NATIONAL PPROJECTS CONSTRUCTION CORPORATION LTD (A GOVERNMENT OF ENTERPRISE)

EASTERN ZONAL OFFICE 3A, DR. S.N ROY ROAD, KOLKATA- 700029.

INVITATION FOR BIDS (IFB) PRADHAN MANTRI GRAM SADAK YOJANA – 2017-18 (Batch-III) E-Procurement, Batch –III (2nd Call)

No. NPCC.EZ/PMGSY/2nd CALL/NIT-IIA/17-18/Batch-III/55 Date: 06.06.2018 The Zonal Manager, Eastern Zone , NPCC LTD. on behalf of Governor of invites the percentage rate tenders for each of the following works, in electronic tendering system, for construction and maintenance (for 5 years) of roads under Pradhan Mantri Gram Sadak Yojana (PMGSY) in different packages in different blocks in the district of Paschim Medinipur, West Bengal from the eligible contractors registered in appropriate classes with PWD/CPWD/MES/ NHAI/Railways/Psus and bonafide outsiders who satisfy the terms and conditions set out in ITB of tender document and having registration e-Procurement Portal(http://pmgsytenderswb.gov.in) under WBSRDA. The tender shall be available in the website (http://pmgsytenderswb.gov.in) on 08.06.2018 from 10.00 hours.

Length Estimated Cost (Rs.) Total Period of Earnes Sl Block Package Name of Road s (in in Lakhs Amount Completion t No No. Km) Rs.(in months Money Lakhs) (Excluding (Rs. In Constru Mainten Rainy lakhs) ction ance season) Monsuka WB-20- 9 (Nine) 1 Kharakpur to 3.060 166.89 15.33 182.22 3.64 1176 Months Anandapur

DASPUR- WB-20- Kismat to 9 (Nine) 2 7.000 393.05 37.13 430.18 8.60 I 1133 Supapur-suri Months

DASPUR- WB-20- Uttarbar to 9 (Nine) 3 7.900 427.71 35.74 463.45 9.27 II 1107 Sreebora Months DASPUR- WB-20- Uttarbar to Jotkanu 9 (Nine) 4 15.000 827.91 69.37 897.28 17.95 II 1106 Ramgar Months

DASPUR- WB-20- Ajuria Sonakhali to 9 (Nine) 5 4.500 248.06 21.06 269.12 5.38 II 1110 Kelegoda Months

Intending bidders may download tender documents from e-procurement portal of website http://pmgsytenderswb.gov.in from 08.06.2018 (Friday) from 10:00 hrs. to 22.06.2018 (Friday) upto18:30 hrs. The pre-qualification and bid documents duly filled and digitally signed in all respect may be submitted on-line through our e-portal on or before 22.06.2018 (Friday) upto 18:30 hrs. and tender documents (Technical: Part-I, Part- II & Financial Bid: Part-III) in hard copies have to be submitted on 25.06.2018 (Monday) upto17.00 Hrs. NPCC Ltd. does not take any responsibility for the delay caused due to non-availability of Internet connection or traffic jam etc. for on- line bidding.

Cost of bid document for each Package is Rs.10,000.00 + GST @ 12%=Rs. 11,200.00 (Non-refundable) for on-line bids. The amount should be deposited in IndusInd Bank in the Account No:- 200999977127 in favor of National Projects Construction Corporation Ltd. IFSC :- INDB0000029 through RTGS/NEFT system only. The Package No and UTR number should be clearly mentioned in the deposit challan payment, made otherwise will be rejected.

Cost of Earnest Money/ Bid Security should be deposited @2% of estimated cost of Construction & Maintenance work in IndusInd Bank in the Account No:- 200999977127 in favour of National Projects Construction Corporation

Ltd. IFSC :- INDB0000029 through RTGS/NEFT system only. The Package No and UTR number should be clearly mentioned in the deposit challan payment, made otherwise will be rejected.

The bidders are required to submit a)original receipt of RTGS/NEFT towards the cost of bid document b) Original receipt of RTGS/NEFT towards Bid security and c) Original affidavit regarding correctness of information furnished with bid document as per “sample format for Affidavit in appendix to ITB” in separate envelope as Part-I, Technical Bid as Part- II and Financial Bid as Part-III in the office of Zonal Manager, Eastern Zone, NPCC Ltd. 3A Dr. S.N Roy Road, Kolkata-700029. Upto 17.00 hours but not later than two working days from the deadline date of receiving of bids on- line either by registered post or by hand, failing which the bids will be declared non-responsive.

