e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, DIVISION Government of Public Works Department OFFICE OF THE EXECUTIVE ENGINEER, TAMLUK DIVISION, P.W.D., P.O. TAMLUK, DISTRICT: PURBA MEDINIPUR, PIN 721 636 PHONE NO.&Fax:03228-263816 Email ID: [email protected]

MEMO NO: 373 / M-51 DATE : 30.04.2020

e-N.I.T. No: 01 of 2020–2021 of Executive Engineer, Tamluk Division, P.W.D. Tender Ref : WBPWD/NIT-01/EE/TAMLUK DIVN/2020-2021 The Executive Engineer, Tamluk Division, public Works directorate, invites e- tender for the work detailed in the table below (submission of Tender through online)

List of Schemes:- Cost of Name of Estimated Earnest Eligibility of Sl. Tender Time Period of concerned Name of work Amount Money Bidders to No. Documents Completion Sub - (Rs.) t(Rs.) submit tender (Rs.) Division

Repair and Maintenance work at -Belda Road (1st km,11th km, 14th 1000.00 km,23rd km, 24th km & 25th (only applicable for Bonafied km by Repairing pot-holes , 36183.00 the successful bidder resourceful 20 mm thick Premix Contai 1. 1809143.00 (through at the time of Formal 90 days outsiders surfacing and Premixed Seal Ref: Sl. 24 of Sub-Division Coat (Type B) etc. in online) Agreement) patches under Contai Sub- Ref: Sl. 20 of this this N.I.T. Division in the Dist. of N.I.T. Purba Medinipur during 2020-21

1000.00 Repairing and Maintainance (only applicable for Bonafied work of Tamluk-Contai road 11036.00 the successful bidder resourceful (1.15 km) In stretches under Contai 2 551778.00 (through at the time of Formal 30 days outsiders Contai Sub-Division in the Ref: Sl. 24 of Sub-Division District of Purba- Medinipur online) Agreement) during the year 2020-2021. Ref: Sl. 20 of this this N.I.T. N.I.T.

Repairing and Maintanance 1000.00 work of Contai-Junput road (only applicable for Bonafied 14173.00 the successful bidder resourceful from ch.0.00 kmp to 9.00 Contai 3 kmp in stretches under 708652.00 (through at the time of Formal 30 days outsiders Sub-Division Contai Sub-Division in the online) Agreement) Ref: Sl. 24 of District of Purba- Medinipur Ref: Sl. 20 of this this N.I.T. during the year 2020-2021. N.I.T. Repair of Brick pavement at different kilometer and Repairing patching of pot 1000.00 holes, bituminous pot holes , (only applicable for Bonafied 20mm Premixed Carpet and 12500.00 the successful bidder resourceful Seal Coat (Type-B) etc. from Contai 4 624977.00 (through at the time of Formal 30 days outsiders 6.0 kmp to 11.0 kmp ( in Ref: Sl. 24 of Sub-Division patches) of Thikra - Mirgoda online) Agreement) Road under Contai Sub- Ref: Sl. 20 of this this N.I.T. Division in the Dist. of N.I.T. Purba Medinipur during 2020-21.

Page 1

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION Repairing and Maintanance work of Contai- road 1000.00 from ch.0 to 1.00 kmp, (only applicable for Bonafied 16611.00 the successful bidder resourceful ch.4.00 kmp to 5.00 kmp and Contai 5 ch10.00 kmp to 14.60 kmp 830530.00 (through at the time of Formal 30 days outsiders Sub-Division in stretches under Contai online) Agreement) Ref: Sl. 24 of Sub-Division in the district Ref: Sl. 20 of this this N.I.T. of Purba- Medinipur during N.I.T. the year 2020-2021. Repairing work with filling 1000.00 Pot Holes and Seal Coat of (only applicable for Bonafied Deulia - Khanyadihi road ( 17216.00 the successful bidder resourceful Between 0.400kmp to Tamluk 6 860783.00 (through at the time of Formal 30 days outsiders 6.580kmp) under Tamluk Ref: Sl. 24 of Sub-Division Sub-Division P.W.D. in the online) Agreement) Dist. of Purba Medinipur Ref: Sl. 20 of this this N.I.T. during the year 2020-21. N.I.T. Premonsoon Repairing works for Potholes and small 1000.00 depressions by premixed (only applicable for Bonafied Chips with bitumen and Seal 32622.00 the successful bidder resourceful Coat, from 2.0Kmp to Tamluk 7 1631110.00 (through at the time of Formal 90 days outsiders 9.0Kmp of - Ghatal Ref: Sl. 24 of Sub-Division road under Tamluk Sub- online) Agreement) Division in the Dist. of Ref: Sl. 20 of this this N.I.T. Purba Medinipur during the N.I.T. year 2020-2021.

