Page No.1 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] GOVERNMENT OF OFFICE OF THE SUPERINTENDING ENGINEER SOUTHERN CIRCLE, SOCIAL SECTOR, PUBLIC WORKS DTE., 45, Ganesh Chandra Avenue, 5th Floor, – 700013 Phone No. : (033) – 2236 0457 Fax No. : (033) – 2236 0457 e-mail: [email protected]

Memo No: 834 / S - 47, Date: 12.11.2020 NOTICE INVITING e – TENDER No.11/S.E.S.C.S.S.P.W.D OF 2020-21. WBPWD/SE/SC_SS/NIT11/2020-2021 The Superintending Engineer, Southern Circle, Social Sector, P. W. Dte. on behalf of the Governor of West Bengal invites e-Tender for the following work(s) Only from the intending contractors as detailed in the table below. [Collection (downloading) and Submission (uploading) of Tender can be made online through the website https://wbtenders.gov.in only]. Sl. Name of the Work Estimated Earnest Money Cost of Period of Name & address of the No. Amount (`) Tender Completion Concerned Division (`) documents (`) (Non- refundable) Repair, renovation and Executive Engineer, 01. upgradation work of Nalmuri 365 (three BPHC, South 24 Paraganas. 2,50,12,897.00 5,00,258.00 NIL hundred Division, Social Sector, RN 19001612, sixty five) P.W. Dte. 76, Sundari days. Mohan Avenue, Kolkata – Project ID: HF192019079S000 700014. 1. Intending Tenderer may download the tender document from the website https://wbtenders.gov.in directly with the help of Digital Signature Certificate . 2. As per P.W.D., W.B.'s Notification No. 199-CRC/2M-10/2012 dated 21.12.2012, the intending tenderer shall not have to pay the cost of tender documents for the purpose of participating in e-tendering, but, the successful tenderer will have to pay the cost of tender documents during execution of Formal Agreement. Earnest Money Deposit (EMD) is to be remitted by the tenderer as mentioned in column no. (3) of the table for List of Work(s) through net-banking / RTGS / NEFT in respect of Tender ID payable to the Executive Engineer, South 24 Parganas Division, Social Sector, P.W.Directorate payable at Kolkata. Guideline as issued vide Finance Department, Government of West Bengal Memo no:- 3975-F(Y) Dt:- 28-07-2016 may be referred for payment of Earnest Money. 3. Refund of EMD : As per P.W.D., Government of West Bengal Memo no:- 148-W(C)/1M-23/15 Dt:- 16.03.2018. 4. Exemption of Earnest Money is applicable only to those firms specifically indicated vide order no. 38-W( C ) / 1M-208/15 Dt:- 17-01-2017 and so on. 5. Tender is to be submitted (uploaded) in Technical Proposal and Financial Proposal. Both Technical Proposal and Financial proposal should be submitted duly digitally signed by the Tenderer through the website https://wbtenders.gov.in as per the 'Date & Time Schedule' stated in Sl. No.18. of this N.I.T. (Details of which has been narrated in 'Instruction to Bidders'). 6. Eligibility Criterion for participation in the tender. i) (a) Intending tenderer should produce credentials of at least 1 (one) similar nature of completed work, of minimum value of 40% of the estimated amount put to tender during last 5 (five) years prior to the date of notice of this tender or, (b) Intending tenderer should produce credentials of at least 2 (two) similar nature of completed work, each of which having minimum value of 30% of the estimated amount put to tender during last 5 (five) years prior to the date of notice of this tender. Or, (c) Intending tenderer should produce credential of at least 1(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 (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 as competent authority, will be eligible for the tender. In the required certificate, it should be clearly stated that the work in progress satisfactorily and also that no penal action has been initiated against the executed agency, i.e., the tenderer. ii) Payment Certificate will not be treated as credential. Page No.2 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] iii) Credential certificate issued by the Executive Engineer or equivalent competent authority of any State / Central Govt., State / Central Govt. Undertaking, Statutory / Autonomous bodies constituted under the Central / State statue, on the executed value of completed / running work (for both civil & electrical) will be taken as credential. (G.O.No.04-A/PWDO/10C-02/14 date 18.03.2015 of PWD). Amount of Final Bill, Estimated Amount , Date of commencement, Date of completion of the work and detail communicational address alongwith contact number of the Client should be submitted by the Tenderer.[Non-statutory Documents]. iv) The bidder’s net worth for the last year calculated on the basis of capital, profit and free reserve available to the firm should be positive. [Net Worth calculation should be annexed with the uploaded document duly authenticated by the auditor.] v) All intending Bidders are required to produce PAN, Trade License, Professional Tax receipt Challan and Audit Report of last 5 (five) years, GST related documents as applicable 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, Audit Branch alongwith Notification No. 5050-F(Y) dated 16.08.2017 of Principal Secretary to the Govt. of West Bengal, Finance Department. (related documents to be documented through e-filing), for both Civil & Electrical Works as admissible. vi) Registered Partnership deed should be furnished (for partnership firm only) along with Registered Power of Attorney to sign/upload the tender documents (if required) and the company shall furnish the Article of Association and Memorandum. (to be documented through e-filing). The power of attorney shall have to be registered in accordance with the provisions of the Registration Act, 1908. [Non – statutory documents] [Order No. 09-W(C)/1M-286/15 dated 23.09.2015] vii) Declaration regarding present structure and the organization to be documented through e-filing. viii) Registered Engineers / Labour Co-operative Society Ltd. is required to furnish Govt. Audit Report of last 5 (five) years, PAN, Trade License, Professional Tax receipt Challan and GST related documents as applicable 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, Audit Branch alongwith Notification No. 5050-F(Y) dated 16.08.2017 of Principal Secretary to the Govt. of West Bengal, Finance Department, Audit Branch for the year as applicable, Registration Certificate, valid Bye Law, Current Audit Report along with other relevant supporting papers. (to be documented through e- filing) x) Joint Venture will not be allowed. [In case the intending tenderer has not any electrical contractor license issued by the competent authority to execute electrical work, then he has to submit an agreement in non-judicial stamp paper of requisite value with an Electrical contractor for execution of the Electrical components of the work. However, the onus and full responsibility for execution of the total work (Civil & Electrical) will be on the tenderer who will execute the agreement with the Department.] [Vide G.O. No. 311-W(C)/1M-132/15 dated 28.03.2018 of Additional Chief Secretary, Public Works Department, Government of West Bengal] xi) FOR ELECTRICAL WORKS FFOLLOWING DOCUMENTS ARE REQUIRED TO BE SUBMITTED: a) Valid Electrical Contractor License issued by the Licensing board, Government of West Bengal/. b) Have valid electrical supervisor’s certificate of competency (SCC) part No (NIL) issued by the ...... Licensing board, Government of West Bengal / Government of India c) Have sufficient credential of similar nature of Electrical works of electrical contractor as per clause no. 6(i)(a) of this e-NIT in case of electrical agreement. d) Have to give necessary undertaking for presence and engagements of licensed Electrical supervisor and licensed Electrician for supervision and execution of work. N.B: ALL THE DOCUMENTS STATED ABOVE FOR EXECUTION OF ELECTRICAL WORKS IS TO BE UPLOADED ALONG WITH THE TENDER. xii) The following documents are required in case of registered Unemployed Engineers / Labour Co – Operative Society Ltd. (for both Civil & Electrical work) – a) Bye-law of the society showing the name of the members & Portfolio holders of the Society. b) Area of operation as per Co – Operative guideline. c) Registered power of attorney [as per Order No. 09-W(C)/1M-286/15 dated 23.09.2015]. xiii) The prospective Bidder Shall have in their full time engagement following experienced technical personnel:- (Authenticated document in respect of qualification and engagement along with present occupancy shall have to be documented through e-Filing). a) One Diploma holder Civil Engineer. b) One Degree holder Civil Engineer.

