Credential Certificate issued by the Executive Engineer or equivalent or competent authority of a State / Central Government, State /Central Government undertaking, Statutory / Autonomous Bodies constituted the Central / State statute on the executed value of completed / running work will be taken as credential. iii) No credential will be considered as valid, unless it is supported by work order, price schedule or BOQ of work completion certificate mentioning the date of completion issued by the competent authority not bellow the rank of Executive Engineer or equivalent or competent authority of a State / Central Government, State / Central Government undertakings, Statutory / Autonomous bodies constituted under the Central / State Statute The completion certificate should indicate the value of the work ( equal to booked expenditure). N.B.Estimated Amount, Tender amount value of executed work, Date of Completion of Project along with telephone number & detail address for communication of client must be indicated in the Credential Certificate.[Non Statutory Documents]

2

iv) The prospective bidders will have in their full time engagement experienced technical personnel, the minimum being One Civil Engineering Degree holder /One Civil Engineering Diploma holder ( Authenticated documents in respect of qualification and engagement for this work will have to be furnished for Technical Evaluation[Non Statutory Documents]

5.4 Copy of PAN Card, Valid Trade License ( Valid during 2020-’21 ) issued by respective Municipality, Panchayetetc ,Professional Tax Deposit Challan for the year 2020-’21 ), Valid certificate of GSTIN under GST Act Income tax (Saral) Acknowledgement Receipt for assessment year (2019-20) and Copy of Partnership deed , in case of partner ship firm ,to be accompanied with the Technical Bid document . [Non statutory documents ]

5.5Registered Unemployed Engineers‟ Co-operative Societies / Unemployed Labour Co.-Op. Societies are required to produce valid current Audit Report, Copy of Bye Laws, Certificate of registration and valid clearance certificate from A.R.C.S., including statement showing at least 60% of total members possessing degree or diploma in Engineer, with their application along with other documents mentioned in clause 5.5 above.. [Non statutory documents ]

5.6 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 for a single job, all his applications will be rejected for that job without assigning any reason thereof. 5.7 Power of Attorney holders are not allowed to sign Tender Documents unless otherwise approved by Government

5.8 The prospective bidders or any of their constituent partner(s) should not have abandoned more than one work. Not more than one of their contracts should have been rescinded during the last 3 (three) years from the date of publishing of this NIeT. Such abandonment or rescission will be considered as disqualification towards eligibility (a declaration in this respect through Affidavit will have to be furnished by the prospective bidders without which the technical bid will be treated as non-responsive). Neither prospective bidder nor any of constituent partner(s) should have been debarred to participate in tender(s) by the PWD, Government of West Bengal during the last 2 (two) years prior to the date of this NIeT. Such debarment will be considered as disqualification towards eligibility. (A declaration in this respect has to be furnished by the prospective bidders as per prescribed format without which the Technical Bid shall be treated nonresponsive).

6. Validity of the Bid & withdrawal of the same 6.1Generally Bids will be valid for 120 days from the date of opening of the financial proposal. However, extension of bid validity may be suitably considered by the Tender Inviting Authority, if required, subject to obtaining a written confirmation of the contractor/bidder(s) to that effect. 6.2 Withdrawal of e-Tender once the bid has been submitted online and after passing of end date for submission which has been accepted for further processing is not allowed. EMD will be forfeited by the Government and the bidder/contractor will be penalized in terms of provisions in the notice of the tender.He shall be disqualified for submitting tender to this Division (or Sub Division under this Division) for minimum period of 1(one) year 7. Important Information:

7.1DATE AND TIME SCHEDULE

Sl. Particulars Date & Time No. 1. Date of uploading of eN.I.T. Documents (Online) 30.12.2020 (Publishing Date) 2 Starting date & time of download of Tender Documents (Online) 30.12.2020 from 5.00 P.M. 3 Closing date & time of download of tender documents (Online) 19.01.2021 up to 3.00 P.M. 4 Starting date & time of submission of Technical & financial bid proposal (Online) 30.12.2020 from 5.30 P.M. 5 Closing date & time of submission of Technical & financial bid proposal (Online) 19.01.2021 up to 3.00 P.M. 6 Date & time of opening the bid proposal for Technical evaluation (Online) 22.01.2021 from 1.00 P.M 7 Date of uploading the list of Technically Qualified Bidder(Online) To be intimated later 8 Date & Place for opening of Financial Proposal (Online) To be notified during uploading of Technical Evaluation Sheet of tender

7.2LOCATION OF CRITICAL EVENT

Bid Opening  KOLKATA SOUTH DIVISION, 76, DR.DEODAR RAHAMAN ROAD (1ST FLOOR) , KOLKATA-33.

