1

GOVERNMENT OF Office of the EXECUTIVE ENGINEER HOOGHLY HIGHWAY DIVISION NO.-II P. W. (ROADS) DIRECTORATE

Memo No.- 896 / Works-114 Date:- 02/12/2020

ABRIDGE NOTICE INVITING ELECTRONIC TENDER NO.- 04 of 2020-2021 OF THE EXECUTIVE ENGINEER, HOOGHLY HIGHWAY DIVISION NO.-II, P.W. (ROADS) DIRECTORATE

(Submission of Bid through online) The Executive Engineer, Hooghly Highway Division No.- II, Public Works (Roads) Directorate, invites e-Tender for the works detailed in the table below.

1. List of Works :-

Cost of

Earnest Tender Estimated Defect Time of Contractors Sl. Money Form Name of the work Amount Liability Completion No @2% including eligibility (Rs.) Period of work (Rs.) 2911(ii) Per set 1. Repairing work of Pandua - Kalna Road from 13.00 kmp to 19.00 kmp (in stretches) by Stone metal consolidation, Repairing Potholes, Profile Corrective Course, 20mm P.C. and Seal Coat etc under Hwy. Sub-Division No.-II of Hooghly Hwy. Division No.-II, in the district of Bonafide Hooghly, during the year 2020-2021. Resourceful outsiders

2. Repairing work of Pandua - Kulti Road having from 1.00 kmp to 5.00 kmp (in credentials stretches) by providing potholes, Profile corrective course, WBM, as stated 20mm P.C. and Seal Coat etc under Cl. No. 7 Bansberia Hwy. Sub-Division No.-I of Hooghly Hwy. Division No.-II, in the district of Hooghly, during the year 2020-2021.

eNIT No. :- 04 of 2020-21/EE/HHD-II, PW (Roads) Directt. Government of West Bengal 2

Cost of

Earnest Tender Contractors Estimated Defect Time of Sl. Money Form Name of the work Amount Liability Completion eligibility No @2% including (Rs.) Period of work (Rs.) 2911(ii) Per set 3. Restoration of damages made by P.H.E. Department during laying their pipe lines on - Damra - Bishpara Raghunathpur road from 1.50 kmp to 5.00 kmp (L.H.S.) and 2.00 kmp to 3.00 kmp (R.H.S.) of Bansberia Hwy. Sub-Division No.-I of Hooghly Hwy. Division No.-II, in the district of Hooghly, during the year 2020-2021.

4. Repairing and Maintenance work of - Ugly Road from 8.36 kmp to 9.66 kmp (in stretches) by Potholes, Profile corrective course, 20 mm P.C. and Seal Coal under Bridge Hwy. Sub-Division of Hooghly Hwy. Division No.-II, in the district of Hooghly, during the year 2020-2021. Bonafide 5. Repairing work of Kamarkundu - Resourceful Bajemelia Road from Ch. 1.00 kmp to 3.23 kmp (in stretches) by Potholes, outsiders Profile corrective course,P.C. and Seal having Coal under Serampore Bridge Hwy. Sub-Division of Hooghly Hwy. Division credentials No.-II, in the district of Hooghly, as stated during the year 2020-2021. Cl. No. 7 6. Repairing and Maintanance work of - Road from 0.00 kmp to 3.00 kmp (in Stretches) by repairing potholes, profile corrective course, 20mm P.C. and Seal Coat etc under Serampore Br. Hwy. Sub-Division of Hooghly Hwy. Division No.-II, in the district of Hooghly, during the year 2020-2021.

