Government of Office of The Executive Engineer Highway Division –I, P.W. (Roads) Dte. MBL House, 5 th Floor, DD–18/8, Sector–I Salt Lake, –700064 Memo No: 1570 Dated: 01.06.2021 NIeT No: 03 of 2021–22 of The Executive Engineer, Barasat Highway Division –I, P.W. (Roads) Dte.

______Tender Reference Number: WBPWRD/EE/BHD–I/NIeT03 /202 1–22

______Tender id: 2021_WBPWD_332045_1/2/3/4/5

______The Executive Engineer, Barasat Highway Division –I, P.W. (Roads) Dte. , invites e –tender for the work detailed in the table below. (Submission of Bid through online) Name of work Amount Earnest Duration Eligibility put to Money of work tender (Rs.) (Rs.) 1. Emergent repair of SHIBHATI BRIDGE with approaches at 4.35 km. of Kamardanga to 30 Shyamacharan Ghosh Road under 1348286/– 26966/– (thirty) Highway Sub–Division of Barasat Highway days Division–I in the district of North 24 Parganas 2. Emergent repair of Gopalpur-Haroa Road from 15 13.40 Km. to 13.60 Km. under Barasat 946916/– 18938/– (fifteen) Highway Division–I in the district of North 24 days Parganas Resourceful 3. Emergent repair of KATAKHAL BRIDGE at & bonafied chainage 8.35 kmp. of "Basirhat – Pifa – 30 contractors Raghabpur – Murarisha – Kalinagar Road" 1310333/– 26207/– (thirty) having under Basirhat Highway Sub –Division of days credential Barasat Highway Division–I in the district of for similar North 24 Parganas urgent 4. Patch repairing work in stretches from nature of chainage 1.20 km. to 4.00 km. of Basirhat -Pifa- 21 works Rajendrapur Health Centre Road under 1809530/– 36191/– (twenty Basirhat Highway Sub-Division of Barasat one) days Highway Division–I in the district of North 24 Parganas 5. Emergent potholes repairing work in stretches from chainage 2.00 km. to 5.00 km. of Aturia 15 to Koijhuri Kalibazar Road under Basirhat 1504043/– 30081/– (fifteen) Highway Sub-Division of Barasat Highway days Division–I in the district of North 24 Parganas

Page 1 of 10

1. Name of concerned Sub–Division: Basirhat Highway Sub–Division 2. The FINANCIAL OFFER of the prospective bidder will be considered only if the TECHNICAL Document (both statutory and non–statutory) of the bidder found qualified by the Executive Engineer, Barasat Highway Division–I, P.W. (Roads) Dte.. The decision of the Executive Engineer, Barasat Highway Division–I, P.W. (Roads) Dte., will be final and absolute in this respect. 3. Eligibility criteria for participation in the tender: (i) The prospective bidders shall have satisfactorily completed as a prime agency during the last 5 (five) years from the date of issue of this Notice the similar nature of work as per amendments vide Notification No. 04–A/PW/O/10C–02/14 dated 18.03.2015 under authority of State/ Central Govt., State/ Central Govt. undertaking/ Statutory Bodies Constituted under the Statute of the Central/ State Govt. [Non statutory Documents] N.B.:– Completion certificate should contain a) Name of work, b) Name and address of Client, c) Amount put to tender, d) Date of commencement of work e) Date of completion of work . BOQ for the respective work should be uploaded along with completion certificate . (ii) Valid up to date clearance of Income Tax return/ Income Tax Acknowledgement Receipt/ Professional Tax Clearance Certificate/ Professional Tax deposit challan/ PAN issued by the IT Deptt., Govt. of / 15–digit Goods & Service Taxpayer Identification Number (GSTIN) under GST Act, 2017 to be accompanied with the Technical documents [Non statutory Documents]. (iii) In case of Proprietorship and Partnership Firms and Company to Tax Audited Report in 3CD Form is to be furnished along with Balance Sheet & Profit and Loss A/c. for the last 5 (five) years (year just preceding the current Financial year will be considered as year–1). [Non statutory Documents] (iv) Where an individual person holds a digital certificate in his own name duly issued to him by the company or the firm of which he happens to be a director or partner, such individual person, either belonging to an appropriate cadre officer of the company or an authorized partner of a firm, having a registered power of attorney empowered by the board or by the firm shall invariably upload a copy of registered power of attorney showing clear authorization in his favour to upload such tender. (v) Declaration regarding Structure and Organization duly digitally signed by the applicant to be submitted. (vi) Registered Unemployed Engineer’s Co–operative Societies are required to furnish valid Bye Law, Current Audit Report, Current N.O.C. from A.R.C.S., Minutes of last A.G.M. and also submit documents of the society consists at least 10 (ten) members out of which at least 60 % should hold degree or diploma in any branch in Engineering as per memo no. 44–A/4M–11/2002 dt. 09.01.2004 of Deputy Secretary–III, PWD . (Non–Statutory documents) (vii) A prospective bidder shall be allowed to participate in a single job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job, all his applications will be rejected for that job. (viii) 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. Page 2 of 10