3

8. Bid Evaluation Committee ( BEC) : -

As per G.O. No. 45W ( C )/1M -23/15, dated 13.02.2015, a Bid Evaluation Committee ( BEC) has been constituted under the Executive Engineer, P.W.Dte., Kolkata South Division, Government of West Bengal, who is also the tender inviting authority for the works/works as referred in the N.I.T. i) Executive Engineer, P.W.Dte., Kolkata South Division, Govt. of West Bengal - Chairperson & Convener

ii) The Concern Assistant Engineer, P.W.Dte., Govt. of West Bengal - Member

iii) Divisional Account Officer / Divisional Account of Kolkata South Division , PWD - Member

9. 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 a contract for the work as mentioned in the Notice Inviting Tender, before submitting offer with full satisfaction. The cost of visiting the site shall be at his own expense. 10. The intending Bidders should clearly understand that whatever may be the out come of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The Executive Engineer, Kolkata South Division. reserves the right to reject any or all the application(s) for purchasing Bid Documents and/or to accept or reject any or all the offer(s) without assigning any reason whatsoever and is not liable for any cost that might have been incurred by any Tenderer at the stage of Bidding.

11. The intending tenderers are required to quote the rate online only. No offline tender will be entertained. The intending tenderer is required to quote the rate in figures as well as in words as percentage above / below than or at par with the relevant price schedule of rates. Conditional / incomplete tender will not be entertained

12. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act. 1970 (b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or any other laws relating thereto and the rules made and order issued there under from time to time.( Refer Clause 19A & 19 B of WBF 2911(ii))

13. During the scrutiny, if it comes to the notice to the tender inviting authority that the credential(s) and/or any other document (s) is/are found incorrect/ manufactured/ fabricated, the bidder will not be allowed to participate in the tender and that application will be rejected outright and the matter will be referred to the competent authority for taking necessary action as per rule. 14. The Executive Engineer, Kolkata South Division, P.W.D. reserves to right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained.

15. In case there is any objection regarding prequalifying of agency, that should be lodged to the chairperson &Convener of the Bid Evaluation Committee, i.e., the Executive Engineer, Kolkata South Division, Public Works Directorate, Government of West Bengal within 48 (forty eight) hours (including holidays) from the date and time of publication of list of qualified agencies and beyond that time schedule no objection will be entertained by the Bid Evaluation Committee. The objection may also be submitted to the E-mail ID [email protected] of the said Executive Engineer, Kolkata South Division, Public Works Directorate, within the said time limit.

16. Before issuance of Letter of Acceptance / Work Order, the tender inviting authority may verify the credentials & other documents of the lowest tenderer 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 Letter of Acceptance / Work Order will not be issued in favour of that tenderer under any circumstances and further penal action may be taken against him as per rule. 17. Suspension/Debarment: Contractor, Supplier and Consultant participating for Public Works under Public Works Department will be suspended/debarred for their false declaration or forgery or falsification of records submitted or failure to execute committed contract or for their failure to perform contractual obligations and thereby resulting delay for execution of the Public Works or execution of faulty works ,in accordance with relevant clause of WBF 2911( ii )

18. If any discrepancy arises between two similar clauses on different notifications, the clause as stated in later notification will supersede former one in following sequence: (i) West Bengal Form No. 2911(ii) (ii) Special terms & Conditions (iii) Technical bid (iv) Financial bid (v) eNIT

4

In case of inadvertent typographical mistake in the BOQ / Schedule of Works / Price Schedule / rates / elsewhere, the same may be treated to be so corrected as to conform with the relevant schedule of rates and / or technically sanctioned estimate. No claim whatsoever for such inadvertent typographical mistake will be entertained.