xiv) GST will be applicable as per Govt. Order in force. Page No.3 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] xv) Where an individual person holds a Digital Signature Certificate in his own name duly issued to him by the company or the firm of which he happens to be a director or partner, such individual person, either belonging to an appropriate cadre officer of the company or an authorized partner of a firm, having a registered power of attorney empowered by the board or by the firm, shall invariably upload a copy of registered power of attorney showing clear authorization in his favour, to upload such tender. The power of attorney shall have to be registered in accordance with the provisions of the Registration Act, 1908.[Non-statutory Documents. [Order No. 09-W(C)/1M- 286/15 Date-23.09.2015] xvi) In case of Proprietorship/ Partnership Firms/pvt. limited cos./Regd.Co-op. Socities , Tax Audit Report under I.T. Act in 3CB & 3CD Form is to be furnished along with Balance Sheet, Profit & Loss Account for the last 5 years year just preceding the current financial year will be considered as year –1 ) including all schedules forming the part of Balance Sheet and Profit & Loss Account. The Balance Sheet, Profit & Loss Account should be in favour of Tenderer . No other name along with applicant's name in such enclosure will be entertained.[Non-statutory Documents] xvii) The prospective tenderers should own/ lease/ arrange the required plant and machinery. List and conclusive proof of machinery in working condition shall have to be submitted. (Non-Statutory documents). Age of principal machinery shall not be more than 5 (five) years. Fit Certificate must be submitted from the manufacturer company if the age more than 5 (five) years old. xviii) The prospective tenderers 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 or rescission will be considered as disqualification towards eligibility. xix) The available Bid Capacity [to be calculated on the basis of prescribed format (ITB, Section - B, Form - II)] of the prospective Tenderer shall not be less than the amount put to tender. [Non Statutory Documents (Financial Statement)] . [Form No. 26AS for that particular year over which Bid Capacity will be calculated is to be uploaded for ready reference] xx) If the payment certificate/Form No. 26AS does not match with the gross turnover(for engineering work) of the said year to evaluate Bid Capacity , satisfactory clarification is to be uploaded, failing which , tender will be rejected & recommendation for debarment may be made by the Tender Inviting Authority. xxi) A prospective Tenderer 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.

7. There shall be no provision of Arbitration. Hence clause 25of the West Bengal Form No. 2911 shall not be allowed vide memo no.558/SPW dated 13.12.2011 of P.W.D. Establishment Branch.

8. Constructional Labour Welfare Cess @ 1 % (one percent) of the cost of construction will be deducted from every bill of the selected agency. 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, Audit Branch alongwith Notification No. 5050-F(Y) dated 16.08.2017 of Principal Secretary to the Govt. of West Bengal, Finance Department, Audit Branch. Royalty & all other Statutory Levy / Cess will have to be borne by the contractor. As the rates in the Schedule of rate are inclusive of all the taxes & Cess as stated above.

9. The Successful Bidder will have to submit the receipt of payment of Royalty to the Government for use of sand, stone materials, laterite, Moorum, gravel etc. to the Engineer-In-charge before preparation of bill for payment, when they collect the materials directly from the source. If they collect the materials from the authorized quarry holder or commercials establishment who directly or indirectly pay the royalty to the Government, necessary certificate or cash memo for sale in that respect from them shall have to be produced to the Engineer-In-Charge failing which necessary deduction from the dues of the contractor may be made as fixed by the Engineer-In-Charge.