7. Surfacing work of HC Link Road from 0.550 kmp to 2.66 kmp by Repairing Potholes, 20mm P.C. and Seal Coat, replacing HP culvert etc. of Hwy. Sub-Division under Hooghly Hwy. Division No.-II, in the district of Hooghly, during the year 2020-2021.

eNIT No. :- 04 of 2020-21/EE/HHD-II, PW (Roads) Directt. Government of West Bengal 3

Cost of

Earnest Tender Contractors Estimated Defect Time of Sl. Money Form Name of the work Amount Liability Completion eligibility No @2% including (Rs.) Period of work (Rs.) 2911(ii) Per set 8. Surfacing work of G. T. Road to Bonafide Talandu Rly. Stn. from 0.00 kmp to Resourceful 1.43 kmp by repairing Potholes, 20mm P.C. and Seal Coat, WBM and outsiders maintenance of culvert etc. of having Chandannagore Hwy. Sub-Divn. under Hooghly Hwy. Division No.-II, in the credentials district of Hooghly, during the year as stated 2020-2021. Cl. No. 7

N.B. – *(Intending tenderer will not have to pay the cost of tender document at the time of participation but the lowest bidder will have to pay the cost of copies of agreement document at the time of execution of Formal agreement for each serial of work)

2. In the event to e-Filing intending bidder may download the tender documents from website: http://wbtenders.gov.in directly with the help of Digital Signature Certificate.

3. Both Technical document and Financial Bid are to be submitted in technical and financial folder concurrently (Statutory and Non Statutory documents must be self attested after the date of publishing of e-NIT duly digitally signed in the website http://wbtenders.gov.in

4. The FINANCIAL OFFER of the prospective tenderer will be considered only if the TECHNICAL DOCUMENT of the tenderer found qualified by the Executive Engineer, Hooghly Highway Division No.-II, P.W. (Roads) Directorate. The decision of the Executive Engineer, Hooghly Highway Division No.-II will be final and absolute in this respect. The both list of Qualified Bidders will be displayed in the website and also in the Notice Board of the office of the Executive Engineer, Hooghly Highway Division No.-II, on the scheduled date and time.

5. Online receipt and refund of EMD of e-procurement through State Government e-procurement portal. The following procedure to be adopted for deposit of EMD/Bid Security/Tender Fees related to e-Procurement of the State Government departments. (vide Finance Department Order No. – 3975-F(Y), Dt.-28-07-2016)

I) Login by bidder : a) A bidder desirous of taking part in a tender invited by a State Government Office shall login to the e-Procurement portal of the Government of West Bengal https://wbtenders.gov.in using his login ID and password. b) He will select the tender to bid and initiate payment of pre-defined EMD / Tender Fees for that tender by selecting from either of the following payments modes: i) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through IClCI Bank Payment Gateway; ii) RTGS/NEFT in case of offline payment through bank account in any Bank.

II) Payment procedure: a) Payment of Net Banking (any listed bank) through ICICI Bank Payment Gateway i) On selection of net banking as the payment mode, the bidder will be directed to IClCI Bank Payment Gateway webpage (along with a string containing a Unique ID) where he will select the Bank through which he wants to do the transaction. ii) Bidder will make the payment after entering his Unique ID and password of the bank to process the transaction iii) Bidder will receive a confirmation message regarding success/failure of the transaction. iv) If the transaction is successful, the amount paid by the bidder will get credited in the respective Pooling account

eNIT No. :- 04 of 2020-21/EE/HHD-II, PW (Roads) Directt. Government of West Bengal 4

of the State Government maintained with the Focal Point Branch of ICICI Bank at R. N. Mukherjee Road, Kolkata for collection of EMD/Tender fees. v) If the transaction is failure, the bidder will again try for payment by going back to the first step.

b) Payment through RTGS/NEFT : i) On selection of RTGS/NEFT as the payment mode, the e-Procurement portal will show a pre-filled challan having the details to process RTGS/NEFT transaction. ii) The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment using his Bank Account. iii) Once payment is made, the bidder will come back to the e-Procurement portal after expiry of a reasonable time to enable the NEFT/RTGS process to complete, in order to verify the payment made and continue the bidding process. iv) If verification is successful, the fund will get credited to the respective Pooling account of the State Government maintained with the Focal Point Branch of IClCI Bank at R. N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees. v) Hereafter, the bidder will go to e-Procurement portal for submission of his bid. vi) But if the payment verification is unsuccessful, the amount will be returned to the bidder's account.

