GOVERNMENT OF DIRECTORATE OF PUBLIC HEALTH ENGINEERING OFFICE OF THE EXECUTIVE ENGINEER, DIVISION RANCHI ROAD, PURULIA- 723101 E-mail:- [email protected] Memo. No. 781 /PD Dated, Purulia, the 28/ 07 / 2020 12 /PD OF 2020-21

ELECTRONIC NOTICE INVITING TENDER No. OF THE EXECUTIVE ENGINEER, PURULIA DIVISION, PHE DTE. On behalf of the Governor of West Bengal, e -Tenders are hereby invited in WBF 2911 by the Executive Engineer, Purulia Division, P.H.Engg. Dte. from the reputed, bonafide, financially sound agencies having sufficient experience in execution of similar type of work as mentioned in eligibility criteria for the following work(s). Earnest Defect SL Estimated Cost Money Price for Tender Time of Liability N a m e o f W o r k documents + WBF No (Rs.) @ 2% (Rs.) completion Period (Rs.)

A B C D E F H 1005=00 1 Operation & mtc. with guarding (To be deposited arrangement of pumping machineries & at the time of 3 (Three) materials in campus of Joypur river site agreement) Months from 365 the date of under Joypur W/S scheme under Purulia 1716179.00 34324.00 Days completion. Division, P.H.E.Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 2 Operation mtc. & guarding arrangement of (To be deposited pumping machineries & materials in at the time of 3 (Three) campus of Joypur Over Head Reservoir site agreement) Months from 365 the date of under Joypur w/s scheme under Purulia 1620027.00 32401.00 Days completion. Division, P.H.E.Dte (w.e.f.01/09/2020 to 31/08/2021) 1005=00 3 Operation mtc. & guarding arrangement of (To be deposited pumping machineries & materials in at the time of 3 (Three) agreement) Months from campus of Puncha under Puncha W/S 365 the date of Scheme under Purulia Division, P.H.E.Dte. 1442730.00 28855.00 Days completion. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 4 Operation mtc. & guarding arrangement of (To be deposited pumping machineries & materials in at the time of 3 (Three) campus of Lagda under Lagda Over Head agreement) Months from 365 the date of Reservoir site of Lagda W/S scheme under 1174938.00 23499.00 Days completion. Purulia Division, P.H.E.Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 5 Operation mtc. & guarding arrangement of (To be deposited pumping machineries & materials in at the time of 3 (Three) agreement) Months from campus of under Sirkabad W/S 365 the date of Scheme under Purulia Division, P.H.E.Dte. 1391826.00 27837.00 Days completion. (w.e.f.01/09/2020 to 31/08/2021) 2505=00 (To be deposited 6 Operation & maintenance of 2830 KLD 3 (Three) water treatment plant site under at the time of agreement) 365 Months from Balarampur W/S Scheme under Purulia 3162724.00 63254.00 the date of Division P.H.E. Dte. (w.e.f.01/09/2020 to Days completion. 31/08/2021) 2505=00 7 Operation & maintenance of 3301 KLD (To be deposited capacity water treatment plant site of at the time of 3 (Three) agreement) Months from W/S Scheme under Purulia 365 the date of Division P.H.E. Dte. (w.e.f.01/09/2020 to 3303826.00 66077.00 Days completion. 31/08/2021) P-1 1005=00 8 Operation mtc. & guarding arrangement of (To be deposited pumping machineries & materials in at the time of 3 (Three) campus of Bundwan Spot under Bundwan agreement) Months from 365 the date of W/S scheme under Purulia Division, 924113.00 18482.00 Days completion. P.H.E.Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 (To be deposited 9 Operation & Maintenance of pipe line & 3 (Three) pumping machineries for water supply at the time of agreement) 365 Months from scheme of Belguma Police Line under 707225.00 14145.00 the date of Purulia Division, PHE Dte. Days completion. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 10 Operation mtc. & guarding arrangement of (To be deposited pumping machineries & materials in at the time of 3 (Three) campus of Masina Pump House under agreement) Months from 365 the date of Jhalda Aug. W/S scheme under Purulia 924113.00 18482.00 Days completion. Division, P.H.E.Dte. (w.e.f.01/09/2020 to 31/08/2021) 11 Guarding arrangement through Registered 2505=00 (To be deposited firm organized by Ex-Military person for 3 (Three) WTP and floating barge structure site near at the time of agreement) 365 Months from Murguma Dam site of Jhalda Augmentation 2532527.00 50651.00 the date of W/S Scheme under Purulia Sadar Sub- Days completion. Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 12 Guarding arrangement through registered (To be deposited firm organised by Ex-Military person for at the time of 3 (Three) Block campus stack yard for all agreement) Months from 365 the date of Departmental materials under Purulia 928870.00 18577.00 Days completion. Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 Guarding arrangement through Registered (To be deposited 13 3 (Three) firm organized by Ex-Military person for at the time of agreement) 365 Months from W/S Scheme under Purulia 1161087.00 23222.00 the date of Sadar Sub-Division, PHE Dte. Days completion. (w.e.f.01/09/2020 to 31/08/2021) 14 Guarding arrangement through Registered 2505=00 (To be deposited firm organized by Ex-Military person for 3 (Three) Guarding of all Govt. properties at WTP at the time of agreement) 365 Months from site complex near Kumari Dam under 2532527.00 50651.00 the date of Balarampur W/S Scheme under Purulia Days completion. Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 15 Guarding arrangement through Registered (To be deposited firm organized by Ex-Military person for at the time of 3 (Three) Balarampur W/S Scheme and Berma agreement) Months from 365 the date of Stackyard under Purulia Sadar Sub 696652.00 13933.00 Days completion. Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 (To be deposited 16 Guarding arrangement at Head Work site at the time of 3 (Three) under Sindri Chasmore W/S under Purulia agreement) Months from 365 the date of Division, PHE Dte. (w.e.f.01/09/2020 to 928870.00 18577.00 Days completion. 31/08/2021) 1005=00 (To be deposited 17 Guarding arrangement at OHR site under at the time of 3 (Three) Sindri Chasmore W/S Scheme under agreement) 365 Months from Purulia Division, PHE Dte. the date of 696652.00 13933.00 Days completion. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 18 Guarding arrangement through registered (To be deposited firm organised by Ex-Military person for at the time of 3 (Three) District Laboratory all RWS office campus agreement) Months from 365 the date of under RWS Sub-Division under Purulia 1393305.00 27866.00 Days completion. Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 2505=00 Guarding arrangement through Registered (To be deposited 19 at the time of 3 (Three) firm organized by Ex-Military person for agreement) Months from Purulia Sadar Sub-Division, PHE Dte. 365 the date of 3461397.00 69228.00 Days completion. (w.e.f.01/09/2020 to 31/08/2021) P-2 1005=00 20 Guarding arrangement through Registered (To be deposited firm organized by Ex-Military person at at the time of 3 (Three) Ambagan Staff Quarter premises & Guest agreement) Months from 365 the date of House premises under Purulia Division, 1857740.00 37155.00 Days completion. PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 21 Guarding arrangement through registered (To be deposited firm organised by Ex-Military person for at the time of 3 (Three) Purulia Division Office (Main building and agreement) Months from 365 the date of car / Two wheeler parking zone) under 1605388.00 32108.00 Days completion. Purulia Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 22 Annual Maintenance, caretaking & (To be deposited gardening etc.for Manbhum Paridarshan at the time of 3 (Three) Abash cum Rest Shed, within PHE agreement) Months from 365 the date of premises at Ambagan,Purulia under 1461584.00 29232.00 Days completion. Purulia Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 23 Guarding arrangement through Registered (To be deposited firm organized by Ex-Military person for at the time of 3 (Three) W/S Scheme and Manbazar OHR agreement) Months from 365 the date of site under Purulia Sadar Sub-Division, PHE 696652.00 13933.00 Days completion. Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 24 Guarding arrangement through registered (To be deposited form organised by Ex-Military person for at the time of 3 (Three) Sirkabad Laboratory and OHR site under agreement) Months from 365 the date of Purulia Sadar Sub-Division under Purulia 928870.00 18577.00 Days completion. Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 25 Guarding arrangement through Registered (To be deposited firm organized by Ex-Military person for at the time of 3 (Three) WTP site of surface water supply scheme agreement) Months from 365 the date of for Manbazar - II Block (Part) under 1603657.00 32073.00 Days completion. Purulia Sada Sub-Division, PHE Dte. (w.e.f.01/09/2020 to 31/08/2021) 1005=00 Guarding arrangement at OHR (To be deposited 26 at the time of 3 (Three) site of Barabazar W/S Scheme under Months from agreement) 365 Purulia Division, PHE Dte. 696652.00 13933.00 the date of (w.e.f.01/09/2020 to 31/08/2021) Days completion. 1005=00 27 Guarding arrangement through Registered (To be deposited 3 (Three) firm for Guarding of all Govt. properties at the time of Months from laying at Raghunathpur Sub-Division, PHE agreement) 365 the date of Dte. Office at S.D. Hospital Campus, 928870.00 18577.00 Days completion. Raghunathpur. ( w.e.f. 01.09.2020 to 31.08.2021) N.B. A) Identity Card must be issued by the agency & counter signed by the concerned Assistant Engineer. B) Following documents should be enclosed during submission of each Bill 1) Attendance sheet of Pump Operator / Guard / Valve Operator. With sigh of respective Agencies 2) Log book of works with sign of agencies. 3) Post work BOQ / Voucher. 4) Completion drawing. If any. 5) Water sample test report. (Month wise for bacteriological parameter & 3 times per year for Chemical parameters) 6) Payment will be made to the staff preferably by online transfer and documents must be submitted along with progressive bill.