10. Bids will remain valid for a period not less than 120 days (One Hundred Twenty days) from last date of submission of Bid / Sealed bid. If the Bidder withdraws the Bid during the period of Bid –validity, his Earnest Money Deposited will be forfeited. Bid validity for a shorter period will be treated as non responsive/Informal.

11. No materials will be issued to the Contractor Departmentally. All materials including bitumen (of all grade), bitumen emulsion, cement, steel shall be of approved brand in accordance with relevant code of practice and manufacture accordingly and shall be procured and supplied by the agency at their own cost. Authenticated evidence for purchase of bitumen, bitumen emulsion, cement and steel are to be submitted along with challan and test certificate. If required by the Engineer in Charge, further testing from any Government approved Testing laboratory shall have to be conducted by the agency at their own cost.

12. No Mobilization Advance / Secured Advance will be allowed.

13. Prospective applicants note carefully the minimum qualification criteria as mentioned in instruction to bidders before tendering the bid(s). Page No.4 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] 14. No Conditional Bid / Tender will be accepted under any circumstances.

15. Requirement of Principal Machineries which must be possessed by [Non Statutory Document) by the Bidders.

16. Before uploading tender document through e-filing each page of the tender documents are to be signed originally by the Bidder/ owner/ partner / authorized signatories having legal authority to do so, failing which the Bid will be treated as informal.

17. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of the Bid, no cost of Bidding shall be reimbursable by the Department. The Superintending Engineer, Southern Circle, Social Sector, P.W.Dte. reserves the right to accept or reject any / all offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by the Bidder at the stage of Bidding.

18. IMPORTANT INFORMATION A. Current Schedule of Rates for P.W.D.(Building and S&P and Road & Bridge works) combined Schedule for the year 2017-18 with effect from 01.11.2017. & with latest addenda & Corrigendum of P.W.D, Government of West Bengal will be applicable in this Tender. including 1% Cess .

B. Date & Time Schedule

Sl. PARTICULAR DATE & TIME No. i) Date of uploading of N.I.T and Tender Documents (online) 12.11.2020 (Publishing date) ii) Documents Sell / download start date (online) 01.12.2020 at 10.00 A.M. iii) Bid Submission Upload Start date (online) 01.12.2020 at 11.00 A.M. iv) Bid Submission Upload End date (online) 22.12.2020 upto 02.00 P.M. v) Date & Place for Opening of Technical bid (online) for the 24.12.2020 at 03.00 P.M. Bidders At the Office of the Superintending Engineer, Southern Circle, Social Sector, P.W Dte.

C: LOCATION OF CRITICAL EVENTS Bid Opening: “Office of the Superintending Engineer, Southern Circle, Social Sector, P.W. Dte. 45, G.C. Avenue, 5 th Floor, Kolkata – 700 013. Interested bidder may be presented at “Office of The Superintending Engineer, Southern Circle, Social Sector, P.W.Dte. 45, G.C. Avenue, 5 th Floor, Kolkata – 700 013 during opening of bid. Superintending Engineer, Southern Circle, Social Sector, P.W. Dte. may call open bid /sealed bid after opening of the said bid to obtain the suitable rate further, if it is required. No objection in this respect will be entertained if raised by any bidder present or absent during opening of tender.

19. In case of any unscheduled holiday on the aforesaid dates [Sl. (v)], the next working day will be treated as schedule / prescribed date for the same purpose.

20. Earnest Money: The amount of Earnest Money @ 2% (two percent) of the Estimated Amount put to tender in the Methodology for submission of EMD [as per order no- 3975-F(Y) Dated-28/07/2016 of Finance Dept, Govt of W.B.] in favour of the “Executive Engineer, South 24 Parganas Division, Social Sector, P.W.Dte.” against the work. This clause is also applicable for all categories of applicants except those are exempted as per prevailing Government Order. In case of successful tenderer, the EMD deposited will be converted into part of security deposit. The balance security deposit 8% (eight percent) of the amount of each running bill will be so adjusted as to make the total amount of security deposit equivalent to 10% (ten percent) of the total value of work as actually executed.

21. The successful Bidder shall have to execute Formal Agreement with Superintending Engineer; Southern Circle, Social Sector, PW Dte. through Executive Engineer, Concerned Division, Social Sector, P.W.Dte. in 3(three) copies of printed form no. W.B.F. 2911 within 10 (ten) days from the issuance of Letter of Acceptance. All document required for execution of Formal Agreement along with WBF 2911 are to be purchased from the Office of the Executive Engineer, Concerned Division, Social Sector, P.W.Dte. on usual payment of cost @ ` 5,000.00 (Rupees five thousand) only per set. In addition if the successful bidder requires one set of Formal Agreement for his own they should apply for the same and in that case they have to purchase one more copy i.e. total 4 (four) copies on usual payment in place of 3 (three) copies. The Formal Agreement comprises of the following documents and forms a part of the Agreement in. a) WBF 2911 printed form b) Notice Inviting Tender c) Special Terms & Conditions d) Letter of Acceptance. & BOQ.

22. Bank guarantee shall not be accepted for the purpose of the security (Unless otherwise stated by the Govt.). Page No.5 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] 23. Agency shall have to arrange required land for installation of Plant & machineries (Specified for the awarded work), storing materials, labour shade etc. at their own cost and responsibility nearest to the work site.

