<<

GOVERNMENT OF WEST OFFICE OF THE EXECUTIVE ENGINEER, P.W.D. DIVISION NO.II. BERHAMPORE : PHONE NO. & FAX NO. : 03482-250513 Memo No. : 753/13-49/Part-XIII Dated : 27.04.2020

NOTICE INVITING e-TENDER NO. 02 OF 2020-2021 OF THE EXECUTIVE ENGINEER, P.W.D., BERHAMPORE DIVISION NO.II. (Through Pre-qualification)

Tender Reference No : WBPWD/EE/BD-II/eNIT-02/2020-2021

Sl. Name of work Name of Estimated Earnest Cost of Eligibility of Time No Concerned Amount Put Money Tender Contractors to period of Sub-Division to Tender @2% Documents submit Tender completion (Rs.) (Rs.) (Rs.) 1 Emergent Pre-Monsoon Patch Repair Berhampore 11,63,652.20 23,273.00 1,005.00 Contractor having 135(one of Rajapur-Garaimari Road from 0.00 Sub-Division credential of hundred Kmp to 8.90 Km (in stretches) with No.III, similar nature of thirty five) Pot Holes, 20 mm Premix Surfacing & P.W.D. Central/State days Seal Coat under Berhampore Division Govt. works No.II, P.W.D. valued minimum 2 Emergent Pre-Monsoon Patch Repair Berhampore 32,71,591.85 65,432.00 2,505.00 40% in a single 135(one of Bhatsala-Kushaberia Road from Sub-Division work or 2(two) hundred 0.00 Kmp to 13.75 Km (in stretches) No.III, nos. of work, thirty five) with Pot Holes, 20 mm Premix P.W.D. each of the days Surfacing & Seal Coat under minimum value Berhampore Division No.II, P.W.D. 30% of the 3 Emergent road surfacing work from Lalbagh 24,09,011.53 48,180.00 2,505.00 estimated amount 135(one 49.00 kmp to 50.870 km of B.B.L.R. Sub-Division, put to tender hundred Road under Berhampore Division P.W.D. during last 5(five) thirty five) No.II, P.W.Dte. In the district of years days Murshidabad during the year 2020-2021.

1. For e-filing, intending bidder may download the tender documents from the website : http://etender.wb.nic.in directly with the help of Digital Signature Certificate and earnest money may be remitted through NEFT/RTGS challan from the e-tendering portal in favour of the Executive Engineer, P.W.D., Berhampore Division No.II, and also to be documented through e-filing.

The scan copy of NEFT/RTGS challan from the e-tendering portal should be uploaded in file.

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

3. The Technical Bid and Financial Bid are to be submitted online on or before 13.05.2020 upto 2.00 p.m.

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, P.W.D., Berhampore Division No.II, will be final and binding on all concerned and no challenge against such decision will be entertained. The list of qualified tenderers 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 for work may be made to the executing agency as per availability of fund.

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. - 1 - 8. A. Important Information :-

DATE AND TIME SCHEDULE :

Sl. Particulars Date & Time No. 1 Date of uploading of N.I.T. Documents (online) (Publishing Date) 27.04.2020 (5.30 P.M.) 2 Tender documents download start date (Online) 27.04.2020 (From 6.00 P.M) 3 Tender documents download end date (Online) 13.05.2020 (Up to 2.00 P.M) 4 Bid proposal submission start date (On line) 27.04.2020 (From 6.00 P.M) 5 Bid proposal Submission end date (On line) 13.05.2020 (Up to 2.00 P.M) 6 Bid opening date for Technical bid (Online) 15.05.2020 (At 2.30 P.M) 7 Date of uploading list for Technically Qualified Bidder (online) Later on 8 Date & Place for opening of Financial Proposal (Online) Later on 9 Date of uploading of list of bidders along with their rates through (on Later on line), also if necessary for further negotiation through offline for final rate.

B. LOCATION OF CRITICAL EVENT :

Bid Opening Berhampore Division No.II, P.W.D.