A) Eligibility for participation in the Tender :

Participantsa. i) Intending fulfilling tenderers the following should eligibility produce criteria credentials will be of considereda similar nature as technically of work ofqualified: the minimum value of 40% of the estimated amount put to tender during last 5 (Five) years prior to the date of issue of this tender notice; or. P-3 ii) Intending tenderers should produce credentials of 2(Two) similar nature of work, each of the minimum value of 30% of the estimated amount put to tender during last 5(Five) years prior to the date of issue of the tender notice; or. iii) Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 80% or more and value of which is not less than the desired value of the above. iv) In case of running work only those tenderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer or equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the work is in progress satisfactory and also that no penal action has been initiated against the executed agency i.e. the tenderer. Payment Certificate will not be treated as credential. Credential as completion Certificate issued by the Executive Engineer or equivalent or competent authority of a State/ Central Government, State/ Central Government undertaking, Statutory/ Autonomous Bodies constituted under central/State statue on the executed value of completed work will be considered as credential. Copy of completion certificate uploaded except mentioning actual date of completion will not be entertained

The( work order will be issued after getting the assurance of fund from the competent authority. ) If any bidders have applied more than one work the bank guarantee in term Bank Solvency will provided as follows: i) One work @ 30% of amount put to tender ii) More than one & less than or equal two works @ 50% of total amount put to tender for both works. More than two work upto 4nos works @ 60% of amount put to tender of three or four nos. works. Prequalification work credential (Completion Certificate) to be contained at least 1 (one) similar type of work completed 100% within the stipulated period of original contract authenticated by issuing authority is to be uploaded during bid submission in “Forms” folder.