4. Important information Date & Time schedule: Sl. Particulars Date & Time No 1. Date of uploading of NIT Documents online (Publishing 01.06.2021 at 18:00 hrs Date) 2. Documents download/sell start date (Online) 02.06.2021 from 09.00 hrs 4. Bid submission start date (On line) 02.06.2021 from 10.00 hrs 5. Bid submission closing (On line) 19.06.2021 at 16.00 hrs. 6. Bid opening date for Technical Proposals (Online) 21.06.2021 at 16.00 hrs 7. Date of uploading list for Technically Qualified Bidder Will be uploaded after (Online) technical bid evaluation 8. Date & Place for opening of Financial Proposal (Online) Will be uploaded after technical bid evaluation 9. Date of uploading of list of bidders along with the offer rates through (Online). Will be uploaded after Also if necessary for further negotiation through offline opening of financial bid for final rate. 5. LOCATION OF CRITICAL EVENT Office of the Executive Engineer, Barasat Highway Division–I,

th Bid Opening P.W. (Roads) Dte., MBL House, 5 Floor, DD–18/8, Sector–I, Salt Lake, Kolkata–700064 6. All Bidders are requested to present in the office of the Executive Engineer, Barasat Highway Division–I, P.W. (Roads) Dte., during opening the financial bid. The Executive Engineer, Barasat Highway Division–I, P.W. (Roads) Dte., may call Open Bid/ Seal Bid after opening of the said bid to obtain the suitable rate further, if it is required. No objections in this respect will be entertained raised by any Bidder who will present during opening of bid, or from any Bidder who will absent at the time of opening of Financial Bid. No informal bidder will be entertained in the Bid further. 7. The intending bidders are required to quote the rate on line. 8. 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 9. Site of work and necessary drawings may be handed over to the agency phase wise. No claim in this regards will be entertained. 10. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instructions to Bidders’ before tendering the bids. 11. Clause 17 of CONDITIONS OF CONTRACT in page no. 12 of the Printed Tender Form shall be substituted by the Notification vide no. 5784-PW/L&A/2M-175/2017 Dated: 12.09.2017 of the Principal Secretary, Public Works Department which is enclosed in between page no. 29 to 33 of the Printed Tender Form. 12. Conditional/ Incomplete tender will not be accepted under any circumstances.

Page 3 of 10

13. In case of ascertaining authority of intending bidders at any stage of tender process or execution of work, necessary registered irrevocable power of attorney is to be produced as and when asked for by the Tender Inviting & Accepting Authority / Engineer–In–Charge. 14. Qualification criteria:– The tender inviting & Accepting Authority will determine the eligibility of each bidder, the bidders shall have to meet all the minimum criteria regarding: a) Financial Capacity b) Technical Capacity comprising of personnel & equipment capability. c) Experience/Credential (i) The eligibility of a bidder will be ascertained on the basis of the digitally signed documents in support of the minimum criteria as mentioned in a, b, c above. If any document submitted by a bidder is either manufacture of false, in such cases the eligibility of the bidder/ bidder will be out rightly rejected at any stage without any prejudice. 14. During the scrutiny, if it come to the notice to tender inviting authority that the credential or any other paper found incorrect/manufactured/fabricated, that bidder would not allowed to participate in the tender and that application will be out rightly rejected without any prejudice. The Executive Engineer, Barasat Highway Division–I, P.W. (Roads) Dte., reserves the right to cancel the NIT due to unavoidable circumstances without assigning any reason, Whatsoever, to the bidders and no claim in this respect will be entertained. 15. In case if there be any objection regarding prequalifying the Agency that should be lodged to the Executive Engineer–I, (PWD) within 02(two) day from the date of publication of list of qualified agencies and beyond that time schedule no objection will be entertained by the Executive Engineer, Barasat Highway Division–I, P.W. (Roads) Dte.. 16. Before issuance of the WORK ORDER, the tender inviting authority may verify the credential and other documents of the lowest bidder if necessary. After verification if it is found that the documents submitted by the lowest bidder is either manufactured or false in that case work order will not be issued in favour of the said bidder under any circumstances and the Earnest Money deposited by the bidder will be forfeited by the Tender Inviting Authority without assigning any reason thereof. 17. Declaration must be uploaded by the bidder for the clause mentioned below: “any intending bidder who have failed to execute more than one works contract under any Directorate of this Department and was terminated by any sub–rule under Clause–3 of tender Form No. 2911 or terminated under any clause of Standard Bidding Document by the Engineer–in–Charge/Employer during last 3 (three) years will not be eligible to participate in any bid under any Directorate under this Department for another 2 (two) years from the date of imposition of last termination notice by the Engineer–in–Charge/Employer.”

