2654 2236 2654 0079 Bally Municipality 384 Grand Trunk Road : Bally : . 2654 7052  [email protected]  www. ballymunicipality.org

NOTICE INVITING TENDER

Tender Notice No. : WBMAD/ULB/BM/NIT‐02(e)/2015‐16

Memo No: BM/00003/PWD/MUNI/15-16 Dated -16.04.2015

Separate tenders are invited by the Executive Officer Bally Municipality on behalf of the Board of Councilors for the works mentioned in the list given below, through electronic tendering (e- tendering) from eligible and resourceful contractors having sufficient credential and financial capability for execution of works of similar nature.

Intending bidders desirous of participating in the tenderare to log on to the website https://wbtenders.gov.in and click on to the “e-procurement” link provided. They may also visit the website https://etender.wb.nic.in. for the tender. The tender can be searched by typing the NIT No in the search engine provided in the website.

Bidders willing to take part in the process of e-tendering are required to obtain Digital Signature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA, Govt of India. (viz. NIC, nCode Solution, Safescrypt, e-Mudhra, TCS, MTNL, IDRBT ) DSC is given as a USB e-Token. After obtaining the Class 2 or Class 3 Digital Signature Certificate (DSC) from the approved CA they are required to register the fact of possessing the Digital Signature Certificates through the registration system available in the website.

Tenders are to be submitted online and intending bidders are to download the tender documents from the website stated above, directly with the help of the e-Token provided. This is the only mode of collection of tender d o c u m e n t s . Details of submission procedure are given below under “General terms and conditions and information”.

Last date & time of submission of bids online is 30.04.2015 at 13.00 Hrs

The intending bidder must read the terms and conditions of the NIT carefully. He should particularly go through the eligibility criteria required and satisfy himself of the requirements for eligibility. He should only submit his bid if he considers himself eligible and he is in possession of all the documents required.

All information posted on the website consisting of NIT, BOQ, Corrigendum & Drawings if any shall form part of the tender document.

LIST OF WORKS N.I.T No - WBMAD/ULB/BM/NIT‐02(e)/2015‐16

Sl Name Of The work Name Of Executing Estimated Initial Time No. Agency Amount Put Earnest Allowed For to Tender Money Completion Deposit

01 Construction of Boundary Wall Bally Municipality, 257397.00 5148.00 30 Days. of Urdu Girls School in Ward no Govt of W.B -27 (new-18) under Bally Municipality

02 Construction of Concrete Paved Bally Municipality, 398350.00 7967.00 30 Days. Road & Drain from holding no - Govt of W.B 35 Satya sadhan Dhar Lane up to holding no -26 Sailen Dhar Road in ,Ward no 28 (new) under bally Municipality

03 Construction of Concrete Paved Bally Municipality, 475119.00 9502.00 30 Days. Road & Drain from holding no- Govt of W.B 48/L/3 Rabindra Sarani up to the junction of Rabindra Sarani in Liluah ward no 35( new) under Bally Municipality

04 Construction of Children Park Bally Municipality, 478447.00 9569.00 30 Days. within 8 no. Colony Rabindra Govt of W.B Sarani in Liluah , ward no 30 (new) under Bally Municipality

05 Construction Of Concrete Paved Bally Municipality, 321056.00 6421.00 30 Days. Road & Drain from holding no - Govt of W.B 19 Satya Sadhan Dhar Lane up to the junction of satya sadhan Dhar Lane in ward no 28 (new) under Bally Municipality

06 Construction Of Concrete Paved Bally Municipality, 413502.00 8270.00 30 Days. Road & Drain within bye Govt of W.B holding 22 Kumarpara Road in Liluah , ward no 33 (new) under Bally Municipality

07 Construction Of Concrete Paved Bally Municipality, 473113.00 9462.00 30 Days. Road & Drain from holding no - Govt of W.B 51/2 /E Rabindra Sarani up to holding no -48 ,Rabindra Sarani in Liluah ward no 35 (new) under Bally municipality

08 Construction Of Guard wall near Bally Municipality, 294451.00 5889.00 30 Days. holding no -48 Rabindra Sarani Govt of W.B in Liluah , ward no 35 (new) under Bally Municipality

09 Construction of New Surface Bally Municipality, 276644.00 5533.00 30 Days. Drain along Chakpara bye Lane Govt of W.B within Udaygarh in Liluah , ward no 35 (new) under Bally Municipality.