6. Refund /Settlement Process: i) After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic processing in the e-Procurement portal of the State Government, the tender inviting authority will declare the status of the bids as successful or unsuccessful which will be made available, along with the details of the unsuccessful bidders, to IClCI Bank by the e-Procurement portal through web services. ii) On receipt of the information from the e-Procurement portal, the Bank will refund, through an automated process, the EMD of the bidders disqualified at the technical evaluation to the respective bidders' bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of bid is uploaded to the e-Procurement portal by the tender inviting authority. iii) Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of the technically qualified bidders other than that of the L1 and L2 bidders will be refunded, through an automated process, to the respective bidders' bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of financial bid is uploaded to the e-Procurement portal by the tender inviting authority. However, the L2 bidder should not be rejected till the LOI process is successful. iv) If the L1 bidder accepts the LOI and the same is processed electronically in the e-Procurement portal, EMD of the L2 bidder will be refunded through an automated process, to his bank account from which he made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on Award of Contract (AOC) to the L1 bidder is uploaded to the e-Procurement portal by the tender inviting authority. v) All refunds will be made mandatorily to the Bank A/c from which the payment of EMD & Tender Fees (if any) were initiated. 7. Eligibility criteria for participation in tender (as per PWD Notification No. 04-A/PW/0/10C-02/14, DT. 18/03/2014) :

A) i) For 1st Call [a] Intending tenderers should produce credentials of a similar nature of completed work of the minimum value 40% of the estimated amount put to tender during 5 [Five] years prior to the date of issue of the tender notice,

eNIT No. :- 04 of 2020-21/EE/HHD-II, PW (Roads) Directt. Government of West Bengal 5

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 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 [i] above, In case of running works only those tenders 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 would be clearly started that the work is in progress satisfactorily and also that no penal action has been initiated against the executed agency, i.e. the tenderer.

ii) For 2nd Call [a] Intending tenderers should produce credentials of a similar nature of completed work of the minimum value 30% of the estimated amount put to tender during 5 [Five] years prior to the date of issue of the tender notice, or, [b] Intending tenderers should produce credentials of 2 [two] similar nature of completed work, each of the minimum value of 25% of the estimated amount put to tender during 5 [Five] years prior to the date of issue of the tender notice, or, [c] Intending tenderers should produce credentials of 1 [one] single running work of similar nature which has been completed to the extent of 75% or more and value of which is not less than the desired value at [ii] above, In case of running works only those tenders 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 would be clearly started that the work is in progress satisfactorily and also that no penal action has been initiated against the executed agency, i.e. the tenderer.

iii) For 3rd Call [a] Intending tenderers should produce credentials of a similar nature of completed work of the minimum value 20% of the estimated amount put to tender during 5 [Five] years prior to the date of issue of the tender notice, or, [b] Intending tenderers should produce credentials of 1 [one] single running work of similar nature which has been completed to the extent of 70% or more and value of which is not less than the desired value at [iii] above, In case of running works only those tenders 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 would be clearly started that the work is in progress satisfactorily and also that no penal action has been initiated against the executed agency, i.e. the tenderer.

8. Intending bidders are to be upload the following documents along with one Application for participation for the respective work. a) Current Income Tax return (for the AY 2019 – 2020) duly received along with PAN card, GST Registration Certificate, Latest Trade License Certificate and Prof. Tax Challan which should be valid upto the date of opening of tender and credentials document (along with postal address, present phone number, fax no. of authority concerned who has issued such credentials) along with authenticated documents regarding working capital & declaration regarding abandoned/recession of any contract during last 3 (three) years to be submitted through e-filling.

b) Completion Certificate of similar nature of job of value stated in Sl. 1 from Engineer- in - Charge mentioning Actual Date of Completion not below the rank of Executive Engineer (without date of completion, the same will not be entertained). [Completion certificate should contain a) Name of work, (b) Name of Client, (c) Amount put to tender, (d) Schedule month and year of commencement and completion as per work order (e) actual month and year of completion. f) Address of the concerned office who issued the completion certificate.]

c) Particulars regarding PAN No., GST Registration Certificate, Phone No., email ID, Postal Address (as per PAN record) of Agency should be furnished in 2nd page of original Tender Form (WBF-2911/2908) with legible Rubber Stamp. d) Registered Partnership Deed (for Partnership Firm only) along with Registered Power of Attorney to sign on the Tender documents (if required)

e) Declaration regarding Structure and Organization duly signed by the applicant.