1. In the event of e-filling, intending bidder may download the tender documents from the website: http://etender.wb.nic.in directly with the help of Digital Signature Certificate.

The process of deposit of earnest money through offline instruments like Bank Draft, Pay Order etc. has been stopped for e–tender procurement of this Division w.e.f. 01.10.2016. Necessary Earnest Money will be deposited by the bidder electronically: online – through his net banking enabled bank account, maintained at any bank or: offline – through any bank by generating NEFT/ RTGS challan from the e–tendering portal. Intending Bidder will get the Beneficiary details from–tender portal with the help of Digital Signature Certificate and may transfer the EMD from the irrespective Bank as per the Beneficiary Name & Account No., Amount, Beneficiary Bank name(ICICI Bank) & IFSC Code and e–Proc Ref No. Intending bidder who wants to transfer EMD through NEFT/RTGS must read the instruction of the Challan generated from E–Procurement site. Bidders are also advised to submit EMD of their bid, at least 3 working days before the bid submission closing date as it requires time for processing of Payment of EMD. Bidders eligible for exemption of EMD as per Govt. rule may avail the same and necessary documents regarding the exemption of EMD must be uploaded in the EMD folder of Statuary bid documents.

2. Both Technical bid and Financial Bid are to be submitted concurrently duly signed digitally in the website http://etender.wb.nic.in .Within stipulated date and time.

3. The Technical Bid and Financial Bid are to be submitted online .

4. The FINANCIAL OFFER of the prospective tenderer will be considered only if the tender qualifies in the Technical Bid. The decision of the Executive Engineer, Tamluk Division, P.W.D will 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.

5. Where there is a discrepancy between the unit rate & the line item total resulting from multiplying the unit rate by the quantity, the unit rate quoted shall govern. 6. Running payment of work may be made to the executing agency as per availability of fund. The executing agency may not get a running payment unless the gross amount of running bill is at least 30% of the tendered amount. Provisions in clause(s) 7,8 & 9 contained in W.B. form no.2911(ii) so far as they relate to quantum and frequency of payment are to be treated as superseded.

Page 2

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION 7. Bids shall remain valid for a period not less than 120 (One hundred twenty) days after the dead line date for Financial Bid submission. 8. A. Important Information: Date & Time Schedule:

Sl. Particulars Date & Time No. 1 NIT Publish Date 30.04.2020 2 Document Download/Sale Start Date 01.05.2020 at 10:00 Hours 3 Bid Submission Start Date(both Technical Bid and Financial 01.05.2020 at 10:00 Hours Bid). 5 Document Download & Bid Submission End Date (both 16.05.2020 at 15:00 Hours Technical and Financial Bid). 6 Date of opening of Technical Bid at office of the Executive 18.05.2020 at 16:00 Hours Engineer, PWD, Tamluk Division. 7 Date of uploading the list of technically qualified bidder. To be informed at the time of technical bid evaluation. 8 Date of opening of Financial Bid at office of the Executive To be informed later on. Engineer, PWD, Tamluk Division.

B. Location of critical events: Bid Opening : At the Office of the Executive Engineer, Tamluk Division, P.W.D, P.O. Tamluk, District :PurbaMedinipur.

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 outcome of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The Executive Engineer, Tamluk Division, P.W.D 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 Tendered at the stage of Bidding. Lowest tenderer has to furnish the following for making payment through e-Pradan System at the time of formal Agreement in his letter head.

(i) Bank A/c No.:- (ii) A/c Type:- Savings / CC / Current etc. (iii) IFSC Code:- (iv) PAN No:- (v) GST No.:- (vi) Service Tax No.:- (vii) Mobile No.:-

11. The intending tenderers are required to quote the rate online only . No offline tender will 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 there to and the rules made and order issued there under from time to time.