a) Average annual financial turn-over during the last 3(three) previous financial year, should be at least 30% of the Tender value in addition to Acceptance / Formal Work Order issued under this Division but work has not yet been completed so faras per balance sheet {in case of above 1 (one) crore audited balance sheet} must be submitted. b) Valid Professional Tax Receipt Challan for the year 2020-21, Valid PAN issued by the IT Deptt. Govt. of ,Valid 15- c) Thedigit JointGoods venture and Services in any Taxpayer form and Identification shape will Numbers not be allowed.(GSTIN) under GST Act 2017 as per notification No: - 4374 - F(Y) dated 13.07.2017 & Income Tax Acknowledgement Receipt for assessment year 2020-21 to be submitted. Credential alongwith work order and BOQ / Schedule of works should be uploaded in support of his acclaimed d) credential.Validity certificate from the authority concerned for Engineers’ Co-Op. / Labour Co-Op. Societies must be enclosed. e) f) Registered Labour Co.-Op. Societies should produce (i) Registration Certificate (ii) Bycredential Laws (iii) with Last highlighted three years onceaudit inreport a particular (iv) Last AGMjob / Copy.Sl. No. of above all listed works The intending bidder will have to submit authentic documents in support of acclaimed Payment Certificatefrom serial will (a) notto (g) be as treated indicated as against credential. all items. The experience and timely completion certificate of works is to be issued by an officer not below the rank of Executive Engineer or equivalent concerned. All document attached shall be stamped and signed by a Notary. Original certificate / order copies / other document as required shall have to be produced on demand during evaluation. Moreover, the tender inviting authority reserves the right to relax the eligibility criteria, except Sl. No. (c), of the applicant in respect of any of the technical or financial requirements, if it is deemed to be necessary for fair & competitive tender without assigning any reason whatsoever. g) The applicant must have no adverse report, on any account, against their organization for any project worked during last The5 application (five) years ofor theworking intending at prese tenderernt. This who clause is alreadymay lead working for rejection in PHE of Dte.application, and whose even performance,after fulfillment if of found other unsatisfactoryeligibility criteria and/or clause-2 or 3 of tender agreement imposed upon him any division or any Circle, P.H.E Dte. will not be entertained.

The intending tenderer fulfilling the above requirement should bid for the work included in the Bid notice with all related evidentiary documents only. However, any extra non-related document beyond demand uploaded the authorityB) General reserves Information the rights : to reject their bid without assigning any reason. 1)

The intending tenderer fulfilling the above requirement should attend for the work included in the Tender Notice with all 2) related evidentiary documents. The Tender Inviting authority reserved the rights to accept or reject their offered rate as deemed necessary to finalize the tenders satisfactory without assigning any reason whatsoever. 3) Selection of eligible agency will be strictly on the basis of scrutiny and evaluation of the particulars as to be furnished at the time of bidding. Decision of the Tender Inviting Authority in this regard shall be final & binding. The tendering operation will follow e-tendering processP - and4 all rules and regulations pertaining to the tender will be binding to the tenderers. 4) Earnest Money A. https://w: btenders.gov.in A bidder desirous of taking part in the tender shall login to the e-Procurement portal of the Government of West Bengal using his login ID and password and thereafter may download the tender document from the website directly with the help of Digital Signature Certificate. As per Memo No.PHE/1557/O-9/16 dated EMD 08-08-2016 of the Deputy Secretary (Technical), PHE Department in concurrence to G.O. No. 3975-F(Y) dated 28- 07-2016 of the Secretary, Audit Branch, Finance Department a bidder should initiate payment of pre-defined for i) Net Banking the tender by selecting from either of the following payments modes: (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through ICICI Bank iPaymi) RTeGnSt /GNaEteFwTay

in case of offline payment through bank account in any Bank. The documents submitted by the bidders should be indexed and also should be Tender document may be download from website & submission of Technical Bid/Financial Bid as per Tender according to his / their Firm name. time schedule stated . B. Earnest Money Payment procedure: a) Payment by 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 ICICI Bank Payment Gateway webpage i(i)along with a string containing a Unique ID) where he will select the Bank through which he wants to do the transaction. iii) Bidder will make the payment after entering his Unique ID and password of the bank to process the transaction. iv) Bidder will receive a confirmation message regarding success/failure of the transaction. If the transaction is successful, the amount paid by the bidder will get credited in the respective Pooling account of the State Government/PSU/Autonomous Body/Local Body/PRIs etc maintained with the Focal Point Branch of ICICI Bank v) at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees. b) PIfatyhme etrnansat thrctougionhisRfailuTGS/re,NEthFT:e bidder will again try for payment by going back to the first is)tep.

ii)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. iii)The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment using his Bank account. iv) 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. If verification is successful, the fund will get credited to the respective Pooling account of the State vG)overnment/PSU/Autonomous Body/Local Body/PRIs etc maintained with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees. vi)Hereafter, the bidder will go to e-Procurement portal for submission of his bid. B) EBaurtneifstthMeopaymney Refentunverd/iSfiectatltioemen ins tunsuProccecesssful, the amount will be returned to the bidder’s ia)ccount s: ii)The EMD of the bidders disqualified at the technical evaluation will be refunded through an automated process to the respective bidders’ bank accounts from which they made the payment transaction. 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 ibiddii) ers’ bank accounts from which they made the payment transaction. If the L1 bidder accepts the LOI and the same is processed electronically in the e-Procurement portal, EMD of the iL2v) bidder will be refunded through an automated process, to his bank account from which he made the payment transaction. As soon as the L1 bidder is awarded the contract (AOC) and the same is processed electronically in the e-Procurement portal, EMD of the L1 bidder will automatically get transferred from the Pooling account to the State Government deposit head through GRIPS along with the bank particulars of the L1 bidder. P-5 5)