10 Construction of Drain starting Bally Municipality, 386596.00 7732.00 30 Days. from holding no 59 , ,rabindra Govt of W.B sarani upto Mahanala along Kumarpara lane in Liluah , ward no 21 (old) 33 (new) under Bally municipality

11 Renovation of Drain along satya Bally Municipality, 158069.00 3161.00 30 Days. Sadhan Dhar lane and Sailen Govt of W.B Dhar Road, Liluah ,in ward no 28 & 29 under Bally Municipality

12 Improvement of Ramlochan Bally Municipality, 2481623.00 49632.00 30 Days. shire Street from the junction of Govt of W.B Girsh Ghosh Road up to the junction of Asutosh Mukherjee Road in ward no -13 (new -15)

13 Improvement of Girish Ghosh Bally Municipality, 1540005.00 30800.00 30 Days. Bye Lane (near R.K. Roy Govt of W.B Schooland Thakuran Pukur area), in ward no .25 (new) under Bally Municipality ,

14 Raising and refixing of 20 nos. Bally Municipality, 112421.00 2248.00 30 Days. Manhole Cover within Govt of W.B Ramlochan Shire Street under Bally Municipality , Ward 13 (old) 15 (new)

15 Improvement of Bank Danga Bally Municipality, 498405.00 9968.00 30 Days. lane (partly) and bye lane in Govt of W.B ward no 6 under Bally Municipality.

16 Improvement of Roads in Bally Municipality, 448500.00 8970.00 30 Days. Various position in ward no 6 Govt of W.B under Bally Municipality

17 Improvement of some Concrete Bally Municipality, 117438.00 2349.00 15 Days. Road and Surface Drain within Govt of W.B

ward no 7 under Bally Municipality

18 Improvement of Hari Charan Bally Municipality, 390432.00 7809.00 30 Days. Banerjee Lane (partly) and other Govt of W.B different places in ward no 11 under Bally Municipality

19 Improvement of Some Surface Bally Municipality, 456788.00 9136.00 30 Days. Drain at Bireswar Chatterjee Govt of W.B street within ward no 01 under Bally Municipality.

20 Improvement of Concrete Road Bally Municipality, 369300.00 7386.00 30 Days. and pipe railing of a road side Govt of W.B drain of Banku Behari Ghosh lane ward no 11 , under Bally Municipality

21 Construction of different guard Bally Municipality, 499381.00 9988.00 30 Days. wall of drain and tank , patch Govt of W.B repairing of concrete road at different place in ward no -10 under Bally Municipality

22 Improvement and Repairing Bally Municipality, 277157.00 5543.00 30 Days. work of some surface Drain at Govt of W.B Goswami Para Road within ward no 3 under Bally Municipality.

23 Improvement of Ghoses bye lane Bally Municipality, 199499.00 3990.00 15 Days. from junction of Daw temple Govt of W.B Road to junction of Ghoses lane in ward no-8 under Bally Municipality

24 Improvement of Fakir Ghosh Bally Municipality, 498922.00 9978.00 30 Days. lane and M.L.B. road bye lane Govt of W.B and other different place in ward no 09.

25 Improvement of Krishna Bally Municipality, 335160.00 6703.00 30 Days. chatterjee bye lanes in ward no Govt of W.B 06 , under Bally Municipality

26 Improvement of K.P. Kumar st. Bally Municipality, 450570.00 9011.00 25 Days. in ward no 09 under Bally Govt of W.B Municipality

27 Improvement of Panchanantala Bally Municipality, 499565.00 9991.00 25 Days. Road from Madhab Mukherjee Govt of W.B Rd. junction to Padma Babu Rd Bridge stair in ward no 3 under

Bally Municipality.

28 Improvement of Some Concrete Bally Municipality, 193019.00 3860.00 15 Days. Roads and Surface Drain and Govt of W.B Construction of Slab within ward no 26 under Bally Municipality.

29 Improvement of Rajkrishna Bally Municipality, 499391.00 9988.00 25 Days. Kumar St. (portion ) and Pal Govt of W.B Bagan Lane (portion ) in ward no 11 under Bally Municipality

(*) For Consortiums, criteria to be followed as per clause 5 of General Terms and Conditions and information.

Finance Officer cum Executive Officer Bally Municipality

General Terms and Conditions and Information

1. Eligibility for participation :

Contractors, Enlisted or outside bonafide, Registered Engineers Co-operative Societies, Consortiums and Partnership firms registered with the State Government and contractors of equivalent Grade / Class registered with Central Government / MES / Railways for execution of civil works are eligible to participate, depending on the criteria as detailed below. Joint venture firms are not eligible to participate.