19. Printed Schedule of Rates applicable for : P.W.D.’s Schedule of Rates for Buildings Works( execution of the work Volume – I), S & P Works( Volume – II )w.e.f. 01.11.2017,Road Works( Volume – III )w.e.f. 30.08.2018. withup to date corrigendum and addenda. 20. With whom the acceptance of the tenders vest : Executive Engineer, Kolkata South Division , P.W.D. 21. Location of Godown / Stackyard from where : Any Godown / Stack yard within the jurisdiction of Kolkata Departmental materials will be issued, if any South Division.

22. All materials required for the work shall have to be supplied by the agency at his own cost. Authenticated evidence for purchase of materials which are required for the project have to be submit along with challan and test certificate.

23. The agency shall have to provide necessary protective measures against rain and other naturalcalamity as and when required during execution of the work , at his own cost. 24. It is mandatory on the part of contractor to use still & vide photography for all projects before the start of the project and after completion of the project and to submit 3 (three) sets of photograph along with soft copies of all still & video photography in CD, at his own cost. 25. Tax invoice(s) needs to be issued by the supplier for raising claim under the contract showing separately the tax charged in accordance with the provisions of GST Act, 2017. 26. Joint ventures will not be allowed for works up to 25 Crores. No Mobilisation Advance and Secured Advance will be allowed. Price preference will not be allowed. 27. Agencies shall have to arrange required land for installation of Plant & Machineries, (specified for each awarded work) storing of materials, labour shed, laboratory etc. at their own cost and responsibility nearest to the work site. 28. All materials required for the proposed work including bitumen (all grade), bitumen emulsion, cement & steel will have be of specified grade & approved brand in conformity with relevant code of practice (latest revision) & manufactured accordingly & will have to be procured & supplied by the agency at his / their own cost including all taxes. Authenticated evidence for purchase of bitumen, bitumen emulsion, cement and steel are to be submitted along with chalanand test certificate. In the event of further testing opted by the Engineer-in-Charge the contractor have to arrange for the same at his own cost.

29. Additional Performance Security @ 10% of the tendered amount in the form of Bank Guarantee from a Scheduled Bank, valid up to the date of completion of work, shall be obtained from the successful bidder, if the accepted bid value is 80% or less than the estimated amount put to tender.( Refer relevant clause of WBF 2911( ii ))

30. Preventive measures to be taken by the successful (L1) bidder in accordance with G.O No. 1M-21/2017/167- R/W(N) dt.11.12.2018 of Joint Secretary (P&C) to the Govt. of West Bengal, PWD. a) Wrapping of construction area/buildings with geotextile fabric, installing dust barriers, or other actions, as appropriate for the location. b) Applying water and maintain soil in visible damp or crusted condition for temporary stabilization. c) Applying water prior to leveling or any other earth moving activity to keep the soil moist throughout the process. d) Limiting vehicles speeds to 15 mph on the work site. e) Cleaning wheels and undercarriage of haul trucks prior to leaving construction site. f) Applying and maintaining dust suppressant on haul routes. g) Applying a cover or screen to stock piles and stabilize stockpiles at completion of activity by water and maintain a dust palliative to all outer surfaces of the stockpiles. h) Stabilizing surface soils where loaders, support equipment and vehicles should operate by using water and maintain surface soils in a stabilized condition where loaders, support equipment and vehicles will operate. i) Stabilizing adjacent disturbed soils following paving activities with immediate landscaping activity or installation of vegetative or rock cover. j) Maintaining dust control during working hours and clean track at the end of the work shift/day. k) Stabilizing sloping surfaces using soil binders until vegetation or ground cover can effectively stabilize the slope. l) Disposal of debris in consultation with the local authorities following proper environmental management practice. m) During construction work, including cutting of marbles, ambient noise level should not exceed more than 65 dB(A).

5

Practices to be discarded: a) Disposal of debris indiscriminately. b) Allowing the vehicles to run at high speed within the work site. c) Cutting materials without proper dust control/noise control facility. d) Keeping materials without effective cover. e) Allowing access to the work area except workers to limit soil disturbance. Access may be prevented by fencing, ditches, vegetation, berms or other suitable barrier. f) Leaving the soil, sand and cement stack uncovered. g) Keeping materials or debris on the roads or pavements. h) Burning the old tyres in hot mix plant as a fuel during construction and repairing of the roads for melting coal tar.