eNIT No. :- 04 of 2020-21/EE/HHD-II, PW (Roads) Directt. Government of West Bengal 6

f) Registered Labour Co.- Op. Societies Ltd. are required to furnish valid Bye Law, Certificate of Registration along with other relevant supporting papers. g) Joint Ventures will not be allowed. h) NO MOBILIZATION/SECURED ADVANCE will be allowed. i) Agencies shall have to arrange land for erection of Plant & Machineries, storing of materials, labour shed, laboratory etc. at their own cost and responsibility j) 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 Standard Bidding Document by the Engineer-in-Charge 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.

5. Earnest Money: The amount of Earnest Money is @2% (Two percent) of the estimated amount put to tender. Fixed Security Deposit will not be entertained.

6. There shall be no provision of Arbitration. Hence Clause 25 of. 2911(ii) is hereby omitted vide notification No. 558/SPW dt. 13.12.11 of Pr. Secretary, PW & PW(Roads) Deptt and further replaced by G. O. No. 8182-F(Y), Dt-26-09-2012 of Finance Department (Audit)

7. Recovery of Constructional Labour Welfare Cess @ 1(one) percent of cost of construction will be deducted from every Bill of the selected agency, Vat, Royalty & all other Statutory levy/ Cess will have to be borne by the contractor & the rate in the schedule of rate is inclusive of all the taxes & cess stated above.

8. Bids shall remain valid for a period of 120 (one hundred Twenty) days after the dead line date for Financial Bid/ Sealed Bid submission. Bid valid for a shorter period shall be rejected by the ‘Tender Inviting Authority’ as non-responsive.

9. All materials e.g. Bitumen VG-30 (Packed), Emulsion, Cement of 43 grade & 53 grade as applicable, Steel of approved brand (SAIL/RINL/TATA) in accordance with relevant code of practice and manufacture accordingly shall be procured / supplied at site by the agency at their own cost. Authenticated evidence for purchase of materials to be submitted to the department 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. 60/70 (VG-30) grade bitumen of Indian Oil/Bharat Petroleum/Hindustan Petroleum will be permitted as Straight run Bitumen.

10. Date & Time Schedule :- Sl. No. Particulars Date & Time 1 Date of Publishing of Tender Documents [NIT, BOQ, 2911(ii) & Spl. 02-12-2020 at 5.30 P.M. Terms and Condition. (online) 2 Tender Document downloading Start Date (online) 07-12-2020 from 1.00 P.M. 3 Bid Submission Start Date (Online) 07-12-2020 from 2.00 P.M.

4 Bid document downloading & uploading end date (Online) & Bid 21-12-2020 upto 12.00 Noon submission End Date. 5 Date of opening of Technical Bid 23-12-2020 at 12.00 Noon

11. The Bidder, at the Bidder’s 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, the cost of visiting the site shall be at the Bidder’s own expense.

12. The intending Bidders shall 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 cost of Tender Document once paid is not refundable. The Executive Engineer, Hooghly Highway Division No.-II, P.W. (Roads) Directorate reserves the right to reject any application for purchasing Bid documents and to accept or reject any offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder at the stage of Bidding.

eNIT No. :- 04 of 2020-21/EE/HHD-II, PW (Roads) Directt. Government of West Bengal 7

13. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instructions to Bidders’ before bidding.

14. (a) Prospective bidders shall have to execute the work in such a manner so that appropriate service level of the road under improvement is maintained during progress of work and a period of 12 (twelve) months for (Sl. 1 to 8 except SL. No. 3) from the date of successful completion of the work and Sl. No. 3 for 3(three) months from the date of successful completion of the work to the entire satisfaction of Engineer-in-Charge. If any defect/ damage is found during the period as mentioned above the contractor shall make the same good at his own expense to the specification at par with instant project work, or in default, the Engineer-in-charge may cause the same to be made good by other workmen and deduct the expense (of which the certificate of the Engineer-in-charge shall be final) from any sums that may be then, or at any time thereafter become due to contract or from his security deposit, or the proceeds of the sale thereof, or of sufficient portion thereof.