Original Additional Performance Security as Specified in Cl no 16 of Section 4 Part-II Special Condition of Contract, if any, is to be furnished in a separate sealed envelope alongwith the price bid at the time of submission of bids.

The pre-qualification documents alone will be opened on 2nd working day i.e 26.06.2018 at 12.00 hours, from the deadline date of receiving of bids on-line by the Zonal manager, EZ, NPCC Ltd. or his representative presence of the bidders.

Names of technically qualified bidders on the basis of information furnished in the checklist and in “my documents” uploaded by the concerned bidders after verification of the same with original will be displayed in the portal and this office Notice Board.

The financial bid documents of the technically qualified bidders will be opened on 6th working day at 12:00 Hrs from the date of making publish the result of Part-I for scrutiny subjected to completion of technical evaluation and verification of original document. List of Financial comparison chart of bidders will be displayed in the portal and this office notice board. No separate intimation will be given for this, unless the above date is changed. In case of change of the date, due intimation will be given online. No individual intimation will be given, and the same shall be placed before tender committee for their recommendation accordingly.

In case, due to any reason the scheduled dates for opening of technical and financial parts as mentioned above are holidays or due to any reason the office remains closed or due to any acts of God it becomes unapproachable (solely at the discretion of tender inviting authority), the next working day will be applicable while the previous specified time will remain the same.

The Zonal Manager, EZ, NPCC LTD reserves the right to reject or cancel any or all pre-qualification documents and bid document without assigning any reason’s whatsoever.

The eligibility criteria as stated in the Standard Bidding Document are given below:-

1. Achieved in any one year during last five years in the same name and style (excluding current year) a minimum financial turnover as certified by chartered accountant and at least 50% of which is from civil engineering construction works) equivalent to amount given below: i) 60% of amount put to bid (Cost of construction only) in case of the amount put to bid is Rs.200 lakh and less. ii) 75% of amount put to bid (Cost of construction only), in case of the amount put to bid is more than Rs.200 lakh. The turnover will be indexed at the rate of 8% for a year. If the bidder have executed road works Pradhan Mantri Gram Sadak Yojana in originally stipulated completion period, the financial turnover achieved on account of execution of road works under PMGSY shall be counted as 120% for purpose of this sub clause.

2. The applicant in the same name and style as prime contractor or sub-contractor must have successfully completed at least one similar work equal in value to one-third value of the estimated cost of work. (Excluding the maintenance cost for five years.)

3. (a) The sub contractor should have sufficient technical manpower, tools and plants to complete the work in proportion to the quantum of work sub contracted. All documents in this regards should be uploaded in “My Documents”.

(b) A copy of the agreement between the prime & sub contractor to be submitted duly recommended by Executive Engineer should be uploaded in “My Documents”.

(c) Circumstances which work at such sub contracting.

4. The contractor should have necessary bid capacity to execute the work (Documentary evidence in proof of the above 4 items should be enclosed).

5. Trial Balance or Accounting sheet on the Turn over, debit, credit positions at least for the last 5years (Audited).

6. Income Tax return should be submitted for last 5 years.

7. GST Registration & Professional Tax clearance certificate & Pan Card (Xerox copy) should be furnished.

8. Valid EPF Registration certificate and clearance Challan up to date should be furnished.

9. The bidders is not required to quote his rate for routine maintenance. The rate to be paid for routine maintenance are indicated in the bill of quantities. Further the payment for routine maintenance to the contractor shall be regulated based on his performance of maintenance activities.

10. To keep the road in good condition during the next 5years after the completion of the construction if any additional/excess work is required over the stipulated quantity in the schedule for routine maintenance work, the same will be treated as defect liability and the contractor has to do the maintenance work at his own cost.

11. To qualify for a package of contracts made up of this and other contracts for which bids are invited in the NIT, the bidder must demonstrate having experience and resources sufficient to meet the aggregates of the qualifying criteria for individual contracts. For other terms and condition for qualification the standard bidding documents may please be referred.

The amount of Bid Security/earnest money is 2% of the estimated cost of construction and routine maintanence for next 5 years. All duties, taxes, royalties, cess, including 1% Cess under W.B Building and other Construction workers (Regulation of Employments & Condition of Service) Act, 1996], toll, taxes and other levies payable by the Contractor under the Contract to the State / Central Government for any other cause, shall be included in the rates, prices and total Bid price submitted by the bidder.

Time allotted for completion of packages is 9 (Nine) months (excluding rainy season) from the date of issue of work order. The intending bidders are requested to inspect the alignment of the proposed road before quoting their rates.

Zonal Manager Eastern Zone NPCC Ltd.