13. During the scrutiny, if it comes to the notice to the tender inviting authority that the credential(s) and/or any other paper(s) has/have been of any bidder found incorrect/ manufactured/ fabricated/tempered/forged that bidder will not be allowed to participate in the tender and the tender will be out rightly rejected without any prejudice with forfeiture of earnest money and the tendering authorities reserves the right to take legal action as deems fit as per Govt. order no. 547WC/1M-387/15 dt.16.11.2015.

Page 3

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION 14. In case of any objection regarding prequalifying an Agency that should be lodged to the Executive Engineer within 1 day from the date of publication of the list of qualified agencies and beyond that time schedule no objection will be entertained.

15. Before issuance of the WORK ORDER , the tender inviting authority may verify the credential(s) and/or all other document(s) of the lowest tenderer, if found necessary. After verification, if it is found that the document(s) submitted by the lowest tenderer is/are either manufactured or false, the work order will not be issued in favour of the said Tenderer. 16. The contractor shall have to take photography of the work just before commencement of different important stages and after completion which have to be submitted with the bill in duplicate and no extra payment will be made on this account. 17. All the agencies shall have to fill up mobile number and e-mail address otherwise the tender may be treated as informal. 18. The lowest bidder participated in the Tender, who fail to submit the EMD online within the date and time as stipulated may be constructed as an attempt to disturb the tendering process and dealt with accordingly legally including blacklisting of the bidder.

19. If any discrepancy arises between two similar clauses on different notification(s), the clause as stated in later notification will supersede the former one in the following sequence:- i) Form No. 2911(ii) ii) NIT iii) Special Terms & Condition iv) Technical Bid v) Financial Bid

20. 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/2M-10/2012 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 @ Rs.1000.00 (Rupees one thousand) only at the time of formal agreement.

21. Printed Schedule of Rates Printed Schedule of Rates applicable for execution of the work: Current applicable for execution of P.W.D.(W.B.) Schedule of Rates effective from 01.11.2017 in Building and the work S&P Works along with upto Corrigenda & Addenda respectively . 22. With whom the acceptance Executive Engineer, Tamluk Division, P.W.D. of the tenders vest 23. Location of Godown / Stackyard from where All materials i.e. Cement & steel has been supplied by the Agency at his own Departmental materials will cost. be issued, if any and Departmental Issue rate.

23.1 Requirement of Principal Machineries and laboratories which must be possessed either owned or leased by the tenderer are indicated below [Non Statutory Document]

Sl No. Machineries required :- 1. Mobile HMP (Light duty) – 1 No. 2. Static Roller (8 to 10 Ton) – 1 No.

Page 4

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION 24. Eligibility criteria for participation in the tender:- a) Intending tenderers should produce credentials of similar nature of completed work of the 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 b) Intending tenders 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 c) Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 80% or more and value of which is not less than the desired value at 27(a) 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. N.B.:– Completion certificate should contain a) Name of work, b) Name and address of Client, c) Amount put to tender, d) Date of commencement of work e) Date of completion of work. BOQ for the respective work should be uploaded along with completion certificate. 24.1 Intending tenderers are required to submit online Professional Tax Clearance Certificate /current Professional Tax Deposit Challan, PAN Card, GST Registration Certificate, Trade License from the respective Municipality, Panchayet, Voter Card for self identification. [Non statutory documents]