24. No Adjustment of Price or Price Escalation of any kind will be allowed. Notification No. 23-CRC/2M-61/2008 dated 13.03.2009 & Notification No. 38-CRC/2M-61/2008 dated 20.04.2009 shall not be applicable for the job included in this NIT.

25. The intending bidder(s) required to quote the rate (percentage above/below/at par) over the total estimated cost put to tender online considering that no escalation and / or price adjustment will be allowed by the department under any circumstances.

26. The Bidder has to visit and examine the site of works and its surroundings and obtained all information that may be necessary for preparing Bid and entering into an agreement for the work / works as mentioned in the NIT. The costs for visiting the working site shall have to be borne by the bidder.

27. a) The Working Capital shall not be less than 15% (fifteen) percent of the amount put to tender out of which minimum 10% (ten) percent must be of the applicant’s own resource. [Non Statutory Documents (Financial Statement)]. For borrowed capital(loan/overdraft/Bank Solvency etc.) , proper documentation for this particular work addressing to the Tender inviting authority is to be uploaded. b) The bidder’s net worth for the last year calculated as the difference between total assets and total liabilities should be positive. Net Worth calculation should be annexed with the uploaded document duly authenticated by the auditor and the agency with date. The available Bid Capacity (to be calculated on the basis of prescribed format of this NIT as mention in Section – B, Form - II) of the prospective applicant shall not be less than the Estimated amount put to tender of the intended job. Copies of the certificate issued by the concerned Executive Engineer to justify % of work executed must be submitted in the respective folder during filling the prescribed format vide AFFIDAVIT – “X”, failing which % of work executed will be considered as 0%. i) Payment certificate / Form No. 26AS for that particular year over which bid capacity will be calculated is to be submitted for ready reference. ii) UDIN No. must be provided on the documents signed by the Chartered Accountant after 31.01.2019, failing which, documents will not be considered as authentic documents. UDIN generation

certificate is also to be uploaded.

28. Prospective Bidder shall have to execute the work in such manner so that appropriate service level of the Building under improvement is to be maintained during progress of the work and during Defect Liability Period of 3(three) months for Building repair works and for 5(five) years for new construction work &Roof treatment works (APP Works) and as per Notification No. 5784-PW/L&A/2M-175/2017 dated 12.09.2017 of PWD, Govt. of West Bengal from the date of successful completion of the work up to the entire satisfaction of the Engineer in Charge. If any defect / damage is detected during this period as mentioned above the contractor shall make the same good at his own expense to the satisfaction of the of the Engineer in Charge or in default the Engineer in Charge may cause the same to be made good by other agency and deduct the cost (of which the certificate of the Engineer in Charge shall be final) from his security deposit or any sums that may be then, or at any time thereafter become due to the contractor. Security Deposit shall become payable only after expiry of the Defect Liability Period after making necessary deduction if applicable. Hence condition of refund of Security Deposit as stated in Clause No. 17 (revised) of WBF 2911 as per Notification No. 5784-PW/L&A/2M-175/2017 dated 12.09.2017 of PWD, Govt. of West Bengal.

29. If more than one Bidder quoted same rate and which are found lowest at the time of opening, such similar multiple rates will not be entertained / accepted. Lowest offer will be ascertained by sealed bid amongst the lowest bidder.

30. At any stage during scrutiny, if it is found that the credential or any other papers which the Bidder uploaded during Bidding process, is incorrect / manufactured / fabricated , that bid will be considered as non-responsive and out right rejected with forfeiture of Earnest Money and action will be taken as per stipulation of IT Rules in force. Accordingly necessary action will be taken as per Memorandum No. 547-W(C)/1M-387/15 dated 16.11.2015 of Govt. of West Bengal PWD Works branch.

31. List of “Technically Qualified Bidders” will be published in the web portal only. Financial Bid will be opened within a short period after such publication. Therefore, Bidders are requested to view the tender status on a regular basis. In case of there be any objection regarding Pre-qualification / list of “Technically Qualified Bidders”, that objection should be lodged to the Chairman Tender Evaluation Committee within 48 hours from the date of Page No.6 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] publication of list of qualified Agency with confirmation of submission of bank draft and beyond that time schedule no objection will be entertained by the Tender Evaluation Committee.

32. Before issuance of Letter of Acceptance / Work order, the tender accepting authority may verify the credential & other documents of the lowest bidder so uploaded online if found necessary. If it is found such document incorrect / manufactured / fabricated, Letter of Acceptance / Work order will not be issued in favour of the bidder under any circumstances and action will be taken accordingly. Any tenderer may be asked to produce any document at any stage in original by the TIA for verification. The TIA reserves the right to accept/reject any or all tenders without assigning any reason .

33. In case of Ascertaining of Authority at any stage of application or execution of work, necessary registered Power of Attorney is to be produced.

34. The Earnest Money may be forfeited if;- a) If the Bidder withdraws the Bid during the period of Bid validity. b) In case of successful Bidder, if the Bidder fails to execute formal agreement within the stipulated time period. c) During scrutiny, if it is come to the notice of tender inviting authority that the credential or any other document which were uploaded& digitally signed by the Bidder are incorrect / manufactured / fabricated.

35. 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: a) Printed Tender Form, i.e. W.B.F 2911 b) Notice Inviting Tender c) Special Terms and Conditions d) Financial Bid

All works covered in the clause appearing hereinafter shall be deemed to form a part of the appropriate item or items of works appearing in the work schedule whether specifically mentioned in any clause or not and the rates quoted shall include all such works unless it is otherwise mentioned that extra payment will be made for particular works.