Security Deposit will be deducted from progressive bills @ 10% of the Bill value of work (including Earnest Money @2%). 6) Release of Security Deposit will be guided by Cl. 17 of WBF 2911 & G.O. No. 5784-PW/L&A/2M-175/2017 dated 12.09.2017 of Public Works Departments and clause 24(B) of this e-NIT which is applicable. 7) The rate is to be quoted both in words and figures in the financial Bid and rates quoted should be considered inclusive of all taxes and charges as applicable & payable. No rate to be quoted on the body of the WBF 2911. Before Bidding, the Bidder(s) may visit the site to satisfy themselves about the local condition & other matters at their 8) own cost. No claim whatsoever on the ground of insufficient knowledge about the work site or local condition will be 9) entertained at a later date and no claim in future will be entertained. Only the proprietor is authorized to sign the tender document on behalf of a company or firm. The rates quoted (including all taxes which will be imposed by the Govt. during this period of work) in the tender shall remain valid for Nine (9) months from the date of submission of tender for acceptance. DeductionAmendme ntof Incomeof Rule 47(9)Tax, and(b) allof othersWBFR, taxesVol.-I whichconsequ willentbeupon imposed introduction by the Governmentof GST Act,2017 during this period if any including GST - 2017 10)which will be deducted from the progressive bills as per Govt. order in vogue. The copy of is enclosed. 11)Income Tax, Sales Tax , GST & Service Tax, labour welfare cess etc. if any will be deducted from the progressive bills as per Govt. orderA) Bidders in vogue. shall submit copy of  Valid Pan issued by the IT Department, Govt. of India  Valid 15-digit Goods and Services Taxpayer Identification Number (GSTIN) under GST Act, 2017. B) The Following clause shall be included in all the contracts to be executed for (a) procurement of goods and services and (b) works related contract involving supply of goods and services by the contractor.

“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 provision of GST Act, 2017”. This order will be applicable to all the tenders invited for (a) procurement of goods and services and (b) works related contract involving supply of goods and service by contractor including procurement under rule 47C. 12)

The contractor whose tender will be accepted shall make a formal agreement within fifteen (15) days from the date of issue of intimation to that effect by this office on payment of usual charges to the concerned Divisional Office and submit 13)the same duly signed by him/them to this Office. If the contractor fails to perform the formalities within the specified period, the tender will liable to be cancelled and earnest money will be forfeited. The acceptance of the tender will rest with the accepting authority that does not bind him to accept the lowest or any 14)other tender and reserves the right to reject in part or in full of all tenders received or to split up the work in different groups without assigning any reason thereof. If any Tenderer withdraws his tender before the acceptance or he refuses to work within a reasonable time without 15)assigning any satisfactory explanation for such act, he might be disqualified to participate in subsequent other tenders for a period of 1 (one) year or more. The earnest money deposited will also be forfeited, in that cases. 16)Tender, which do not fulfill the conditions specified in the tender documents or do not fulfill the requirement of the tender in any respect will be liable for rejection. The successful Tender will remain liable for following the West Bengal Contract Labour (Regulation & Abolition) Rules in 17)force and necessary certificates from appropriate authority to be submitted within ten (10) days from the date of work 18)order, failing which the work order may liable to be cancelled. Contractor will not be entitled for any compensation for rejection of his tender. Credential certificate produced as credential should clearly indicate the description of works, value of contract, executed 19)work value, date of award, time allowed for the work, actual date of completion etc. and“informal”. name, address, telephone no. of 20)the certificate issuing authority. Conditional tender will(AFFIDAVIT not be accepted) under any circumstances and shall be deemed as 21)ContractorName and / address Tenderer of / the Bidder : should furnish self declaration of history of arbitration / litigation / suspension and / or ing of the firm, if any. Executive Engineer, Purulia Division, P.H.E. D

a) Tender Inviting Authority: . Complex, Ranchi Road, Purulia, West Bengal 22) b) Executing Division / : Executive Engineer, Purulia Division, P.H.E. Dte. 23) Engineer- in- Charge No documents will be entertained, if sent by post / courier. 24)For detailed information & clarification, the intending applicants shall have to contact the office of the undersigned on any working day during 2.00 PM to 4.00 PM with prior appointment. A) The Tender Inviting Authority reserves the right to deny or accept or reject any or all the applicants and to annul the tendering process, at any point of time without any obligation & assigning any reason what-so-ever.

P-6 24 b) Details Order / Notification regarding Defect Liability Period as follows;

(Notification No.5784-PW/L&A/2M-175/2017 Dated: 12.09.2017)

WHEREAS it is deemed expedient to do so;

NOW, THEREFORE, the Governor is pleased to mark partial modification in the West Bengal Form No.:2911 (hereinafter referred to as Printed Tender Form), in cancellation of earlier notification no. 177-CRC/2M-57/2008 dated 12/07/2012, in the manner mentioned here under:-

1) Clause 17 of CONDITIONS OF CONTRACT of the printed tender form shall be substituted by the 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 contiguousthree tomonths the premis or onees, yearon which or three the work years or anyor five part years, of it is asbeing the executed, cause may or ifbe any (dependingdamage shall upon happen the natureto the work of the from work any ascause described whatsoever in the or explanationany imperfection appended become hereto) apparent in it at any time whether during its execution or within a period of

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 the 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 accordance with the procedure“Final Bill” prescribed by any law for the time being in force. acceptable form Provided further that the Engineer-in-Charge shall pass the and certify thereon, within a period of thirty days with effect from the date of submission of the final bill in 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 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 hereof shall be refundable to the contractorthree months in the mannerDefect Liability provided Period here under:- three (a) For work withmonths (i) Full security deposit shall be refunded to the contractor on expiry of one yearfrom Defect the actual Liability date Period of completion of the work; one (b) For work withyear (i) Full security deposit shall be refunded to the contractor on expiry of threefrom year the Defect actual Liability date of completion Period of the work;

(c) For work withTwo years (i) 30% of the security70% deposit shall be refunded to the contractor on expiry of from theThree actual years date of completion of the work; (ii) The Balance of the security deposit shall be refunded to the contractor on five yearexpiry Defect of Liability Periodfrom the actual date of completion of the work;

(d) For work withThree years st (i) No security deposit shall be refunded to the contractor for 1 Four years from the actual date of completion of the work; (ii) 30%70% of the security deposit shall be refunded to the contractor on expiry of Five yearsfrom the actual date of completion of the work; (iii) The Balance of the security deposit shall be refunded to the contractor on expiry of from the actual date of completion of the work;

P-7 Date & time Schedule

Sl. Particulars Date & Time No. 1 Date of uploading of NIET Tender Documents (online) 28.07.2020 at 6 P.M. (Publishing date) 2 Document download start date (online) 28.07.2020 at 6.30 P.M. 3 Both Technical and financial bid submission starting date 28.07.2020 at 6.30 P.M. (online) 4 Both Technical and financial bid submission closing 14.08.2020 at 6 P.M. date(online) 5 Date of opening of Technical Proposals (online) 17.08.2020 at 10 A.M.