24.2 Income Tax acknowledgement Receipt for the last three assessment year i.e.2017-18, 2018-19 & 2019-20, P.T. Deposit Challan for the year 2019-20, Pan Card, GST registration Certificate are to be accompanied with the Technical Bid documents. [Non statutory documents] 24.3 Registered Partnership Deed for Partnership Firm is to be submitted. The company shall furnish the Article of Association and Memorandum. Where an individual person holds a digital certificate in his own name duly issued to him against the company or the firm of which he happens to be a director or partner, such individual person shall, while uploading any tender for and on behalf of such company or firm, invariably upload a copy of registered power of attorney showing clear authorization in his favour , by the rest of the directors of such company or the partners of such firm, to upload such tender [Non-statutory documents] 24.4 Registered Unemployed Engineers’ Co-operative Societies / Registered Labour Cooperative Societies are required to furnish valid Bye Law, Current Audit Report, along with other relevant supporting papers. Professional Tax Deposit Challan / Professional Tax Clearance Certificate, PAN Card must be submitted. 24.5 Payment Certificates in lieu of credentials will not be accepted. [Non statutory documents] 24.6 The prospective Tenders or any of their constituent partner shall neither have abandoned any work nor any of their contract have been rescinded during the last 5(five) years. Such abandonment of rescission will be disqualified towards eligibility. 24.7 The prospective Tenders should own/lease/arrange the required plant and machinery if required. Conclusive proof of machinery in working condition if required shall have to be submitted. [Non statutory documents] 24.8 Where there is a discrepancy between the rate & in the line item total resulting from multiplying the unit rate by the quantity, the unit rate quoted shall govern. 24.9 Prevailing safety norms has to be followed so that LTI (Loss of time due to injury) is zero. 25. If the dates fall on holidays or on days of bandh or natural calamity, the dates defer to next working days. 26. All tenderers are requested to be present online during opening of tenders positively. If considered necessary, instant online bid may be conducted immediately after opening of tenders to lower down rates and in no case his/their absence will stand against holding the same.

Page 5

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION 27. In case of inadvertent typographical mistake found in the specific price schedule of rates, the same will be treated to best corrected as to conform with the prevailing relevant schedule of rates and / or technically sanctioned estimate. 28. The intending tenderer is required to quote the rate in figures as well as in words as percentage above /below than or ATPAR with the relevant price schedule of rates. 29. Conditional / incomplete tender will not be entertained. 30. 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. 31. Issuance of work order as well as payment will depend on availability of fund and no claim whatsoever will be entertained for delay of Issuance of work order as well as payment, if any. Intending tenderers may consider these criteria quoting their rates. 32. If any tenderer withdraws his offer before acceptance or refuse within a reasonable time without giving any satisfactory explanation for such withdrawals, he shall be disqualified from submitting tender to this Division (or Sub-division under this Division) for minimum period of 1(one) year. 33. Deduction of Tax shall be stated as below i. GST as per Government order. ii. A Cess of 1% (one percent) will be deducted from contractor’s bill on account of the ‘Building and other construction workers Welfare Cess Act.1996 (Act 28 of 1996) as per memo. no. 599 A / 4M-28/06 dt. 27.09.2006 of the Engineer-in-chief and Ex. Officio Secretary, PWD & PW (Roads) deptt. 34. Successful Tenderers will be required to obtain valid Registration Certificate & Labour License from respective Regional Labour Offices where construction work by them are 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. 35. Successful Tenders will have to produce original, GST Registration and PAN NO. etc.(as applicable) for verification prior to issuance Work Order. 36. Power of Attorney holders are not allowed to sign Tender Documents unless otherwise approved by Government. 37. There shall be no provision of Arbitration. Hence Clause 25. Of 2911(ii) is Omitted vide G.O No. 558/SPW dt. 13.12.2011 of Secretary, to the Govt. of West Bengal. 38. Successful tenderer will have to produce all documents in original for verification prior to issuance of Work Order. 39. Successful tenderers will be required to observe the following conditions strictly:

a) Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 and Employees State Insurance Act, 1948 should be strictly adhered to wherever such Acts become applicable. b) Minimum 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. c) 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. d) All liabilities arising out of engagement of workers are duly met before submission of bills for payment.

40. 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. 41. DEFECT LIABILITY PERIOD[DLP]:As per Clause No. 17 of CONDITION OF CONTRACT of W.B.F. No. 2911_ii as per Notification Memo No. 5784-PW/L&A/2M-175/2017 dt. 12.09.2017.

42. Necessary tools, plants and machineries will have to arrange by the agency at his own cost.

Page 6

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION Special Terms & Condition: -

43. “ Any intending bidders who have failed to execute more than one works contract under any Directorate of this Department and was terminated by any sub rule under clause 3 of Tender form No.2911 or terminated under any clause of Stander Bidding document by the Engineering-in- Charge/Employer during last 3 (three) years will not be eligible to participate in any bid under any Directorate under this Department for another 2 (Two) years from the date of imposition of last termination notice by the Engineer-in-Charge/ Employer.”

Executive Engineer Public Works Directorate, Tamluk Division.