9. Earnest Money : The process of deposit of Earnest Money through offline instruments like bank Draft, Pay Order etc. will be stopped for e-tender procurement of this Department w.e.f. 31.08.2016 as per G.O., Finance Department vide Memo No. 3975-F(Y) dt.28.07.2016. Necessary Earnest Money @2% 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 e-tender portal with the help of Digital Signature Certificate and may transfer the EMD from their respective Bank as per Beneficiary Name & Account No., Amount, Beneficiary Bank Name (ICICI Bank) & IFSC Code and e-Procurement Reference Number.

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(three) 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.

10. 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 the offer with full satisfaction. The cost so incurred for visiting the site shall be at own expense.

11. 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, P.W.D., Berhampore Division No.II, 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 Tenderer at the stage of Bidding.

12. Refund of E.M.D. : After opening of the bids and technical evaluation of the same 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 of unsuccessful which will be made availability, along with the details of the unsuccessful bidders, to ICICI Bank by the e-Procurement portal through web services.

- 2 - 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 re und 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.

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.

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 with n 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.

13. The intending tenderers are required to quote and submit the rates on line, only. No off line tender will be entertained.

14. 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 and any notification thereof or any other laws relating thereto and the rules made and order issued to this effect from time to time.

15. During the scrutiny, if it comes to the notice to the tender inviting authority that the credential(s) and / or any other paper(s) of any bidder is / are incorrect / malafide / fabricated, that bidder will not be allowed to participate in the tender and that application will be rejected outright.

The Executive Engineer, P.W.D., Berhampore Division No.II, reserves the right to cancel the N.I.T. or issue corrigendum notices to the NIT due to unavoidable circumstances and no claim in this respect will be entertained

16. 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.

17. Before issuance of the work order, the tender inviting authority may verify the credential(s) and/or 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 malafide or false, the work order will not be issued in favour of the said Tenderer.

18. 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.

19. The available Bid Capacity (to be calculated on the basis of prescribed format) of the prospective applicant at the expected time of bidding should be more than the Estimated amount put to tender.

20. In case of Proprietorship and Partnership Firms and Company the Tax Audited Report in 3CD/3CB Form supported with Income Tax return are to be furnished along with balance sheet and profit and loss account and all schedules forming the part of Balance Sheet and Profit & Loss Account. Tax Audited report, Balance Sheet and Profit & Loss Account including all schedules forming the part of Balance Sheet and Profit & Loss Account should be in favour of applicant. [Non Statutory Documents].

21. The prospective bidders should own or arrange through lease hold agreement (as the case may be) the required plant and machineries of prescribed specifications as shown and mentioned in format [Section- B, Form- IV]. For both cases conclusive proof of ownership [such as Tax invoice, Way Bill, Delivery Challan, incorporation in the Balance Sheet as fixed asset etc. during the last 3(three) years for each plant and machinery in working condition will have to be submitted. - 3 - 22. 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) N.I.T. ii) Form No. 2911(ii).

19. Printed Schedule of Rates applicable for P.W.D. (W.B) Schedule of Rates for Buildings Works, execution of the work Sanitary & Plumbing Works and P.W.(Roads) Department Schedule of Rates for Road Works if any effective on the date of publication of N.I.T.

20. To whom the acceptance of the Tender rests Executive Engineer, P.W.D., Berhampore Division No.II

21. Location of Godown / Stackyard from where Any Go down / Stockyard within the Jurisdiction of Departmental materials will be Issued, if any Berhampore Division No.II

Intending tenderers are required to submit online attested/self-attested photocopies of Trade License valid partnership deed (in case of partnership firm), current Professional Tax Deposit Challan / Professional Tax Clearance Certificate, PAN Card, Plumbing License from the respective , Panchayet etc. (in case of S & P Contractors only). Documents of the annual gross turnover or annual gross receipt in the preceding year or part thereof (Balance Sheet) to ascertain the amount of P.Tax.