6 Date will be declared after Date of uploading of list of technically qualified bidders (online) technical scrutiny

7 Date will be declared after Date of opening of financial bid (online) technical evaluation Date of uploading of list of bidders along with the rates through 8 (online), also if necessary for further negotiation through Next date of financial bid 25) (offline) for final rate. 26)In case of Ascertaining Authority at any stage of tender process or execution of work necessary registered irrevocable power of attorney is to be produced. During scrutiny, if it comes to the notice to Tender Inviting Authority that the Credential or any other papers uploaded 27) by the tenderer is incorrect/forged/fabricated, the tenderer will not be allowed to participate in the tender and his eligibility will be rejected outright without any prejudice. In case if there be any objection regarding disqualifying of the Agency, that should be lodged to the Tender Inviting 28) Authority within 24(Twenty four) hours from the date of Publication of list of qualified tenderer and beyond that time no 29) objection will be entertained. Bidder should track the latest corrigendum (if any) while submitting their bids. Before issuance of the work order, the Tender Inviting Authority will verify the originals of credential & other documents of the lowest tenderer. After verification, if it is found that such documents submitted by the lowest tenderer is either 30)forged or false; in that case, work order will not be issued in favour of the lowest tenderer under any circumstances. Moreover, stringent action will be taken against him, which may leads to black listing of the agency. The L1 bidder will have to submit the hard copy of the tender documents duly downloaded with the signature of the 31)authorized signatory in all pages during formal agreement.

Visit : a) http://wbtenders.gov.in for more details. 32) The bidder will have to submit the additional Performance Security when the bid rate is 80% or less of the b) http://wbphed.gov.in ( for wide circulation only). Estimate put to tender and no increase in scope of work of projects during execution phase. {Govt. Order No. 4608- F(Y) Dated, 18th July, 2018}. The additional performance security in form of Bank Guarantee will be at par of estimated amount put to tender & submit same vide same Annexure – II.

33)Work Order will be issued after finalization of land if any. 34)

Sl.Tender No. DocumentsTender Documents include the following: Page No.

i. Notice Inviting e-Tender. ALL PAGES ii. DrawingGeneral &-Special Terms & Conditions ALL PAGES iii. General specifications & requirements ALL PAGES iv. Details drawing as required will be available from the office of ALL PAGES the undersigned at the time of execution of work. v. Specification for materials & workmanship ALL PAGES vi. WBF-2911. ALL PAGES vii. BOQ/ Schedule of work ALL PAGES

P-8 P-9 INSTRUCTION TO TENDERER 1. General Guidance for e-Tendering :

2. RegistrationInstructions of Contractor/ Guidelines : for tenderers for electronic submission for the tenders online have been annexed for assisting the contractors to participate in e-Tendering.

Any Contractor willing to take part in the process of e-Tendering will have to be enrolled & registered with the 3. DigitalGovernment Signature e -CertificateProcurement (DSC) system, : through logging on to http://wbtenders.gov.in The contractor is to click on the link for e-Tendering site as given on the web portal.

Each contractor is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC) for submission of tenders, from an approved service provider of National Information’s Centre (NIC) on payment of requisite amount details of which are available at the website stated in Clause 2. DSC is given as a USB e-Token. The contractor can search & download NIeT & Tender Documents electronically from Computer once he logs on 4. Submissionto the website of Tenders mentioned : in Clause-2 using Digital Signature Certificate. This is the only mode of collection of GeneralTender Documents. Process of Submission

. Tender are to be submitted online through the website stated in Clause-2 in two folders as per tender schedule, i.e. Prequalification Proposal cum Technical Proposal & Financial Proposal before the prescribed date & time 4. I. Technicalusing the Proposal. Digital Signature Certificate (DSC), The documents are to be uploaded (virus scanned copy) duly Digitally Signed wherever necessary. The documents will get encrypted (transformed“Tender into document” non-readable formats.)

The Technical Proposal should contain scanned copies of the following in Cover (Non- (A) StatutoryStatutory Cover documents) : i. DocumentsThe Technical to proposal be downloaded to be submitted & uploaded in the again following after covers. digital signature

(a) Notice Inviting e-Tender., (b) General terms & conditions, (c) General specifications & requirements, (d) ii. Documentsspecification to forbe downloaded, Surveying, Training filled in & properly, IEC activities. scanned (e) Specification and uploaded for – materials & workmanship, (f) WBF- 2911, (g) Scanned copy of DD/PO as specified Bidder. (B) Non Statutory Cover : Declaration by the Bidder.