MEMO NO: 373/1(15)/ M-51 DATE : 30.04.2020 Copy forwarded to :- 1. The Chief Engineer (H.Q), PWD, Nabanna, HRBC Bhawan, 325 SaratChatterjee Road, Mandirtala, Shibpur, Howrah-711 102 2. The Chief Engineer, PWD, West Zone, City Centre, Durgapur, Dist-Burdwan, Pin.- 713216 3. The Superintending Engineer, PWD, South Western Circle, PaschimMedinipur. 4. The Sabhadhipati, PurbaMedinipur, Tamluk. 5. The District Magistrate, PurbaMedinipur, Tamluk. 6. The Executive Engineer, PWD, Medinipur / Kharagpur / Bankura Division. 7. The Executive Engineer, PW(Roads), Tamluk Highway Division, Medinipur Highway Division – I / II, Bankura Highway Division, PWD. 8. The Assistant Engineer, PWD, Tamluk / Sub-Division / Contai Sub Division. 9. PurbaMedinipurZilla Builders’ Association, Tamluk. 10. PurbaMedinipur District Contractors’ Association, Tamluk. 11. PurbaMedinipur District Engineers’ Co-Op. Association. 12. Contai Sub-Divisional Contractors’ Association. 13. Contai Engineers’ Co-Op. Association. 14. The Executive Engineer, IT Cell, PWD ( [email protected] ) with the request to upload the NIT in the Department Website of PWD, West Bengal. 15. NOTICE BOARD / Sr. Divisional Accounts Officer / Cashier / Estimator of the Division.

Executive Engineer Public Works Directorate, Tamluk Division.

Page 7

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION INSTRUCTION TO BIDDERS SECTION – A 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 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 more than one work A prospective bidder shall have to 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

i. Bidders eligible for exemption of EMD as per Govt. rule may avail the same and necessary documents regarding the exemption of EMD must be uploaded in the EMD folder of Statuary bid documents.

ii. Tender form No. 2911(ii) &NIT (Properly uploaded and Digitally Signed).The rate will be quoted in the BOQ. 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 (LatestChallan,P.Tax Clearance Certificate) . ii. Pan Card. iii. GST Registration Certificate iv. Registered Deed of partnership Firm v. Trade License from the respective Municipality/Panchayet etc. vi. ‘Certificate of Registration’ from the respective Assistant Registrar of Co – operative Societies (for Regd. Unemployed Engineer’s Co – Operative Society Ltd.& Registered Labour Co-Operative Society Limited)and Current Audit Report. vii. Requisite Credential Certificate for completion of at least one similar nature of work in any Govt. Department having a magnitude of at least 40(Forty) percent of the Estimated amount of the work put to tender within the last 5 (five) years (in applicable cases) in shape of completion certificate. Value not less than for 2nd call- 30% of the estimated cost of the work applied for.

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.

Page 8

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER

Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents’ to send the selected documents to Non-Statutory folder. Next Click the tab “Click to Encrypt and upload” and then click the “Technical” Folder to upload the Technical Documents.

Sl. No Category Name Sub – Category Description Details 1.PAN CARD 2. GST REGISTRATION CERTIFICATE 3.P.Tax (Latest Challan P.Tax Clearance Certificate A. CERTIFICATS CERTIFICATS 4. Latest IT Receipt. 5. IT-Saral for Assessment year 2017-18, 2018-19 & 2019-20 1. Proprietorship Firm (Trade license) 2. Partnership Firm (Partnership Deed, Trade License) 3. Ltd. Company B COMPANY DETAILS COMPANY DETAILS – 1 (Incorporation Certificate, Trade License). 4. Society (Society Registration Copy, Trade License) 5. Power of Attorney. Documents of Credential showing satisfactory completion of a single similar nature

CREDENTIAL of work in any Govt. Department (in shape of

(in applicable completion certificate by the competent CREDENTIAL C. cases) authority)within the last 5 (five) years of value not

less than the estimated amount put to tender. Ref: Sl. 24 of this N.I.T. D. DECLARATION DECLARATION FILE 1 DECLARATION FILE 1 E. FINANCIAL INFO PAYMENT CERTIFICATE 1 PAYMENT CERTIFICATE 1 P/L AND BALANCE SHEET P/L AND BALANCE SHEET F. FINANCIAL INFO 2017-18 2017-18 FINANCIAL INFO P/L AND BALANCE SHEET P/L AND BALANCE SHEET G. 2018-19 2018-19 FINANCIAL INFO P/L AND BALANCE SHEET P/L AND BALANCE SHEET H. 2019-20 2019-20 I. MAN POWER TECHNICAL PERSONNEL TECHNICAL PERSONNEL ON PAYROLL TECHNICAL PERSONNEL TECHNICAL PERSONNEL J. MAN POWER ON CONTRACT ON CONTRACT