36. Works related to the electrical item is to be executed through authorized supervisory License Holder issued by Chief Electrical Inspector. Requisite paper also to be uploaded at the time of submission of bid. Prospective tenderers must have sufficient credentials to participate in the tender (Electrical Works) as per notification of Clause No 2.

37. For any typographical mistake in case of Unit, Rate, Quantity, Amount, any type of nomenclature in items of works/item itself including description etc. whatsoever as stated in BOQ, that can’t be claimed during agreement or so. In that case sanctioned estimate will be binding criteria.

38. The prospective Tenderers 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). The agency have to arrange necessary plant and machineries as required during execution of the work as per Memorandum No. 44-W(C)/1M-24/15 dated 13.02.2015 of Principal Secretary, Public Works Department, Govt. of West Bengal of Annexure – III in Building Works.

39. The Dispute Redressal Committee shall be as per G.O. No. 8182 – F(Y) dated 26.09.2012 of Finance Department, Govt. of West Bengal.

40. Additional Performance Security is to be deposited when the bid value is 80% or less of the Estimated amount put to tender and no increase in scope of work of projects during execution phase as per Memorandum No. 4608- F(Y) dated 18.07.2018 of Additional Chief Secretary to the Govt. of West Bengal, Finance Department Audit Branch..

41. The exemption of Earnest Money is applicable only as per Order No. 38-W(C)/1M-208/15 dated 17.01.2017 of Joint Secretary, Public Works Department, Works Branch, NABANNA, 8 th Floor, HRBC Building, 325, Sarat Chandra Chatterjee Road, P.O. Shibpur, Howrah – 711 102.

42. Work Order or Payment of work will be depended on availability of fund. Intending tenderers may consider this criteria while submission of Tender and quoting their rates.

43. Satisfactory completion certificate is to be obtained from the authority concerned after completion of the work and prior to payment of final bill as per Order No. 474-W(C) /1M-343 /16, date: 07.09.2016.

Page No.7 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] 44. A Bidder can participate in more than one work of any NIT provided the Bid Capacity permits and the Bidder is capable to arrange and deploy separate set of required machineries for multiple works and complete the work in specified time.

45. Successful bidder will have to take necessary measures related to pollution control as per Govt. Order no. 1M-21/2017/06-R/W (N) date. 16.06.2017 of PWD.

46. Technically disqualified bidder have to deposit requisite amount of earnest money in the form of Bank Draft in favour of the concern executive engineer to review of his/her own/other bid within two working days from the date and time of uploading of Technical Bid Evaluation. In case of unsuccessful review, earnest money will be forfeited & penal action may be initiated to that unsuccessful bidder for attempt to make unnecessary delay towards execution of Govt. work as per existing Govt. rule.

The eligibility of the Bidder will be ascertained on the basis of documents signed & submitted / uploaded in support of the minimum criterion as mentioned above. If any document submitted / uploaded by the Bidder is either manufactured or false the eligibility of Bidder will be out rightly rejected at any stage without prejudice and action will be taken as per stipulation of IT Rules in force.

NB:- Required Documents should be uploaded in proper folder, otherwise the application may not be considered and no complain or claim whatsoever will be entertained in this regard. Uploading of unnecessary document may lead to cancellation of the tender.

Superintending Engineer, Southern Circle, Social Sector, PWDte.

Memo No: 834 / 1 / S - 47, Date: 12.11.2020 Copy forwarded to the Superintending Engineer, IT Circle, P.W.Dte. K.I.T. Annex Building, 5th Floor, India Exchange Place Extension, Kolkata – 700 073 for information & wide circulation. He is requested to publish in the Government Portal only.

Superintending Engineer, Southern Circle, Social Sector, PWDte.

Page No.8 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] 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 more than one 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 through Digital Signature Certificate (DSC) The documents are to be uploaded (original 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 & 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 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, Audit Branch. alongwith Notification No. 5050-F(Y) dated 16.08.2017 of Principal Secretary to the Govt. of West Bengal, Finance Department, Audit Branch.) 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 [6(i)] 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.

Superintending Engineer, Southern Circle, Social Sector, PWDte. Page No.9 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] 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. Category Sub Category Details No. Name Description A. CERTIFICATES CERTIFICATES 1. PAN CARD 2. P.Tax Challan (Current) / P.Tax Clearance Certificate 3. GST related documents (as implacable as per Govt. norms) B. Company Details Company Details – I 1. Trade License from respective Municipality / Panchayet / Municipal Corporation. 2. ‘Certificate of Registration’ from the respective Assistant 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 work completion certificates applicable cases) and payment certificates) as mentioned in Clause No. [2(i)] of this N.I.e-T.

B. Technical proposal i. Opening of Technical proposal: - Technical proposals will be opened by the Superintending Engineer, Southern Circle, Social Sector, P.W. Dte. 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 in the space marked for quoting rate in the BOQ.

ii) Only downloaded copies of the above documents are to be uploaded original scanned & digitally signed by the contractor.

D. Special Terms & Conditions for Principal Machineries, Tools and Plants as follows. (i) Tilting Drum Mixture 230 – 280 liter capacity with Hopper. (2 Nos.) (ii) Internal or immersion vibrator (2 Nos.) (iii) Steel reinforcement Cutting machine (1 No.)