1) Earnest money (EMD) as prescribed in the eNIT against each of the serial of work in favour of the Executive Engineer, Purulia Division, PHE Dte. 2) Pre-qualification Application (Section -B , From-I) 3) Financial Statement (Section-B, Form-II) 4) Detail of Organization (Section-B, Form-III) 5) Work Experience (Section-B, Form-IV) Intending Tenderer6) Declaration should upload on antecedents the documents and performance as per following (Form folders-V) in My Document :

SL. CATEGORY SUB-CATEGORY DETAILS NO. NAME DESCRIPTION 1 Valid GST Registration Certificate. 2 3 PAN Card 01 Certificates Certificate 4 Professional Tax Challan for 2020-2021 IT acknowledgement for Assessment Year Current 1. Trade License for Partnership Firm / Tread License 2. Partnership Deed for Partnership Firm. 02 Company Details Company Details 3. Power of attorney (if any). 4. Incorporation Certificate/Trade License for Ltd. company. 5. Any other documents highlighting company details. Credential as completion Certificate in similar nature of works as 03 Credential Credential per e-NIT. 04 Financial (info) Work in Hand Audited Balance Sheet for last financial years (if any) 05 Declaration All Corrigendum / Addendum (if any) Additional Any other information applicant considers being relevant in Information connection with the eligibility to participate in the tender.

P-10 SECTION - B Form-I PRE-QUALIFICATION APPLICATION

To The Executive Engineer, Purulia Division, P. H. Engineering Dte. Sub.: Tender for______

Ref.: eN.I.T. 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 offer. The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group we are interested in bidding for the work(s) given in enclosure to this letter. We understand that: a)

b) Tender Inviting & Accepting Authority / Engineer-in-Charge can amend the scope & value of the contract bid under this project. 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.

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

Date:

P-11 SECTION - B

FORM – III

STRUCTURE AND ORGANIZATION

1 Name of Applicant :

(Indicate whether proprietary firm, Partnership, Limited 2 Company,PAN (Mandate) Corporation / Others) :

3 GST Registration No. (Mandate) :

4 Office Address :

5 Telephone No. :

6 Fax No. :

7 E-mail Address :

8 Beneficiaries Name, Bank Name : with IFSC Code & A/c No. (Mandate)

9 Details of Technical Staff : available

Signature of Bidder

P-12 SECTION - B FORM-IV WORKING EXPERIENCE DETAILS

1. Name of Applicant:

2. List of similar type of work completed / ongoing:

Present Status (If Date of Name of Name, location and nature of Reference of Work Order completed, Contract Value Commencement Employer work (Memo. No. and Date) please mention date of completion)

Note: Copy of Completion Certificate to be attached

Signature of Bidder

P-13 FORM – V

Declaration on Antecedents and Performance

(To be submitted in plain paper / letter head as per specimen, duly filled up and uploaded with digital signature, which shall be treated as the self declaration of the district)

Ref:-eNIT No. ………………. e-Tender ID No…………………….

Work Sl. No. ……………………..

To, The Executive Engineer, Purulia Division, PHE Dte.

I/We, Sri/Smt. ______, the authorized signatory on behalf of ______do hereby affirm that I/We/any of the member of ______bidding against eNIT No. ______,Sl. No. ______are not black listed or debarred from participation in State Government procurements and tenders in the Public Health Engineering Directorate, Government of West Bengal, other Departments of the State Government and Government of India on the date of publication of this Electronics Notice Inviting Tender (eNIT).

If at a latest stage this submission is found incorrect, the bidder company along with all its contingent members/ owners/ partners would be liable to penal actions as decided by the Government under the rules.

Dated this ______day of ______20_____ Full Name of Bidder / Contactor: ______Authorized Signatory: ______In the capacity of: ______Duly authorized to sign bid: ______for & on behalf of Name of Firm): ______(In Block Capital letters or typed)

Office address with seal: ______Telephone No.(s) (Office) : ______Mobile No. ______Fax No. ______E-mail ID : ______(SIGNATURE OF BIDDER REQUIRED)

P-14 DECLARATION BY THE TENDERER IN RESPECT OF GENERAL CONDITION OF CONTRACT

[Affidavit to be affirmed on a Non Judicial Stamp Paper of Rs. 10/- (Rupees ten only) and to be enclosed with the Tender Documents which is required to be mentioned in the forwarding letter of the Tenderer.]

I, ______, son of ______aged about ______years by occupation ______do hereby solemnly affirm and say as follows:

1) That I am the ______(designation) of ______(Name of Tenderer) and I am duly authorized and competent to affirm on behalf of the said Tenderer. 2) That my / our Electronic authorized Tender and competent No. ____ of personnel EE/PD of including2020-2 1 myself(Sl. No. have _____) inspected vide circulate all the d sites Memo of workNo. - covered______/PD under, dated – / /20___ of Executive Engineer, Purulia Division, PHE Dte., Government of West Bengal

and have made ourselves fully acquainted with the site conditions and local conditions in or around theW.B.F. site 2911 of work. We have also carefully gone through the Notice Inviting Tender and Tender Documents and mentioned therein. Tender of the above named Tenderer is offered upon due consideration of all factors and if the same is accepted, I, on behalf of the aforesaid Tenderer, being duly authorized, promise to abide by all the covenants, conditions and stipulation of the contract document and to carry out, complete design, construction, supply, erection, commissioning, performance guarantee test and operation and maintenance of the work to the satisfaction of the EIC of the work and abide by his instruction as may be given by him from time to time to that effect. I also undertake to abide by the provisions of law including of Contract Labour (Regulation & Abolition) Act, 1970, Apprentice Act, 1961, West Bengal Sales Tax Act. Income Tax as would be applicable to the Tenderer upon entering into formal contract / agreement with the Government of West Bengal. 3) That I declare that no relevant information as required to be furnished by the Tenderer, has been suppressed in the Tender Documents. 4) That I declare that we will not claim any compensation in any manner whatsoever in the event of becoming unsuccessful Tenderer. 5) That I declare that Public Health Engineering Directorate / Department, Govt. of West Bengal shall not be held responsible for making payment against any anticipated profit and / or compensation for any losses, whatsoever for the works as stated in this Tender Document and we shall not claim any payment for such purpose in the event of becoming successful Tenderer. 6) That the statement made in paragraph No. 1 to 5 are true to the best of my knowledge and belief. 7) Having no penal measures taken by any authority/ client on any account against the organization / firm for any project of similar nature or any other project executed during the last 5 (Five) years