31 Successful tenderers will be required to observe the following conditions strictly (Refer relevant clauses of WBF 29ii( ii )) 31.1 Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 and Employees State Insurance Act, 1948 should be strictly adhered to wherever such Acts become applicable.

31.2Minimum wages to the workers shall be paid according to the rates notified and/or revised by the State Government from time to time under the Minimum Wages Act, 1948 in respect of scheduled employments, within the specified time as per law. Payment of bonus, wherever applicable, has to be made.

31.3 Adequate safety and welfare measures must be provided as per the provisions of the Building and other Construction Workers’ (Regulation of Employment & Conditions of Service) Act, 1996 read with West Bengal Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Rules, 2004. 31.4 Successful Tenderers will be required to obtain valid Registration Certificate &Labour License from respective Regional Labour Offices where construction work is proposed to be carried out as per Clauses u/s 7 of West Bengal Building & other Construction Works’ Act, 1996 and u/s 12 of Contract Labour Act

31.5 All liabilities arising out of engagement of workers are duly met before submission of bills for payment.If there is any violation of any or all the relevant above criteria during execution of the job, it will render the concerned agencies ineligible for the work then and there or at any subsequent stage as may be found convenient.

31.6 The selected agency shall have to abide by all guidelines & health protocol issued by the Govt. of West Bengal or any Statutory Body ,at the site of work during COVID -19 pandemic situation . Necessary preventive measures as per guide line of the Govt. of West Bengal or any Statutory Bodyto eliminate dengue or other vector borne diseases shall have to be ensured by the selected agency at the site of work. The agency shall be solely liable for any penal measure , if imposed by the competent authority for violation of the said guide lines.

32 Tender documents& Contract: 32.1 The successful bidder on acceptance of his bid by the Accepting Authority, shall have to execute tender agreement consisting ofNIeT, all tender documents forming part of the bid as uploaded at the time of invitation of bid, the rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto and standard West Bengal Form No. 2911(ii).Relevant P.W.D schedule of Rates with all terms and conditions as referred in clause 19 herein before will form a part of tender documents. In case of failure to execute tender agreement within the stipulated time as mentioned in the Letter of Acceptance ( L.O.A ) the said L.O.A shall be treated as cancelled and earnest money already deposited shall stand forfeited to the Government. 32.2 Cost of Tender Documents: The intending Tenderers shall not have to pay the cost of tender documents for the purpose of participating in e-tendering vide Notification No. 199-CRC/2M10/2012 dated 21/12/2012 of the Secretary, Public Works Department, Government of West Bengal. However, the successful bidder shall have to pay the cost of contract documents of 02 (two) sets @ price mentioned in the list of scheme of NIeT during execution of agreement as per notification no. 199-CRC/2M-10/2012 dated 21/12/2012 of the Secretary, Public Works Department, CRC Branch, Government of West Bengal. In case of L1 bidder (Lowest rate quoted) expresses his / her willingness to have extra copy of the standard contract forms, only one spare copy of standard contract form may on payment of prescribed price be supplied to a contractor or firm of contactors, eligible to tender in a specific work on receipt of written requisition well in advance for the same. 33. Acceptance of tender and issuance of work order: 33.1 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, if any or for non-issuance of work order. Intending tenderers may consider this criteria while quoting their rates. 33.2 The accepting authority reserves the right to reject any or all the tenders without assigning any reason whatsoever and he will not be bound to accept either the lowest tender or any of the tenders