In case of Bidder purchase the In case of Bidder purchase old In proof of Lease hold Agreement, Principal machinery from the machinery of Principal Machinery, the Bidders Manufacturer/Authorised Dealer will have to submit In proof of Ownership of Prime In proof of Ownership of Prime Machinery a) The scanned copy of Original Tax Machinery of the NIT, the Bidders will of the NIT, the Bidders will have to submit Invoice in favour of the LESSOR have to submit a) The scanned copy of Original Tax a) The scanned copy of Original Tax b) The scanned copy of Original Delivery Invoice in favour of the Bidder Invoice in favour of the Seller Challan in favour of the LESSOR b) The scanned copy of Original Delivery b) The scanned copy of Original Delivery c) The scanned copy of Original Way Bill Challan in favour of the Bidder Challan in favour of the Seller in favour of the LESSOR c) The scanned copy of Original Way c) The scanned copy of Original Way Bill/ d) The scanned copy of original Lease Bill/ e- Way Bill as applicable in favour e- Way Bill as applicable in favour of the Agreement between the Bidder &LESSOR of the Bidder Seller for The specific Prime Machinery clearly The scanned copy of original Sale-Deed (to mentioned therein the name of machinery, be furnished in Non–Judicial Stamp paper lease period Terms condition including of appropriate value duly notarized) in financial terms condition, date of agreement favour of the Bidder by the Seller & etc apart from other data. Registration Certificate from R.T.O for movable Machineries in favour of Bidder.

Note  The balance machineries if required for execution of this work should be arranged by the agency as per G.O. No. 44-W(C)/1M-24/15 dated 13.02.2015 of Principal Secretary, Public Works Department, Govt. of West Bengal of Annexure – III in Building Works. The fit certificates by the manufacturer company are required if the machineries are five years old.

All plants, machineries and equipment will be verified by the competent authority before execution of the work.

Page No.10 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021]

Memo No: 834 / 1 / 1 – 16 / S – 47, Date: 12.11.2020

Copy forwarded for information and wide circulation please to the:

1 – 2. Chief Engineer, Social Sector / South Zone, P.W.Dte.

3 – 7. Superintending Engineer, Northern / South – Western / Planning / Western Circle, Social Sector, P.W. Dte. / South Electrical Circle, Mechanical Complex, Baguiati, Kolkata – 700 159.

8 – 13. Executive Engineer, Kolkata Division / North 24 Parganas Division / South 24 Parganas Division / Murshidabad Division / Krishnagar Division, Social Sector, P.W. Dte. / South 24 Parganas Electrical Division, PWDte.

14 – 15. T.A. to Superintending Engineer, Southern Circle, Social Sector, P.W. Dte. / Head Assistant of this office.

16. Notice Board of this office.

Superintending Engineer, Southern Circle, Social Sector, PWDte.

Memo No: 834 / 1 / 1 – 16 / 1 – 4 / S – 47, Date: 12.11.2020

Copy forwarded for information and wide circulation please to the:

1. Joint Secretary M.S. Branch , Department of Health & Family Welfare, Govt. of West Bengal, Swastha Bhaban, GN – 29, Sector – V, Salt Lake, Kolkata – 700 091.

2. Sabhadhipati, South 24 Parganas Zilla Parishad.

3. C.M.O.H, South 24 Parganas, Administrative Building, 2nd floor, MR Bangur Hospital Complex, 241, Desopran Sashmal Road, Tollygunge, Kolkata – 700 033.

4. District Magistrate, South 24 Parganas, 25, Belvedere Rd, Alipore Police Line, Alipore, Kolkata – 700 027.

Superintending Engineer, Southern Circle, Social Sector, PWDte.

Page No.11 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] SECTION – B FORM – I B.1. PRE-QUALIFICATION APPLICATION . To The Superintending Engineer. Southern Circle, Social Sector, P.W. Dte.

Ref: - Tender for ______work______

N.I.T. No: 11 / S.E. SC. S.S. P.W.D. OF 2020-21 of Superintending Engineer, Southern Circle, Social Sector, P.W.Dte.

Dear Sir, Having examined the Statutory, Non statutory, Instruction to Bidders & NIT documents along with its Agenda & corrigendum, 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: (a) Tender Inviting & Accepting Authority / Engineer-in-Charge can amend the scope & value of the contract bid under this project. (b) Tender Inviting & Accepting Authority / Engineer-in-Charge reserve the right to reject any application without assigning any reason.

(c) Enclo: e-Filling:- (d) 1. Statutory Documents. (e) 2. Non Statutory Documents.

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

Page No.12 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] SECTION – B Form – II B.2. FINANCIAL STATEMENT Information of audited financial statements for the last year to demonstrate the current soundness of the Bidder’s financial position:

1. The Bidder's Net worth for the last year calculated as the difference between total assets and total liabilities should be positive. 2. Bidders, who meet the minimum qualification criteria, will be qualified only if their available bid capacity at the expected time of bidding is more than the total estimated cost of the works. The available bid capacity will be calculated as under:

Assessed Available Bid capacity = (A x N x 2 – B) where A = Maximum value of engineering works in respect of Projects executed in any one year during the last five years (updated to the price level of the year indicated in table below under note) taking into account the completed as well as works in progress. The projects include turnkey project/ Item rate contract/ Construction works.

N = Number of years (i.e., year) prescribed for completion of the works for which Bids are invited.

B = Financial Liability of the bidder to be incurred for existing commitments and on-going works during the period of the subject contract.