Solemnly affirmed by the

Said ______Deponent before me

P-15 4. II. Financial Proposal:

The financial proposal should contain the following documents in one cover (folder) (a) Bill of quantities (BOQ) in which the contractor is to quote the rate online through the website http://etender.wb.nic.in directly in the space marked for quoting rate in BOQ. Only downloaded copies of the above Documents are to be uploaded virus scanned & Digitally Signed by the contractor. (b) The percentage (above/AT PAR/below) rate both in figure & word will have to be quoted only in the BOQ under the financial bid. In case of quoting any rate in WBF-2911 or any other documents, the tender is liable to be summarily 5. Opening & Evaluation of Tender : rejected. 5.1 Opening of Technical proposal :

i) Technical proposals will be opened by the Executive Engineer, Purulia Division, Public Health Engineering Directorate electronically from the web site stated in Clause No. 2 using their Digital Signature Certificate. ii) Intending tenderers may remain present if they so desire. iii) Statutory documents will be opened first & if found in order, non-statutory documents will be further opened. If there is any deficiency in such documents the tender will summarily be rejected. iv) Pursuant to scrutiny & decision of the Tender inviting authority the summary list of eligible tenders will be uploaded in the web portal. v) While evaluation the Tender Inviting Authority may summon the tenderers & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not 5.2 Openingproduced of within Financial the stipulated Proposal time frame, their proposals will be liable for rejection.

i) Opening proposals of the tenderers declared technically eligible by the Tender Evaluation Committee will be opened electronically from the web portal stated in Clause 2 on the prescribed date, by the and the Executive Engineer, Purulia Division, Public Health Engineering Directorate electronically from the web site stated in Clause No. 2 using their Digital Signature Certificate. ii) The encrypted copies will be decrypted and the rates will be read out to the contractors remaining present at that time. iii) The Financial Proposals shall be evaluated by the Tender Inviting Authority i.e. the Executive Engineer, Purulia Division, Public Health Engineering Directorate Finally summary result containing inter-alia, name of contractors and the rates quoted by them shall be uploaded provided he is satisfied that the rate obtained is fare and reasonable and there is no scope of further lowering down of rate. iv) However, if there is any scope for lowering down of rates in the opinion of the Tender Inviting Authority, further negotiation meeting with the lowest bidder may be held at his office which will be done off line. The final 7. Penaltynegotiation for suppression statement / shall distortion be uploaded of facts in the: website.

If any tenderer fails to produce the original hard copies of the documents or any other documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression, the tenderer will be suspended from participating in the tenders on e-Tender Platform for a period of 3 (three) years. In addition, his user ID will be deactivated and Earnest Money 8. AwardDeposit of contractwill stand : forfeited. Besides, the P. H. Engineering Directorate may take appropriate legal action against such defaulting tenderer.

The Tender inviting authority reserves the right to accept or reject any Tender and cancel this Tendering processes and reject all Tender at any time or distribute the work prior to the award of Contract without thereby incurring any liability to the affected Tenderer or any obligation to inform the affected Tenderer or Tenderers of the Ground for Authority’s action. The Award of Contract to be notified by the Tender Inviting Authority through acceptance letter. The notification of award will constitute the formation of the Contract. The Agreement in W.B.F. – 2911 and all others documents comprising of Tender documents will incorporate all terms and conditions between the EIC and the successful Bidder.

P-16 GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER PURULIA DIVISION:P.H.ENGG DTE. RANCHI ROAD: PURULIA, Pin-723101 Ph. No. + Fax No.03252 223463, E-mail :- [email protected]

S p e c i a l T e r m s & C o n d i t i o n

1. Guarding arrangement should be made in consolation with the Engineer-In-Charge. 2. Guarding Firm / Agency should be liable for any theft / loss / damage of stored materials, if any of the thefted / losses / damage liable to pay the actual cost of the above occurrence, is this respect agency must be shown the financial & sources like guarantee, insurance etc. for making the payment to the tendering authority before submitting the quotation. 3. Alternative guarding personnel’s should be arranged for any absent cases. 4. Proper uniform should be worn by the guarding personals at the time of duty period. 5. Register for stock of materials should be maintained by the agency’s own cost & responsibility. Legal papers for incoming & outgoing materials should be maintained of the store / stack-yard very strictly. 6. No sundry materials like Tourches /Batteries/Fuel/Soap etcwill be entertained by the undersigned in addition to his/quoted amount. 7. Proper gate pass-should be checked by the guarding personals at the time of preparation of store/stack yard. 8. Department will not entertained for any residential quarter/ Electricity energy for the guarding personals. 9. The agency shall have- to pay minimum wage as par Labour Deptt. Govt.of West -Bengal to staff engaged in each pump house/site. 10. The Agency concern shall have topay Bonus as per Govt.rule. The total amount of Bonus should be paid-in one instalment prior to Durgapuja /Id-Uz-Zoha festival. in: a year.Deptt.is not liable to pay bonus toengagedstaff. 11. Agency- concerned or their Authorised representative shall-visit the site at least one in month &report is to be submitted to the J.E./A. E./E.E.in writing &he should sign in the site Book with date during such visit. 12. The agency should provide sundries i.e. Bulb,Battery, Gland packing, grease, Fuse wire etc. to each individual pump house. 13. The Agency shall operate the switches of the yard lighting arrangement wherever necessary. 14. For any theft of Government materials the agency shall be Primarily responsible. Necessary F.I.R.should be lodged by the Agency to the nearest Police station immediately after occurrence of the incident & the J.E./A.E. in-charge of the work also immediately should be intimated of the fact alongwith a copy of the F.I.R. & the list of materials stoles for takingfurther necessary action in this regard. 15. The Agency shall have to arrange for suitable guarding round the clock to ensure safety of the machinery & equipment against theft. 16. A certificate for making payment to the staff engaged for operation of the pump in compliance with the clauase-2 of the terms & condition shall have to be submitted. In case of Indicripency etc. shall clarify & taken action as benefit. 17. The accepting authority reserves the right to reject the accepted Tender within 7 (seven)days clear notice at any time during the period specified in the time schedule without assigning any reasons thereof.