(b) Security Deposit will be refunded after successful completion of work maintaining appropriate service level of road as mentioned above for a period of 12 (twelve) months (for Sl. No. 1 to 8 except Sl. No. 3) and for Sl. No. 3 3(three) months from the date of completion of work. [Vide notification no. 5784-PW/L&A/2M-175/2017 dated- 12.09.2017 of Principal Secretary, Public Works Department].

15. In case of Ascertaining Authority at any stage of application or execution of work necessary registered power of attorney is to be produced.

16. No CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances.

17. The Executive Engineer, Hooghly Highway Division No. II, P.W.(Roads) Directt. Reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained.

18. During scrutiny, if it comes to the notice to Tender Inviting Authority that the credential or any other papers found incorrect/manufactured/fabricated, that tenderer will not be allowed to participate in the tender and that application will be out rightly rejected without any prejudice.

19. Before issuance of the work order, the Tender Inviting Authority may verify the credential & other documents of the lowest tenderer if found necessary. After verification, if it is found that such documents submitted by the lowest tenderer is either manufactured or false in that case, work order will not be issued in favour of the tenderer under any circumstances.

20. 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. Form No. 2911(ii) b. NIT, Special Terms and Condition & All Corrigendum & Addendum. c. Financial bid

The eligibility of a bidder will be ascertained on the basis of the Digitally signed documents in support of the minimum criteria as mentioned in (Cl. No. 7.a) mentioned above. If any document submitted by a bidder is either manufacture or false, in such cases the eligibility of the bidder/ tenderer will be out rightly rejected at any stage without any pre- judice.

21. There should normally be no post tender negotiations. If at all negotiations are warranted under exceptional circumstances, then it can be with L1 (Lowest tenderer) only, if the tender pertains to the award of work/supply orders etc where the Government or the Government Company has to make payment.

22. No itemized excess quantity of approved B.O.Q. will be executed without prior approval of the Engineer-in- Charge.

23. Additional Performance Security in Road Works shall be obtained from the Successful Bidder as per guide line vide Memorandum No.-IT-06/2017/444-R/PL, dated-18.04.2017 of Principal Secretary, P.W.D., Govt. of West Bengal.

Executive Engineer Hooghly Highway Division No. II P.W.(Roads) Directorate

eNIT No. :- 04 of 2020-21/EE/HHD-II, PW (Roads) Directt. Government of West Bengal 8

Memo No. : 896/ 1(25)/Works-114 Date – 02/12/2020

Copy forwarded for information and wide circulation to the: -

1. Hon’ble Sabhadhipati, Hooghly Zilla Parishad. 2. Chief Engineer (HQ), P.W. (Roads) Directorate / Chief Engineer, Western Zone, P.W. (Roads) Directt. 3. Superintending Engineer, Western Highway Circle No. II. 4. District Magistrate, Hooghly. 5. District Information Officer, Hooghly with request to publish the above Notice as he think best in local dailies at least for a day.

6-12 Executive Engineer, Hooghly Highway Division No. I / Nadia Highway Div. No. I / II /24 Parganas Highway Divn. / Howrah Hwy. Division / Nadia Divn., P.W.D. / Hooghly P.W.D. / Nadia Constn. Divn., P.W.D. / Hooghly Constn. Division/ N.H. Division I./Executive Engineer, WBSRDA, Hooghly / Executive Engineer, Hooghly Zilla Parishad. 13-17 The Assistant Engineer, Bansberia Hwy. Sub Division No. I/II / Serampore Bridge Hwy. Sub-Divn./ Chandannagore Hwy. Sub-Divn.

18-21 The Estimator / Cash section / D.A.O. (Gr.-II) 22-24 The Secretary, Contractors Association / Engineers Co-Operative Association / Labour Co-Op Assts. Hooghly / Hooghly Zilla Thikadar Samity. 25. Notice Board of this Division Office.

Sd/- Executive Engineer Hooghly Highway Division No. II P.W.(Roads) Directorate

eNIT No. :- 04 of 2020-21/EE/HHD-II, PW (Roads) Directt. Government of West Bengal