Sd/– Executive Engineer Barasat Highway Division–I P. W. (Roads) Dte.

Page 4 of 10

SECTION – A INSTRUCTION TO BIDDERS General guidance for e–Tendering: Instructions / Guidelines for electronic submission of the tenders 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 Informatics Centre (NIC) on payment of requisite amount. Details are available at the Web Site stated in Clause A.1 above. DSC is given as a USB e–Token. 3. The contractor can search & download NIT & Tender Document(s) electronically from computer once he logs on to the website mentioned in Clause A.1. using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. 4. Participation in more than one work: A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job all his applications will be rejected for that job. 5. Submission of Tenders: Tenders are to be submitted through online to the website stated in Clause A.1 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). 6. Technical Proposal: The Technical proposal should contain scanned copies of the following in two covers (folders): a) Statutory Cover Containing the following documents: (i) Tender Form No. 2911(ii) & NIT (download properly and upload the same digitally Signed). The rate will be quoted in the B.O.Q. Quoted rate will be encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in Tender Form No. 2911(ii), the tender is liable to be summarily rejected. (ii) Special terms & conditions and specification of works, if any. b) Non–statutory Cover containing the following documents: (i) Professional Tax (PT) deposit receipt challan for the current financial year, Pan Card, IT, Saral for the current assessment year, VAT/Sales Tax Registration Certificate along with acknowledgement, Labour license. (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).

Page 5 of 10

(v) Tax Audited Report in 3 CD form along with Balance Sheet & Profit & Loss A/c. for the last 5 ( five ) years (year just preceding the current Financial Year will be considered as year–I) (vi) Clearance Certificate for the Current Year issued by the Assistant Register of Co– Operative Society (ARCS), bye laws are to be submitted by the Registered Labour Co– Operative Society / Engineers’ Co–Operative Society. (vii) For prospective bidders having Credential for completion of similar nature of works as per amendments vide Notification No– 04–A/PW/O/10C–02/14 dated 18.03.2015 under the authority of State / Central Government, statutory bodies under State / Central Government constituted under the statute of the State / State Government during the last 5 ( five ) years prior to the date of issue of this NIT is to be furnished. [Ref. Sl. No. 6(i) of this NIT and (Section – B, Form – V)]. Scanned copy of Original Credential Certificate as stated in Sl. No. 6.(i). of NIT. The bidder must have experience of executing at least two similar nature of work. Order copies to be enclosed as documentary evidence. (viii) Affidavits (Ref:– format for general affidavit shown in “Y”, Section – B) N.B.: Failure of submission of any of the above mentioned documents as stated in Sl. No. A.6.(a). and Sl. No. A.6.(b). will render the bidder liable to be rejected for both statutory & non statutory cover. The above stated Non–Statutory/ Technical Documents should be arranged in the following manner: Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents’ to send the selected documents to Non–Statutory folder. Next Click the tab “Click to Encrypt and upload” and then click the “Technical” Folder to upload the Technical documents.

Sl. Format Category Sub Category Sub Category Description No. /File 1. Up to date clearance of Income Tax return/ Income Tax Acknowledgement Receipt/ Professional Tax Clearance Certificate/ Professional Tax deposit challan/ Labour License 15–digit Goods & Service Taxpayer

CERTIFICATES CERTIFICATES Identification Number (GSTIN) under GST Act, 2017 Pan issued by the IT Deptt., Govt. of India 2. COMPANY Partnership Deed, Co–Operative Society DETAIL 1 By–law, MOA, Trade License, Company Registration Certificate COMPANY DETAILS

COMPANY Company Detail 2 DETAIL 2

Page 6 of 10

3. CREDENTIAL 1 Credential–1 CREDENTIAL CREDENTIAL 2 Completion Certificates 4. DECLARATION Declaration file 1 FILE 1 DECLARATION DECLARATION Declaration file 2 FILE 2 5. PAYMENT Payment Certificate 1 CERTIFICATE 1 P/ L & B/ S P/L and balance sheet 2017–18 2017–18 P/ L & B/ S P/L and balance sheet 2018–19 2018–19 P/ L & B/ S P/L and balance sheet 2019–20 FINANCIAL INFO 2019–20 WORK IN WORK IN HAND HAND 6. TECHNICAL TECHNICAL PERSONNEL ON PAYROLL PERSONNEL TECHNICAL PERSONNEL TECHNICAL PERSONNEL ON CONTRACT