18. The entrusted agency should intimate in writing to the Assistant Engineer the name of the persons engaged in the. work within 7 (seven)days from the date of commencement of’ this work. 19. The above terms & conditions have been noted, understood &accepted. 20. The entire duty shall be carried out in work man like manner.For,& workmanship or inferior quality of duty the undersignedreserves the right to impose penalty asper rules.

P-17 21. The contractor shall take all requisite and proper steps etc. as per rules at his own cost for which no claim shall be, entertained. 22. The contractor may be terminated within 15(fifteen) days’ notice in case of unsatisfactory performance of the contractor or in case the department arranges its own arrangement for the work departmentally or anyother reason in the interest of service. 23. For day to day repair mtc. work of pipeline as well as electro mechanical work a log book should be maintained of which supplied by the agency of his own cost. The work which is executed must be authenticated by competent authority. During preparation of running/final bill copy of log book have to be submitted. 24. All guarding personal must be well dressed with full uniform with batch (Which was supplied by the Agency) and with Identity card and during duty period. 25. Roster duty chart of guarding personal, O&M staff & Electrical staff should be submitted to the concern authority for necessary approval with name & I. Card no. of all staff month wise.

P-18 GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER PURULIA DIVISION:P.H.ENGG DTE. RANCHI ROAD: PURULIA, Pin-723101 E-mail :- [email protected] Additional Terms & Condition 1. The Clause as laid down in W.B.F. 2911 & other relevant terms & condition an current schedule of Rates of P.W.D. are binding upon the contractor. If any specification do not cover the schedule of rates, the direction of E.I.C. will be binding upon the contractor also.

2. The contractor comprises for the above work as described & set for in the specification & schedule of items together with all additions & alternations including quiring of Tools & Plants are to be followed for satisfactory completion of the work & also maintaining the work upto 3months/6months/1(One) year as deemed fit.

3. Any materials supplied by the contractor must be in good condition & quality & should confirm the specification. The contractor have to provide adequate supply of free & clear water at site. Transportation of cost of materials/ T & P will have to be borne by contractor upto 20 K.M. from the place of issue. The recoveries will be made from the progressive bills of the contractor as follows.

4. ISSUE RATE (SUPPLIED BY THE DEPARTMENT) A. i) Cement :- Rs. 6289.00 per M.T. including cost of containers for PPC/PSC/OPC(33/43 grade). ii) Cement :- Rs. 6460.00 per M.T. including cost of containers for OPC(53Grade).

B. Steel materials i) Mild Steel Rods(Fe 250) (SAIL / TATA / RINL) Rs.51900=00 per MT. ii) Tor Steel Rods/HYSD/TMT Bars/Fe 415/Fe 500/Fe 500D) (SAIL / TATA / RINL) Rs. 51900.00 per M.T. iii) Steel materials M.S. Rod (Fe 250) (Other than SAIL / TATA / RINL) Rs.49300.00 per MT iv) Tor Steel / HYSD / Fe 415 / Fe 500 / Fe 500 D (Other than SAIL / TATA / RINL) Rs.49300.00 per MT

5. Terms of payment :- a) 25% (Twenty Five) percent of total value of work against item of lead joint, tyton and flange joint and 20%(twenty) percent of the total value of work against item of laying H.D.P.E./U.P.V.C. shall be held up as retention money till successful performance of hydraulic test of pipe lines. b) The retention money will be returned after giving satisfactory hydraulic test of the pipe line. c) Over and above 10% (ten) percent of the total value against all items of work will be retained as S.D. Money as per clause of W.B.F. 2911. Testing of pipe (H.D.P.E./U.P.V.C.) - All H.D.P.E. / U.P.V.C. pipes have to be inspected by third party inspection agency will be selected by E.I.C. Necessary Cost involved for the purpose will have to be borne by the contractor. 6. H.D.P.E. / U.P.V.C. pipe have to be procured from approved vendors list of this directorate. Or as per approval of the EIC.

7. The value of any materials which cannot be satisfactorily accounted for deemed to have misused shall be received from contractors bill or other dues at the rate 100% in excess of issue rate of the than market rate whichever is higher.

P-19 Memo No.-. 781/PD Dated – 28 / 07 / 2020

Copy forwarded for information & necessary action to;

1) The Director of Information (Information Division), Govt. of West Bengal, Directorate of Information & Public Relation, Nabanna Building, 325, Sarat Chatterjee Road, Howrah, Pin-711102----with a request to arrange to

publish theth NIT in “ABRIDGED” form in daily news paper for Wide circulation according to G.O. No. 5400 F(Y) Dated 25 June 2012. 2) The Sabhadhipati, Purulia Zillla Parishad. 3) The District Magistrate, Purulia. 4) The Project Director, PMU, WBPWSP (Purulia), P.H.E Dte. 5) The Chief Engineer, Head Quarter / Western Zone / Mechanical/Electrical, (Southern Zone), PHE Dte. 6) The Superintending Engineer, PMU, WBPWSP (Purulia), P.H.E Dte. 7) The District Information & Cultural Officer, Purulia. 8) The Executive Engineer, Purulia Mechanical Division, P.H.E Dte. 9) The Assistant Engineer, HQ / PSSD/ RWS/RNP, P.H.E Dte. 10) The Sr. Divisional Accounts Officer /Estimator/Cashier, Purulia Division, P.H.E Dte. 11) Notice Board /Notice File. 12) Up loaded in www.wbtenders.gov.in portal for information to all concern. 13) The Secretary, PHE Contractor’s Unit, Purulia.

P-20