2. Participation in more than one work :

Any contractor can submit tender published in NIT, depending on his credential and financial capability, details of which are given later.

3. Submission of Tenders

3.1 General process of submission

Tenders are to be submitted online through the website stated. 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. 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.

3.2 Technical Proposal

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

A. Technical File (Statutory Cover) containing,

i. Application for Tender (Vide Form-1) ( to be submitted in “Forms” folder )

ii. Notice Inviting Tender (NIT) ( to be submitted in “NIT” folder )

iii. Earnest Money Deposit (EMD) - Scanned copy of Demand Draft (DD) / Banker’s Cheque (BC) towards EMD as prescribed in the NIT, separately against each serial of work, in favour of the Chairman, Bally Municipality mentioned in column 5. ( to be submitted in “Drafts” folder ) iv. Form 2911_ii ( must be downloaded properly and the same must be Digitally Sign and Uploaded)

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) Clearance Certificates and IT PAN valid up to the date competent authority may also be considered.

2) VAT Return Certificate of the last quarter of the previous financial year.

ii. Company Details:

1) Registered Deed for Partnership Firm / Consortiums 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 Consortium/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 in-ordinate 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 consortium/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.

2) Trade License for Proprietorship Firms.

3) Memorandum of Articles for Limited Companies.

4) Society Registration and Bye-Laws for Cooperative Societies.

iii. Credential:

Enlisted 1st class contractor of PWD /Govt bonafied outsiders /Joint sector organizations having sound financial status and having experience in the similar nature of construction work of value not less than 35% of estimated cost for each work under single contract executed within last 5 years and also should possess valid PAN no VAT/sale tax & P tax clearance certificate welfare cess @ 1% will be deducted from each bill (Ref- FD Memo no- 6895-F dt- 11.09.2006

iv. Addenda/Corrigendum: 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.

v. 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.

3.3 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)

4. Submission of original copies of documents of Tender Cost and Earnest Money Deposit

i. Mode of Payment: Cost towards tender documents and EMD must be submitted in the form of Bank Draft (BD), Bankers Cheque (BC) of any scheduled Bank of India. Payment in any other form eg: NSC, KVP etc will not be accepted.

5. Eligibility Criteria - Enlisted 1st class contractor of PWD /Govt bonafied outsiders /Joint sector organizations having sound financial status and having sound financial status and having experience in the similar nature of construction work of value not less than 35% of estimated cost for each work under single contract executed within last 5 years and also should possess valid PAN no VAT/sale tax & P tax clearance certificate welfare cess @ 1% will be deducted from each bill (Ref- FD Memo no- 6895-F dt- 11.09.2006

General Note:

5.1 Completion Certificate

Completion Certificates for fully (100%) completed works during the current year and last three financial years will only be accepted. Certificates issued for partly completed works will not be considered.

5.3 Penalty for suppression / distortion of facts

If any tenderer fails to produce the original hard copies of the documents (especially Credential Certificates or any other documents on demand of the BOC 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 BOC upon suggesting suitable punitive measures will bring the matter to the notice of the Chairman concerned immediately and the tenderer may be suspended from participating in the tenders on e-Tender In addition, his Earnest Money Deposit will stand forfeited Bally Municipality may take appropriate legal action against such defaulting tenderer.

5.4 Taxes & duties to be borne by the Contractor

Income Tax, VAT, Sales Tax, Royalty, Construction Workers' Welfare Cess and similar other statutory levy / cess will have to be borne by the contractor and the rate should be quoted accordingly after consideration of all these charges. Service Tax, if applicable, would be reimbursed subsequently.

5.5 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. 5.6 Conditional and incomplete tender

Conditional and incomplete tenders are liable to summary rejection.

6. Opening and evaluation of tender

6.1 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 original copies of DD/DCR/BC towards tender cost & EMD have been received will only be opened. Proposals corresponding to which original copy of DD/DCR/BC towards tender cost & EMD has not been received will not be opened and will stand rejected.

iii. Intending tenderers may remain present if they so desire.

iv. Cover (Folder) for Statutory Documents (vide Clause 3.2.A) will be opened first and if found in order, Cover (Folder) for Non-statutory Documents (vide Clause 3.2.B) will be opened. If there is any deficiency in the Statutory Documents, the tender will summarily be rejected.

v. Decrypted (transformed into readable formats) documents of the Non-statutory Cover will be downloaded, and handed over to the BOC

6.2 Uploading of summary list of technically qualified tenderers (1st round)

i. Pursuant to scrutiny and decision of the BOC 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 / 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.