Sanitary & Plumbing agency including bonafide outsider will have to produce hence forth their valid license of trade at the time of submission of tender as per G.O. 30-A/10C-43/04 dt.07.02.2006. [Non statutory documents]

In case of Registered Unemployed Engineers‟ Co-operative Societies and Registered Labour Co-operative Societies, attested photocopies of documents of „Certificate of Registration‟ from the respective Assistant Registrar of Co-Operative Societies, Current Audit Report, Professional Tax Deposit Challan, PAN Card, must be submitted online. Payment Certificates in lieu of credentials will not be accepted. [Non statutory documents]

If the dates fall on holidays or any unavoidable circumstances or natural calamity, the dates will take place to next working days.

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.

In case of inadvertent typographical mistake found in the specific price schedule of rates, the same will be treated to be so corrected as to conform with the prevailing relevant schedule of rates and / or technically sanctioned estimate.

The intending tenderer is required to quote the rate in figures as well as in words as percentage above / below than or at par with the relevant price schedule of rates.

Conditional / incomplete tender will not be entertained.

Adjustment of Price (increase or decrease) vide Notification No. 23-CRC/2M-61/2008 dt.13.03.2009 and Notification No. 38-CRC/2M-61/2008 dt.20.04.2009 shall not be applicable. Since B.O.Q. for the works under this N.I.T. is based upon the schedule of rates of Public Works Directorate for Building, Sanitary & Plumbing works with upto date Addenda & Corrigendum, the tenders shall quote their rate (percentage above / below / at per) accordingly considering that no escalation and or price adjustment will be allowed by the department thereto under any circumstances.

No Mobilization Advance and Secured Advance will be allowed.

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.

- 4 - 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 this criteria while quoting their rates.

Single bidder shall allow to participate only one work of the particular eN.I.T.

Bidder shall submit copy of valid 15-digit Goods and Service Taxpayer Identification Number (GSTIN) under GST Act, 2017.

Tax invoice(s) needs to be issued by the supplier for raising claim under the contract showing separately the tax charged in accordance with the provisions of GST Act, 2017 vide G.O. No. 4374-F(Y) dt.13.07.2017.

Cess @ 1% (One Percent) of the cost of construction works will be deducted from the bills of the contractor in pursuance with G.O. No. 599A/4M-28/06 dated 27.09.2006.

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 Building & other Construction Works‟ Act, 1996 and u/s 12 of Contract Labour Act.

Power of Attorney holders are not allowed to sign Tender Documents unless otherwise approved by Government.

Clause-25 of the conditions of contract of the West Bengal Form No. 2911(i)/2911(ii) may be treated to be omitted and there is no provision for arbitration for resolution of disputes that may arise out of the contracts to be entered into by the Department with the contractors for the purpose of carrying out execution of public works as per G.O No. 558/SPW dated 13-12-2011 of P.W.D.

Successful tenderer will have to produce original document of Earnest Money and all other documents in original for verification prior to issuance of Work Order.

The contractor shall supply at his own cost materials, plant, tools, appliances, implements, ladders, cordage, tackle, scaffolding and temporary work requisite or proper for the execution of the work whether original altered or substituted and whether included in the specification or other documents forming part of the contract or referred to in these conditions or not, or which may necessary for the purpose of satisfying or complying with the requirements of the Engineer-in-Charge (as to any matter as to which under these conditions he is entitled to be satisfied, or which) he is entitled to require together with carriage therefore to and from the work. The contractor shall also supply without charge the requisite number of persons with the means and materials necessary for the purpose of setting out works, and counting, weighing and assisting in the measurement or examination at any time and from time to time of the work or materials. Failing his so doing the same may be provided by the Engineer-in-Charge at the expense of the contractor and the expenses may be deducted from any money due to the contractor under the contract, or from his security deposit or the proceeds of sale thereof or of sufficient portion thereof. The contractor shall also provide all necessary fencing and lights required to protect the public from accident, and shall be bound to bear the expenses of defense of every suit, action or other proceeding at law that may be brought by any person for injury sustained owing neglect of the above precautions and to pay any damage and costs which may be awarded in any such suit, action or proceedings to any such person or which may with the consent of the contractor be paid to compromise any claim by any such person.