B. Opening of Technical proposal: - i. Technical proposals will be opened by the Executive Engineer, Tamluk Division, P.W.D 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 par) online through Computer in the space marked for quoting rate in the BOQ. ii) Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the contractor.

Executive Engineer Public Works Directorate, Tamluk Division

Page 9

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION SECTION - B AFFIDAVIT – “Y” (To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized)

1. I, the under-signed do certify that all the statements made in the attached documents are true and correct. In case of any information submitted proved to be false or concealed, the application may be rejected and no objection/claim will be raised by the under- signed.

2. The under-signed also hereby certifies that neither our firm M/S ______nor any of constituent partner had been debarred to participate in tender by the P.W. & P.W.(Roads) Department during the last 5 (five) years prior to the date of this NIT.

3. The under-signed would authorize and request any Bank, person, Firm or Corporation to furnish pertinent information as deemed necessary and/or as requested by the Department to verify this statement.

4. The under-signed understands that further qualifying information may be requested and agrees to furnish any such information at the request of The Department.

5. Certified that I have applied in the tender in the capacity of individual/ as a partner of a firm& I have not applied severally for the same job.

______Signed by an authorised officer of the firm ______Title of the officer Name of the Firm with Seal Date______

Page 10

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION

SECTION – B

FORM – V

Experience Profile

Name of the Firm:

(a) Intending tenderers should produce credentials of similar nature of completed work of the minimum value of 40% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of thethe tender notice, or

(b) 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

(c) Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 80% or more and value of the executed part of which is not less than the desired value at (a) 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.

List of similar nature of work already completed having minimum value 40% of the estimate amount put to tender:

Estimated Tender Cost (Rs.) Name of the Original Original Actual Date Actual Date Reasons for Name of Work No. Employer Date of Date of of starting of delay in start of completion the work completion completion work of work of work (if any)

OR List of similar nature of minimum 2(two) works already completed having minimum value 30% of the estimate amount put to tender: Estimated Tender Cost (Rs.) Name of the Original Original Actual Date Actual Date Reasons for Name of Work No. Employer Date of Date of of starting of delay in start of completion the work completion completion work of work of work (if any)

OR List of similar nature of running work already completed 80% or more and having minimum executed value 40% of the estimated amount put to tender. Estimated Tender Cost (Rs.) Name of the Original Original Actual Date Actual Date Reasons for Name of Work No. Employer Date of Date of of starting of delay in start of completion the work completion completion work of work of work (if any)

Note: (a) Certificate from the Employers to be attached Non-disclosure of any information in the Schedule will result in disqualification of the firm

Signature of applicant including title

and capacity in which application is made.

Page 11

e – N.I.T. NO. – 01 OF 2020-2021 OF EXECUTIVE ENGINEER, PWD, TAMLUK DIVISION SECTION - B FORM – IV (contd...)

CONTRACTOR’S EQUIPMENT: PRINCIPAL PLANT AND EQUIPMENT TO BE DEPLOYED BY THE CONTRACTOR FOR THE WORK

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 following list is an indicative list of the minimum essential basic holding of plant and mechanical equipment which the bidder must own / leased.

In case of Concrete batching and mixing plant, DMC/Hydraulic Piling Rig, Concrete Pump, if such equipment and machineries are required as per table below, maximum age of the plants, machineries will be 5 years as on date of publication of NIT. It may be extended up to 7 Years after getting fit certificate from the manufacturer and this certificate should be produced at the time of submission of bid. All other machineries and equipments should be in running condition. All plants, machineries and equipments will be verified by the competent authority before execution of the work. All plants, machineries and equipments will be verified by the competent authority before execution of the work.

Sl No. Machineries required :- 1. Mobile HMP (Light duty) – 1 No. 2. Static Roller (8 to 10 Ton) – 1 No.

Signature of applicant including title and capacity in which application is made

Page 12