To calculate the value of “A” i) A table containing value of Engineering Works in respect to Projects (Turnkey projects / Item rate contract / Construction works) undertaken by the Bidder during the last 5 years is as follows :

Sl. No. Financial Year Value of Engineering Works undertaken w.r.t. Projects (Rs. in Crores) 1. 2014-2015 2. 2015-2016 3. 2016-2017 4. 2017-2018 5. 2018-2019

ii) Maximum value of projects that have been undertaken during the F.Y. ______out of the last 5 years and value thereof is ` ______Crores (Rupees ______). Further, value updated to the price level of the year indicated in Table is as follows :

` ______Crores x ______(Updation Factor as per Table annexed)

= ` ______Crores (Rupees ______)

Table indicating the factor for the year for updation to the price level is indicated as under: Sl. No. F.Y. / Calender Year Updation factor 1. 2018-2019 1.00 2. 2017-2018 1.05 3. 2016-2017 1.10 4. 2015-2016 1.15 5. 2014-2015 1.20

iii) Net worth for the last year of ______(Name of the company) in ` ……………….

Thus available assessed Bid Capacity stands as: (A x N x 2 – B) = ………………………… = ` ……………….

……………………….. …………………………. ……………………….. …………………………. Signature, name and designation of Authorised Name of the Statutory Auditor’s firm : Signatory Seal of the audit firm : For and on behalf of (Signature, name and designation and ………………………………………….……… Membership No. of authorized signatory). (Name of the Applicant)

Page No.13 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] To calculate the value of “B”

3. A table containing value of all the existing commitments and on-going workings to be completed during the next ______years (prescribed time for completion of the works for which Bids are invited) is as follows :

Sl. Name of Work / Name of the Percentage of Stipulated period Value of Value of Balance Anticipated Financial no. Project employer participation of of completion as Contract as work value of date of liability to Bidder in the per per completed work to Completion incurred for project Agreement/LOA Agreement Rs. ___ be the said with the Start / LOA completed work / date Rs. ___ Rs. ___ project during the period of the subject contract Rs. ___

1 2 3 4 5 6 7 8 9 10

…………………….. …………………….. Signature, name and designation of Authorised Signatory For and on behalf of …………………………………………… (Name of the Applicant)

Note :

1. All the documents to be submitted in support of Annexure – B, Form – II must be duly signed and sealed by the applicant / bidder and authenticated by Statutory Auditor’s firm.

2. In case of a Joint Venture, Lead Member of such joint venture shall be required to meet 60% of required Bid Capacity and each of the Joint Venture Members shall be required to meet at least 30% of requirement of Bid Capacity, Bid capacity of all the members in total should be at least 100% of required Bid capacity.

Page No.14 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] B.3. AFFIDAVIT – “X” {required for Sl. No. 1 of List} (To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized)

Work in progress.

Sl. Name of the work. Tender No. Tendered % of work Executed (to Amount. be certified by the competent authority / concerned Executive Engineer).

Work order issued but work not started.

Sl. Name of the work. Tender Tendered Status. No. Amount.

______Title of the officer.

Date :------______Name of the Firm with Seal.

Page No.15 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] B.4. AFFIDAVIT – “Y”

(To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized)

B.4.1. 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.

B.4.2. The under-signed also hereby certifies that neither our firm ______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.

B.4.3. 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.

B.4.4. The under-signed understands that further qualifying information may be requested and agrees to furnish any such information at the request of The Department.

B.4.5. 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.

B.4.6. Certified that I have applied in the tender in the capacity of individual/ as a partner of a firm &I have applied the works under this NIT restricted to maximum 1-No. Work.

Date : ______Signed by an authorized officer of the firm

______Title of the officer

______Name of the Firm with Seal

Page No.16 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] SECTION – B FORM - III [Ref. NIT Clause No. 6 (C) (XIII)]

(To be furnished in Non - Judicial Stamp paper of appropriate value duly notarized on or after the date of publication of this NIT) List of Technical Personnel to be full time engaged / appointed for the work “______(Name of Work)______”

Sl Name of the Qualification Designation Dat e of PAN Mobile No Remarks No. Technical Joining Person

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

Page No.17 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] SECTION – B

FORM- III

B.5. STRUCTURE AND ORGANISATION.

B.5.1. Name of applicant ::______

B.5.2. Office Address :: ______

______

Telephone No. ::______

Fax No. :: ______

B.5.3. Name & address of Bankers :: ______

______

______

B.5.4. Attach an organization chart showing the structure of the company with names of Key personnel and technical staff with Bio-data.

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

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

Page No.18 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] FORM – IV

B.6. DEPLOYMENT OF MACHINERIES:-

(Original document of Ownership /arranged through lease hold agreements by the bidder to be annexed)

B.6.1. DETAILS OF MACHINERIES:-

Name of Date of Ref. file no. Motor / Possession Status Location Machine Machine Machine Machine release, & page no. Sl. Capacity Engine where of PDF file If Make Type No. uploaded No. Idle Engaged installed Engaged 1 2 3 4 5 6 7 8 9 10 11 12

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

Page No.19 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] SECTION - B FORM – IV (contd...)

G. CONTRACTOR’S EQUIPMENT MINIMUM PLANT AND EQUIPMENT TO BE DEPLOYED BY THE CONTRACTOR 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 tenderer should owned / arranged through registered/ notarized lease agreement.

Sl. TYPE OF EQUIPMENT (PRIME MACHINERIES) MINIMUM NUMBER No. REQUIRED

1. Tilting Drum Mixture 230 – 280 liter capacity with Hopper. 2 Nos.

2. Internal or immersion vibrator 2 Nos

3. Steel reinforcement Cutting machine 1 No.

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

Page No.20 [NIT No.11/S.E.S.C.S.S. PWD OF 2020-2021] FORM – V

B.7. EXPERIENCE PROFILE.