MAN POWER ON CONTRACT 1. Tender Evaluation Committee (TEC) Evaluation Committee constituted as per Order of the Engineer–in–Chief & Ex–Officio Secretary, P.W. and P.W. (Roads) Department, Government of West Bengal will function as Evaluation Committee for selection of technically qualified contractors. 2. Opening & evaluation of tender: If any contractor is exempted from payment of EMD, copy of relevant Government Order needs to be furnished. 3. Opening of Technical Proposal: Technical proposals will be opened by the Executive Engineer, City Division, Public Works Directorate and his authorized representative electronically from the website using their Digital Signature Certificate (DSC). 4. Intending bidders may remain present if they so desire. 5. Cover (folder) for Statutory Documents [Ref. Sl. No. A.6. (a)] will be opened first and if found in order, cover (folder) for Non–Statutory Documents [Ref. Sl. No. A.6. (b)] will be opened. If there is any deficiency in the Statutory Documents, the tender will summarily be rejected. 6. Decrypted (transformed into readable formats) documents of the non–statutory cover will be downloaded & handed over to the Tender Evaluation Committee. 7. Summary list of technically qualified bidders will be uploaded online.

Page 7 of 10

8. Pursuant to scrutiny & decision of the Tender Evaluation Committee the summary list of eligible bidders & the serial number of work for which their proposal will be considered will be uploaded in the web portals. 9. During evaluation the committee may summon of the bidders & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection. 10. Financial Proposal (i) The financial proposal should contain the following documents in one cover (folder) i.e. Bill of Quantities (BOQ). (ii) Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the contractor. Financial capacity of a bidder will be judged on the basis of information furnished in Section–B (iii) Penalty for suppression / distortion of facts: If any bidder fails to produce the original hard copies of the documents like Completion Certificates and 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, it may be treated as submission of false documents by the bidder and action may be referred to the appropriate authority for prosecution as per relevant IT Act. (iv) Rejection of Bid: Employer reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer’s action. (v) Award of Contract: The Bidder who’s Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter / Letter of Acceptance. The notification of award will constitute the formation of the Contract. The Agreement in W.B. From No. 2911(ii) will incorporate all agreements between the Tender Accepting Authority and the successful bidder. All the tender documents including NIT & B.O.Q. will be the part of the contract documents. After receipt of Letter of Acceptance, the successful bidder shall have to submit requisite copies of contract documents downloading from the website stated in Sl. No. 2 of NIT along with requisite cost through Demand Draft / Pay Order issued from any nationalized bank in favour of the Executive Engineer, Barasat Highway Division–I, P.W. (Roads) Dte. within time limit to be set in the letter of acceptance. Sd/– Executive Engineer Barasat Highway Division–I P. W. (Roads) Dte.

Page 8 of 10

Memo No: 1570/1(15) Date: 01/06/2021 Copy forwarded for information and wide circulation through Notice board to:– 1. Chief Engineer, South Zone, P. W. (Roads) Dte., Government of West Bengal. 2. The Sabhadhipati, North 24–Pargana Zilla Parishad, Barasat. 3. The Superintending Engineer, Eastern Highway Circle, P. W. (Roads) Dte., Government of West Bengal. 4. The District Magistrate, North 24 Parganas, Barasat. 5. The Executive Engineer, Howrah/ South 24 Parganas, NH–V/ Barasat Highway Division No.–II/ Diamond Harbour Highway Division, Public Works (Roads) Directorate, Government of West Bengal. 6. The Executive Engineer, PWD, IT Cell, NABANNA, 8th Floor, Howrah – 711102 for display in departmental Web site. 7. Divisional Accounts Officer of this office. 8. Assistant Engineer, Baguihati Highway/ Barasat Bridge/ Basirhat Highway Sub–Division of P.W. (Roads) Dte. 9. The District Information officer, North 24 Parganas. 10. Notice Board of this Division Sd/– Executive Engineer Barasat Highway Division–I P. W. (Roads) Dte.

Page 9 of 10

SECTION – B AFFIDAVIT – “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. & P.W.(Roads) 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.

______Signed by an authorised officer of the firm

______Title of the officer

Name of the Firm with Seal

Date______

Page 10 of 10