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.

- 5 - 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).

d) All liabilities arising out of engagement of workers are duly met before submission of bills for payment.

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.

For roof treatment works by bituminous felt/3 mm. thick APP membrane, the successful Tenderer will have to provide a service warranty of 5(five) years after the satisfactory completion of the work and the Security Deposit deducted from progressive bills will be released after the said 5(five) years security period is over.

The Governor is pleased to decide that Additional Performance Security @ 10% of the tendered amount shall be obtained from the successful bidder if the accepted bid value is 80% or less of the Estimate put to tender.

The Additional Performance Security shall be submitted in the form of Bank Guarantee from any Scheduled Bank before issuance of the Work Order. If the bidder fails to submit the Additional Performance Security within seven working days from the date of issuance of Letter of Acceptance, his Earnest Money will be forfeited and other necessary actions as per NIT like blacklisting of the contractor, etc. may be taken. The Bank Guarantee shall have to be valid up to end of the Contract Period and shall renewed according, if required.

The Bank Guarantee shall be returned immediately on successful completion of the Contract. If the bidder fails to complete the work successfully, the Additional Performance Security shall be forfeited at any time during the pendency of the contract period after serving proper notice to the contractor. Necessary provisions regarding deduction of security deposit from the progressive bills of the contractor as per relevant clauses of the contract shall in no way be altered/affected by provision of this Additional Performance Security.

Please Read Clause 17 of 2911(ii) as follows :- (1) Clause -17 of Conditions of Contract of the Printed Tender Form shall be substituted by following :-

“Clause 17 - If the contractor or his workmen or servants or authorized representatives shall break, deface, injure, or destroy any part of building, in which they may be working, or any building, road, road-curbs, fence, enclosure, water pipes, cables, drains, electric or telephone posts or wires, trees, grass or grassland or cultivated ground contiguous to the premises, on which the work or any part of it is being exe cute d, or if any damage shall happen to the work from any cause whatsoever or any imperfection become apparent in it at any time whether during its execution or within a period of three months or one year or three years or five years, as the case may be (depending upon the nature of the work as described in the explanation appended hereto) hereinafter referred to as the Defect Liability Period, from the actual date of completion of work as per completion certificate issued by the Engineer-in-Charge, the contractor shall make the same good at his own expense, 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 and binding on all concerned) from any sums, whether under this contract or otherwise, that may be then, or at any time thereafter become due to the contractor from the Government or from his security deposit, either full, or of a sufficient portion thereof and if the cost, in the opinion of the Engineer-in-Charge (which opinion shall be final and conclusive against the contractor), of making such damage or imperfection good shall exceed the amount of such security deposit and/or such sums, it shall be lawful for the Government to recover the excess cost from the contractor in accordance with the procedure prescribed by any law for the time being in force.

Provided further that the Engineer-in-Charge shall pass the "Final Bill" and certify thereon, within a period of thirty days with effect from the date of submission of the final bill in acceptable form by the contractor, the amount payable to the contractor under this contract and shall also issue a separate completion certificate mentioning the actual date of completion of the work to the contractor within the said period of thirty days. The certificate of the Engineer-in-Charge whether in respect of the amount payable to the contractor against the "Final Bill" or in respect of completion of work shall be final and conclusive against the contractor. However, the security deposit of the work held with the Government under the provision of clause 1 here of shall be re fundable to the contractor in the manner provided here under:-

- 6 - (a) For work with three months Defect Liability Period :

(i) Full security deposit shall be refunded to the contractor on expiry of three months from the actual date of completion of the work.

(b) For work with one year Defect Liability Period :

(i) Full security deposit shall be refunded to the contractor on expiry of one year from the actual date of completion of the work.