B.7.1. Name of the Firm :______

B.7.2. LIST OF PROJECTS COMPLETED THAT ARE SIMILAR IN NATURE TO THE WORKS HAVING MORE THAN 40% OF THE PROJECT COST EXECUTED DURING THE LAST FIVE YEARS.

Name, Deptt. Engineer- Contract % of Original Time Actual Time Schedule Reasons for Location & Concern in- price in Participation Schedule delay in nature of Charge Indian Rs. of company Start Completion Start Completion completion work Date Date Date Date (if any)

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

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

2 THE GAZETTE OF INDIA : EXTRAORDINARY [PART III—SEC. 4]

• अय ƲƧƸ संपरीा$ आासन Ǝƪ सयापन ƲŽƦŽơƸ कृय Əƿ ƷƬƉ / ƖƹƬƶƂ$ 45/6 Ʋƿ Ǘ

899: उपरो दशा;िनदश िविभ सेवा के िलए मश: उपरो तारीख से वृ हगे ।

ƪƶƏƿư ƲƳƑƬ$ कायकारी सिचव [िवापन III/4//!ſƲƶ /170/19]

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA

(set up by an Act of Parliament) NOTIFICATION New Delhi, the 2nd August, 2019 No.1-CA(7)/192/2019.—Whereas, to curb the malpractice of false certification/attestation by the unauthorized persons & to eradicate the practice of bogus certificates and to save various regulators, banks, stakeholders etc. from being misled, the Council of the Institute decided to implement an innovative concept to generate Unique Document Identification Number (UDIN) mandatorily for all kinds of the certificates/GST and tax audit reports and other attest function in phased manner, for which members of the ICAI were notified through the various announcements published on the website of ICAI www.icai.org at the relevant times.

Now, in exercise of the powers conferred on it under Item No.(1) of Part- II of the Second Schedule to the Chartered Accountants Act, 1949, the Council of the Institute of Chartered Accountants of India hereby issue the following guidelines for information of public and necessary compliance by members of the Institute -

(i) A member of the Institute in practice shall generate Unique Document Identification Number (UDIN) for all kinds of the certification, GST and Tax Audit Reports and other Audit, Assurance and Attestation functions undertaken/signed by him which made mandatory from the following dates through announcements published on the website of the ICAI www.icai.org at the relevant time: - • For all Certificates w.e.f. 1st February, 2019. • For all GST and Tax Audit Reports w.e.f. 1st April, 2019. • For all other Audit, Assurance and Attestation functions w.e.f. 1st July, 2019. (ii) The above Guidelines shall come into force from the above dates for the various services respectively.

RAKESH SEHGAL, Acting Secy. [ADVT.III/4//Exty./170/19]

Uploaded by Dte. of Printing at Government of India Press, Ring Road, Mayapuri, New Delhi-110064 and Published by the Controller of Publications, Delhi-110054. Annexure‐II

FORMAT OF THE BANK GUARANTEE FOR ADDITIONAL PERFORMANCE SECURITY DEPOSIT

To

______[Designation of Engineer‐in‐Charge]

______[ Office address of Engineer‐in‐Charge]

______

Account Details Account Name : WB Govt Pooling A/C for Performance Guarantee Beneficiary Bank Account No : 000605030134 IFSC Code : ICIC0000006 MICR Code : 70229002 Branch Address : ICICI Bank, 22 R.N. Mukherjee Road, Kolkata‐700001

WHEREAS [NAME AND ADDRESS OF Contractor] (hereafter called “the Contractor”) has undertaken, in pursuance of Letter of acceptance e No. dated to execute [name of Contract and brief description of Works] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with a Bank Guarantee by a Scheduled commercial bank for the sum specified therein for ‘ADDITIONAL PERFORMANCE SECURITY DEPOSIT’ for compliance with his obligation in accordance with the Contract.

AND WHEREAS we (indicate the name of the bank & branch) have agreed to give the Contractor such a Bank Guarantee.

NOW THEREFORE we (indicate the name of the bank & branch) hereby affirm that we are the Guarantor and responsible to you on behalf of the Contractor, up‐to a total of Rs. [amount of guarantee]. (in words). We undertake to pay you, upon your first written demand and without cavil or argument, a sum within the limits of

[amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum specified therein.

We (Indicate the name of the bank & branch) hereby waive the necessity of ryou demanding the said debt from the contractor before presenting us with the demand.

We (Indicate the name of the bank & branch) further agree to pay to you any money so demanded not withstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present absolute and unequivocal.

The payment/so make by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

We (Indicate the name kof the ban & branch) further agree that no change or addition to or other modification of the terms of the Contract or of the works to be performed there under or of any of the Contract documents which may be made between you and the Contactor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change, addition or modification.

We (Indicate the name of the bank & branch) lastly undertake not to revoke this guarantee except with the previous consent of you in writing. The Guarantee shall be valid up‐to______it come into force with immediate effect and shall remain in force and valid for a period up‐to the time of successful completion of the work under the stated contract plus claim period of Six months for the Bank Guarantee. Notwithstanding, anything mentioned above, our liability against this guarantee is restricted to Rs. (Rs. ) and unless a claim in writing is lodged with us within the validity period, i.e. up‐to______of this guarantee all our liabilities under this guarantee shall cease to exist.

Signed and sealed this day of 20______at

SIGNED, SEALED AND DELIVERED

For and on behalf of the BANK by

(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES :

(i) The bank guarantee should contain the name, designation and code number of the officer(s) signing the guarantee.

The address, telephone number and other details of the Head Office of the Bank as well as of issuing Branch should be mentioned on the covering letter of issuing Branch.