6.4 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.

6.6 Opening and evaluation of Financial Proposal

i. Financial proposals of the tenderers declared technically eligible by the BOC will be opened electronically by the Tender Inviting Authority from the web portal stated above on the prescribed date.

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 Inviting 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 necessary comments from the Engineer concerned with the work and test check to the comparative statement by the Accountant attached to the office of the Executive Officer, upload the final summary result containing the name of contractors and the rates quoted by them against each work after acceptance of the rate by the Tender accepting Authority. v. However, if there is any scope for lowering down of rates in the opinion of the Tender Inviting Authority, he may choose to notify all the tenderers through the website to attend sealed bids to be followed by open bids to be held at his office 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.

6.7 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 immediately.

b. 2nd call may be invited immediately after technical evaluation and uploading the list of the technically qualified bidder(s) of the 1st call.

c. If such bidder(s) technically qualified in the 1st call intend(s) to change their rates quoted in the 1st Call, they need to participate in the 2nd call and submit fresh fee towards tender cost. However fresh EMD need not be submitted and EMD submitted earlier will be considered. In case of non submission of fresh tender fee in the 2nd call, the rates quoted in the 1st call would remain valid while the bid submitted in the 2nd call will be rejected.

d. After selection of technically qualified tenderers for 2nd call (in case new tenderer other than the existing tenderer of the 1st call), financial bid of both 1st and 2nd call would be opened.

e. Financial evaluation would be made in a combined way considering both 1st and 2nd call.

st nd f. However, as stated in cause 6.7.(c), in case tenderer(s) of 1 call submit(s) fresh tender in 2 call, rates of 2nd call would be considered in the process of evaluation.

7. Bid Validity : The Bid will be valid for 9 0 d a y s from the date of opening of the financial bid

8. 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.

8.1 Tender Accepting Authority Chairman Bally Municipality on behalf of Board of Councillors.

8.2 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. For further assistance the L1 bidder has to contact with consecutive SAE (PWD).

9. Return of Earnest Money of the unsuccessful tenderer(s)

For return of the Earnest Money of the unsuccessful tenderer(s), he/she/they is/are to apply for the same to The Chairman concerned with the work, giving the reference to the work, NIT No., date of tender, amount and mode of Earnest Money deposited – all in a complete form. The Earnest Money of all tenderers other than the lowest tenderer in each case may be refunded, after acceptance of the rate in comparative statement or immediately after expiry of seven days from the date of final bid, whichever is earlier.

10. Payment The payment of RA as well as final bill for any work will be made according to the availability of fund and no claim to delay in payment will be entertained.

11. Schedule of Dates for e-Tendering

Sl Activity Date & Time no 1. Publishing Date 16.04.2015

2. Document Download start date 16.04.2015 at 18.00 Hrs

3. Bid submission start date 16.04.2015 at 18.00 Hrs

4. Document Download end date 30.04.2015 at 13.00 Hrs

5. Bid submission end date 30.04.2015 at 13.00 Hrs

6. Cost of Documents physically submitted (through 30.04.2015 at 13.00 Hrs bank) end date (**)

7. Technical Bid opening date 04.05.2015 at 11.00 Hrs Uploading of final list of Technically qualified 8. To be notified later bidders

09. Financial Bid opening date To be notified later

10. Uploading of Financial Bid evaluation sheet To be notified later

(**) The Bank details for submission of Earnest money are as follows:

 Name of Bank: United Bank of India.

 Branch: Bally.

 A/c Number: 0174010469012

 IFC Code: UTBI0BLY203.

SECTION – B FORM – I

PRE- QUALIFICATION APPLICATION

To The Executive Officer Bally Municipality

e-N.I.T. No. : ……………………………………………………….., Sl. No:…………..

Dear Sir,

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

The application is made by me / us on behalf of

in the capacity duly authorized to submit the order.

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

We are interested in bidding for the work(s) given in Enclosure to this letter. We understand that:

1) Tender Inviting & Accepting Authority can amend the scope & value of the contract bid under this project. 2) Tender Inviting & Accepting Authority reserve the right to accept full or part of the tender or reject any/or all tender(s) and/or negotiate by way of revised and/or improved offer from all the tenderers for the concerned job. Also the Authority reserves the right to withdraw full or part of the tender without assigning any reason whatsoever.

Enclosure(s) : e-Filling - 1) Statutory Documents. 2) Non Statutory Documents.

Date :

Seal and Signature of the Tenderer