(c) For work with three years Defect Liability Period :

i) 30% of the security deposit shall be refunded to the contractor on expiry of two years from the actual date of completion of the work.

ii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of three years from the actual date of completion of the work; (d) For work with five years Defect Liability Period :

i) No security deposit shall be refunded to the contractor for 1s t 3 years from the actual date of completion of the work.

ii) 30% of the security deposit shall be refunded to the contractor on expiry of four years from the actual date of completion of the work.

iii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of five years from the actual date of completion of the work Explanation :

The word 'work' means and includes road work, bridge work, building work, sanitary and plumbing work, electrical work and/or any other work contemplated within the scope and ambit of this contract. For

(i) The work of patch repair or patch maintenance in nature or a combination thereof, the Defect Liability Period of the work shall be three months from the actual date of completion of the work.

(ii) Thorough Bituminous Surfacing work with bituminous thickness less than 40 mm, Repair & Rehabilitation of any road / bridge / culvert / building / Sanitary & Plumbing work, the Defect Liability Period of the work shall be one year from the actual date of completion of the work.

(iii) Extension of building / bridge / culvert, Construction of new flexible pavement up to bituminous level which has been designed for a period of 3 years or more, Widening and strengthening of flexible pavement designed for a period of 3 years or more, Improvement of riding quality / Strengthening of flexible pavement designed for a period of 3 years or more; Providing only mastic asphalt layer over existing bituminous surface without providing bituminous profile corrective course / bituminous base course, the Defect Liability Period of the work shall be three years from the actual date of completion of the work.

(iv) Construction of new building / new bridge / new culvert, Reconstruction of building / bridge / culvert including construction of approach roads for bridge / culvert, Construction of rigid pavement, Reconstruction of rigid pavement, Construction of new flexible pavement covered by mastic work which has been designed for a period of 5 years or more, Widening and strengthening of flexible pavement covered by mastic work which has been designed for a period of 5 years or more, Improvement of riding quality / Strengthening of flexible pavement covered by mastic work which has been designed for a period of 5 years or more, the Defect Liability Period of the work shall be five years from the actual date of completion of the work

(2) The following paragraph shall be added to the Interpretation Clause of CONDITIONS of' CONTRACT:- “The word 'Government' means the Government of the State of West Bengal in Public Works Department." This bears concurrence of Group-T of Finance (Audit) Department vide their U.O. No.417 Dated 22.08.2017: This notification will take immediate effect.

Executive Engineer, P.W.D. Berhampore Division No.II. - 7 - SECTION A

INSTRUCTION TO BIDDERS SECTION – A

General guidance for e-Tendering

Instructions/ guidelines 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 eNIT & 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 :

5. 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 is 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) RTGS/NEFT Challan towards earnest money (EMD) as prescribed in the eNIT against each of the serial of work in favour of the Executive Engineer, P.W.D., Berhampore Division No.II.

ii) Tender form No. 2911(ii) & eNIT (Properly upload the same Digitally Signed). The rate will be quoted in the BOQ. Quoted rate will be encrypted in the BOQ under Financial Bid. In case quoting any rate in 2911(ii) the tender liable to summarily rejected.

A-2. Non statutory / Technical Documents

i) Upto date Professional Tax (P.T) deposit receipt challan, Pan Card, Upto date I.T. receipt, 15-digit GSTIN under GST Act, 2017.

ii) Registration Certificate under Company Act. (if any).

iii) Registered Deed of partnership Firm/ Article of Association & Memorandum

iv) Power of Attorney (For Partnership Firm/ Private Limited Company, if any).

- 8 - v) Registration Certificate issued by the Assistant Register of Co-Op(S) (ARCS) bye laws are to be submitted by the Registered Labour Co-Op.(s)/Engineers‟ Co.-Op.(s).

vi) The prospective tenderers shall have satisfactorily completed as a prime agency during the last 5(five) years prior to the date of issue of this Notice at least 1(one) work of similar nature under the authority of State / Central Govt. and having a magnitude of 40(forty) percentage of the estimated amount put to tender or 2(two) similar nature of completed work, each of the minimum value 30% of the estimated amount put to tender.

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.

THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGE 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 Name Sub-Category Details No. Description A. Certificates Certificates 1. GST Registration Certificate with current Acknowledgement (if applicable) / GST will be applicable as per Govt. Rules. 2. PAN & upto date I.T. Saral 3. Upto date P. Tax Challan 4. Current Audited Balance Sheet B. Company Details Company Details–1 1. Proprietorship Firm (Trade License) 2. Partnership Firm (Partnership Deed, Partnership Deed Registration copy, Trade License) 3. Co-Operative Society Registration copy (Trade License) 4. Registered Power of attorney 5. Registration Certificate from A R C S 6. Current Audit Report. 7. Blank Letter Head/Pad with full address, phone no., email if any and signature. C Credential (in Credential-1 1. Similar nature of work done & satisfactorily Completion Certificate applicable Credential-2 issued by the authority of State/Central Govt. not below the rank of cases) Executive Engineer or equivalent authority which is applicable for eligibility satisfied by Acceptance Letter, Work-Order, Priced Schedule & Payment Certificate. D Equipment Machineries-1 1..Authenticated copy of Invoice Challan and Way bill (Machinery). Machineries-2 (Form no. IV). Machineries-3 Lab Equipment- 2..Authenticated copy of Invoice Challan (Laboratories). (Form no. V).

E Financial Work in Hand 1. Authenticated Documents (Form No. II) Payment certificate-1 Payment Certificates and 26AS (Issued by an officer not below the rank of Payment certificate-2 Executive Engineer) P/L and Balance Profit and Loss and Balance Sheet (with Annexure and 3CD Form in case Sheet 2018-2019 of Tax Audit) P/L and Balance Profit and Loss and Balance Sheet (with Annexure and 3CD Form in case Sheet 2017-2018 of Tax Audit) P/L and Balance Profit and Loss and Balance Sheet (with Annexure and 3CD Form in case Sheet 2016-2017 of Tax Audit) P/L and Balance Profit and Loss and Balance Sheet (with Annexure and 3CD Form in case Sheet 2015-2016 of Tax Audit) P/L and Balance Profit and Loss and Balance Sheet (with Annexure and 3CD Form in case Sheet 2014-2015 of Tax Audit) F Man Power Technical Personnel List of Technical Staff Along with Structures & Organization (As per NIT) – Technical Personnel Form no.-III on contract

- 9 - i) Opening of Technical proposal :- Technical proposals will be opened by the Executive Engineer, P.W.D., Berhampore Division No.II, P.W. Directorate and his authorized representative electronically from the web site stated using their Digital Signature Certificate.

ii) Intending tenderers may be remain present if they so desire.

B. 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 (Presenting 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, P.W.D. Berhampore Division No.II.

Memo No. : 753/13-49/Part-XIII/1(45) Dated : 27.02.2020

Copy forwarded for information and wide circulation through Notice Board to :- i) The Sabhadhipati, Murshidabad Zilla Parishad, Murshidabad. ii) The Superintending Engineer, Central Circle, P.W.D. (in duplicate), Berhampore, Murshidabad / State Highway Circle No.III / Presidency / N.B.C.C. No.I / II / Northern / Western Circle No.I / II. iii) The District Magistrate, Murshidabad / Nadia / Malda. iv) The Superintendent of Police, Murshidabad / Nadia / Malda. v) The Hon‟ble Member of Parliament, Berhampore Constituency / Murshidabad Constituency. vi) The Hon‟ble Member of Legislative Assembly, Berhampore Constituency / Constituency. vii) Executive Engineer, P.W.D., Berhampore Division No.I / Nadia / Malda / Nadia Construction Division / / Derjeeling / Coochbehar / Hoogly / / / Birbhum / / / City No.I / II / Murshidabad Highway Division No.I / II P.W.(Roads) / Murshidabad Constructions Division. Assistant Engineer (P.W.D), Berhampore Sub-Division No.I / II / III / Lalbagh / Kandi / Jangipur.

viii) The Chairman, Berhampore Municipality, Berhampore, Murshidabad. ix) Secretary, Contractors‟ (Builders) Association, Berhampore, Murshidabad / Nadia / Malda. x) Secretary, Allied Contractors‟ Association, Berhampore, Murshidabad. xi) Secretary, Contractor‟s Welfare Association, 106 A.S. Road, Berhampore, Murshidabad. xii) Secretary, District Engineers‟ Co-op. / Labour Co-op. Association, Berhampore, Murshidabad / Nadia / Malda. xiii) Estimating Branch / Accounts / Cashier / Notice Board.