6

33.3 Work may be restricted suitably as per discretion of the tender accepting authority depending on availability of fund or other reasons and no claim whatsoever will be entertained for such restriction. Intending tenders may consider this criteria while quoting their rates. 34 Payment to the contractor/supplier shall be made in accordance with the relevant clause of WB Form no. 2911(ii ) subject to availability of fund from the concerned source. No claim whatsoever for delay in payment, if any, will be entertained. Deduction of Security Deposit shall be made from theprogressive bill as per relevant clause of WBF no. 2911( ii ).Constructional Labour Welfare Cess @ 1 (one) % of cost of construction will be deducted from every Bill of the selected agency, GST , Royalty and all other Statutory levy / Cess will have to be borne by the contractor and the rate in the schedule of rates are inclusive of all the taxes and cess stated above. 35. Settlement of Disputes and Arbitration, if arises shall be dealt with as per clause 25 of WBF No. 2911 ( ii ). 36. Defect Liability Period & release of Security Deposit : 36.1 Subject to fulfilment of the provision of Clause 17 of WBF 2911(ii ) release of Security Deposit after expiry of Defect Liability Period shall be made as under as per G.O. No. 5784-PW/L&A/2M-175/2017- dated 12.09.2017. (a) For work with three months Defect Liability Period: (i) Full security deposit shall be refunded to the contractor on expiry of three months from the actual date of Completion of the work. (b) For work with one year Defect Liability Period: (i) Full security deposit shall be refunded to the contractor on expiry of one year from the actual date of Completion of the work. (c) For work with three years Defect Liability Period: (i) 30% of the security deposit shall be refund to the contractor on expiry of two years from the actual date of Completion of the work. (ii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of three years from the actual date of Completion of the work. (d) For work with five years Defect Liability Period: (i) No security deposit shall be refunded to the contractor for 1st three years from the actual date of Completion of the work. (ii) 30% of the security deposit shall be refund to the contractor on expiry of four years from the actual date of Completion of the work. (iii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of five years from the actual date of Completion of the work.

Explanation: The word ‘work’ means and includes road, bridge work, building work, sanitary and plumbing work, electrical work and /or any other work contemplated within the scope and ambitof this contract. For (i) The work of patch repair or patch maintenance in nature or a combination there of the Defect Liability Period of the work shall be three months from the actual date of Completion of the work. (ii) Through Bituminous Surfacing work with bituminous thickness less than 40mm, Repair & Rehabilitation of any road/bridge/culvert/building/sanitary & Plumbing work, the Defect Liability of the Period of the work shall be one year from the actual date of Completion of the work. (iii) Extension of building / bridge/culvert, Construction of new flexible pavement upto bituminous level which has been designed for a period of 3 years or more, Widening and Strengthening of flexible pavement designed for a period of 3years or more, Improvement riding quality / Strengthening of flexible pavement designed for a period of 3years or more, Providing only mastic asphalt layer over existing bituminous surface without providing bituminous profile corrective course/bituminous base course, the Defect Liability Period of the work shall be three year from the actual date of Completion of the work. (iv) Construction of new building / bridge/ new culvert, Reconstruction of building / bridge/culvert including construction of approach roads for / bridge/culvert, Construction of rigid pavement, Reconstruction of rigid pavement Construction of new flexible pavement covered by mastic work which has been designed for a period of 5 years or more, Widening and Strengthening of flexible pavement covered by mastic work which has been designed for a period of 5 years or more. Improvement of riding quality / Strengthening of flexible pavement covered be mastic or which has been designed for a period of 5 years or more, the Defect Liability of the Period of the work shall be five years from the actual date of Completion of the work. 36.2 For roof treatment works 36.2.1 For roof treatment work with bituminous felt the successful tenderer will have to provide a service Guarantee of 5(five) years after satisfactory completion of the work and the Security Deposit deducted from progressive bills will be released after the said 5(five) years security period is over. 36.2.2 For roof treatment works by 3 mm. thick APP membrane, the successful tenderer will have to provide a service Guarantee of 10(ten) years after satisfactory completion of the work and the Security Deposit deducted from progressive bills will be released after the said 10(ten) years security period is over.