Executive Engineer, P.W.D. Berhampore Division No.II.

Memo No. : 753/13-49/Part-XIII/2(2) Dated : 27.02.2020 Copy forwarded to :- i) The Director of Information, Department of Information & Cultural Affairs, Govt. of West Bengal, Writers‟ Building, Kolkata–700001, for information with the request to make necessary arrangement so that this may be published the same in two leading Newspapers (one in English and one in Bengali) for consecutive two days including a Sunday. ii) The District Information & Cultural Officer, Murshidabad, for information.

Executive Engineer, P.W.D. Berhampore Division No.II. - 10 - SECTION – B

FORM –I

PRE-QUALIFICATION APPLICATION

To The Executive Engineer, P.W.D., Berhampore Division No.II, Berhampore, Murshidabad

Ref: - Tender for ______(Name of work) ______eN.I.T.No. 02 of 2020-2021 of Executive Engineer, P.W.D, Berhampore Division No.II, Sl. No.___

Dear Sir,

Having examined the Statutory, Non statutory & NIT documents, I /we hereby submit all the necessary information and relevant documents for evaluation. The application is made by me / us on behalf of______In the capacity ______duly authorized to submit the order. The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for Application and for completion of the contract documents is attached herewith.

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

We understand that: (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.

Enclo:- e-Filling:- 1. Statutory Documents 2. Non Statutory Documents

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

- 11 - SECTION – B Form – II

FINANCIAL STATEMENT

Annexure-A

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 on the basis of capital, profit and free reserve available to the firm 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 Nx2-B) where

A= Maximum value of engineering works in respect of projects executed and received payment 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 follow:

Sl. No. Year Value of Engineering Works undertaken w.r.t. Projects and received payment thereof (Rs. In crore) 1. Year-5 (2014-15) 2. Year-4 (2015-16) 3. Year-3 (2016-17) 4. Year-2 (2017-18) 5. Year-1 (2018-19)

ii) Maximum value of projects that have been undertaken and received payment thereof during the F.Y.______out of the last 5 years and value thereof is Rs.______Crores (Rupees______) . Further value updated to the price level of the year indicated in Table is as follows: Rs.______Crores x______(updation Factor as per Table annexed) = Rs.______Crores (Rupees ______)

- 12 - Table indicating the factor for the year for updation to the price level is indicated as under :-

Sl. No. F.Y. / Calendar Year Updation factor 1. Year-1 (2018-19) 1.00 2. Year-2 (2017-18) 1.05 3. Year-3 (2016-17) 1.10 4. Year-4 (2015-16) 1.15 5. Year-5 (2014-15) 1.20

iii) Net worth for the last year Rs………………… of ______(name of the company)

______

Signature , Name and designation of Authorized Signatory Name of the Statutory Auditor’s Firm: Seal of the audit firm with U.D.I. No. For and on behalf of (Signature , Name and Designation and ------(Name of Applicant) Membership No. of authorized signatory)

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 Name of Percentage Stipulated Value of Value of Balance Anticipated Financial No. of work the of period of contract as work value of date of liability to / Employer participation completion per completed work to completion incurred for Project of Bidder in as per Agreement be the said the project Agreement / LOA completed work/project / LOA during the with the period of the start date subject Rs.___ Rs._____ Rs.____ contract Rs._____

1 2 3 4 5 6 7 8 9 10

Note: 1. All the documents to be submitted in support of Annexure –A 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 requires 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.

- 13 - AFFIDAVIT – “X”

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

Work order issued Work in progress but work not started Name of the work Estimated % of work Name of the work Tendered Sl. No. Sl. No. with Tender No. Amount executed with Tender No. Amount

______Signed by an authorized officer of the firm ______Title of the officer ______Name of the Firm with Seal Date______

- 14 - AFFIDEVIT-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.D. 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. 6.