7

Tenderer/Quotationer must furnish the following details without which his tender/ quotation will be treated as cancelled.It may alsobe noted that all correspondences in this connection before and after acceptance of tender will be made through E mail id as provided below. 1. Office Address(With PIN code no. ) ( Mandatory )

2.1 Mobile no.( mandatory ) 2.2 Land Line No.( optional ) 2.3 E mail id ( mandatory )

INSTRUCTION TO BIDDERS SECTION – A 1. General guidance for e-Tendering Instructions/ 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 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. 2. 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 Bidder DSC is given as a USB e- Token. 3. 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. 4. Participation in work A prospective bidder shall be allowed to participate in the 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. 5. 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 in 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). A. Technical proposal The Technical proposal should contain scanned copies of the following in two covers (folders). A-1.Statutory Cover file Containing Tender form No. 2911(ii) & NIT (Properly uploaded and Digitally Signed).The rate will be quoted in the BOQ only. Quoted rate will be 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. A-2. Non statutory / Technical Documents i). Professional Tax Clearance Certificate / Professional Tax(PT) deposit receipt challan for the financial year as applicable, Pan Card, GST related documents (as implacable as per Trade Circular No. 05/2017 dated 29.06.2017 of Directorate of Commercial Taxes, Government of West Bengal and Notification No. 4374-F(Y) dated 13.07.2017 of Principal Secretary, Govt. of West Bengal, Finance Department, AuditBranch.) ii.) Registered Deed of partnership Firm alongwith power of attorney. iii.) Trade License from the respective Municipality/Panchayet or Municipal Corporation. iv.) ‘Certificate of Registration’ from the respective Assistant Registrar of Co – operative Societies (for Regd.Unemployed Engineer’s Co – Operative Society Ltd.) v.) Requisite Credential Certificate and other documents as mention in Clause [5] of this N.I.e-T. Note: Failure of submission of any of the above mentioned documents will render the tender liable to be rejected for both statutory & non statutory cover. THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER

8

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. All documents have to upload in respective files, Sl. Category Name Sub Category Details No. Description A. CERTIFICATES CERTIFICATES 1. PAN CARD 2. P.TaxChallan (2020-21) / P.Tax Clearance Certificate 3. GST related documents (as applicable as per TradeCircular No. 05/2017 dated 29.06.2017 of Directorateof Commercial Taxes, Government of West Bengal andNotification No. 4374-F(Y) dated 13.07.2017 ofPrincipal Secretary, Govt. of West Bengal, Finance Department, Audit Branch.) 4. Income tax (Saral) Acknowledgement Receipt for assessment year (2019-20) with balance sheet (last five years) B. Company Details Company Details 1. Trade License from respective Municipality /Panchayet / Municipal – I Corporation. 2. ‘Certificate of Registration’ from the respectiveAssistant Registrar of Co – operative Societies (for Regd.Unemployed Engineer’s Co – Operative Society Limited) C. Credential (in Credential 1. Documents of Credential (in the form of workcompletion certificates applicable cases) and payment certificates along with BOQ& WORK ORDER) asmentioned herein before. i.) Opening of Technical proposal: - Technical proposals will be opened by the Executive Engineer, Kolkata South Division, P.W. Directorate and his authorized representative electronically from the web site stated using their Digital Signature Certificate. ii.) Intending tenderers may remain present if they so desire. C. 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 (Offering Above / Below / At per) online through Computer only in the space marked for quoting rate in the BOQ. ii) Only downloaded copies of the above documents are to be uploaded duly scanned &Digitally Signed by the contractor.

Executive Engineer, PWD. Kolkata South Division

Memo. No. 1677 /(1)22 Date:29.12.2020

Copy forwarded for information and wide circulation through Notice Board to: 1) The Superintending Engineer, P.W.D., Southern Circle / Eastern Circle / Presidency Circle / Health Circle P.W.Dte / Bidhannagar Circle. 2) The Executive Engineer, (P.W.D.), 24 Parganas( South ) Division/Diamond Harbour Division /Kolkata North Division / Kolkata East Division / / Kolkata Central Division/ Kolkata West Division./ Bidhannagar East Divn. / Alipore Division./Bidhannagar West Division/City Division./Superintendent Governor Estate. 3) The Assistant Engineer (P.W.D.), Kolkata South Sub-Division / Jadavpur Sub- Division/ Tollygange Sub -Division 4) This office Estimating Branch / Accounts Branch / Head Clerk 5) Departmental Web Site for wide circulation (ae1itpwd) for publication of the NIT at the earliest. 6) Notice Board of this Division.

Executive Engineer, PWD, Kolkata South Division

9