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

- 15 -

SECTION - B FORM- III

STRUCTURE AND ORGANISATION

A.1 Name of applicant :

A.2 Office Address :

Telephone No. :

Fax No. :

A.3 Name and address of Bankers :

A.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,

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

- 16 -

SECTION –B FORM – IV C. DEPLOYMENT OF& Roads & BUILDING MACHINERIES(in favour of owner/lessor:- (Original document of own possession arranged through lease hold agreement to be annexed) (If engaged before Certificate from E.I.C. to be annexed in respect of anticipated dated of release of Machineries.)

Possession Status Date of release If Engaged Name of Machine Make Type Capacity Motor / Machine Engine No. Idle Engaged No. 1 2 3 4 5 6 7 8 9

For each item of equipment the application should attach copies of (i) Document showing proof of full payment. (ii) Receipt of Delivery. (iii) Road Challan from Factory to delivery spot, is to be furnish.

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

- 17 - 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.

A. For Building Work :-

Sl. TYPE OF EQUIPMENT CAPACITY MINIMUM NUMBER No. REQUIRED 1. Tilting / Reversible Drum concrete mixer Minimum 230-280 ltr. 1 No. with Hopper (7/10 cft.) capacity 2. Internal or immersion vibrators Adequate Capacity 1 No. 3. Steel reinforcement Cutting & Bending Adequate Capacity 1 No. machine 4. Laboratory Instruments for Building Works 1 set

B. For Road Works :-

Sl. TYPE OF EQUIPMENT CAPACITY MINIMUM NUMBER No. REQUIRED 1. Mobile Hot Mix Plant Light Duty 1 No. 2. Static Roller 8-10 Ton 1 No. 3. Laboratory Instruments for Road Works 1 set

Executive Engineer, P.W.D. Berhampore Division No.II.

- 18 - FORM – IV (contd...)

DECLARATION

 I, the undersigned, declare that all the statements made in the attached documents in respect of mode of ownership of machineries are true and correct.  Certified that required specified machineries for the works under this NIT will be installed at the working site within 45 days (maximum) from the date of LOA / Work Order.  The undersigned also hereby certifies that neither our firm ______nor any constituent firm had been debarred to participate in tender by Public Works Department during the last 5 (five) years prior to the date of this NIT.  The undersigned understands and agrees that further qualifying information may be requested and agrees to furnish any such information at the request of the Department.  Certified that I have applied in the Tender in the capacity of individual / as a partner of a firm and I have not applied severally for the same job.  Certified that I have applied in the tender in the capacity of individual / as a partner of a firm and I have applied to the works under this NIT restricted to maximum one no. works, if more than one work in the same NIT.  Certified that I have access to or have available liquid assets (aggregate of working capital, cash- in-hand, uncommitted Bank Guarantees) and /or credit facilities not less than 10% of the estimated cost put to tender . In this respect, I have attached necessary documents with this application.  I , the undersigned do certify that all the statements made in the attached documents are true and correct . If any declaration submitted is found / ascertain to be incorrect/ fabricated / misrepresented / fraudulent etc. accordingly tender will be liable to be cancelled/ terminated immediately & 1 / my firm / company shall also be liable to prosecuted under section 197,199 & 200 of Indian Penal Code,1860 along with section-71 & secton-73 of Indian Information & Technology act 2008 & any other applicable law for the time being in force in addition to forfeiture of Earnest Money / Security Deposit.

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

- 19 -

SECTION – B FORM – V EXPERIENCE PROFILE

Name of the Firm :

D.1 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 of Name, Name of Contract Percentage of Original Original Actual Actual Date Reasons for Employer Location Consulting price in Participation Date of Date of Date of of delay in & nature Engineer Indian of company start of completion starting completion completion of work responsible Rs. work of work the work of work for (if any) supervision

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

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

Signature and address Signature of the Tender Of the Tenderer Accepting Authority

- 20 -