You are on page 1of 41

GOVERNMENT OF WEST BENGAL

PUBLIC WORKS DEPARTMENT


OFFICE OF THE SUPERINTENDING ENGINEER, PWD
NORTH BENGAL CONSTRUCTION CIRCLE-II.
PURTABHAVAN, HAKIMPARA, JALPAIGURI- 735101.
mail: sepwdnorthbengal2@gmail.com PHONE & FAX: 03561-230469

NOTICE INVITING E_TENDER No. 40 OF 2018-19 OF THE S E, N.B.C.C-II, PWD, JALPAIGURI


The Superintending Engineer, North Bengal Construction Circle-II, Public Works Directorate, invites e-Tender for the work
detailed below.(Submission of Bid through online).
1. List of schemes:-
Earnest Money Price of Technical Eligibility
Estimated

, Financial Bid Time of Name of the of


Sl.
(Rs.)

(Rs.)
Amt

Name of the work documents, Comple Concerned Div. Contractor


No
2911(ii) & others tion & Sub-Div.
Annexure
Relli-Dewrali Road

of 41 i.e. category wise requirement of


Bonafide Contractors having credential in
Westinghouse Saxby Farmer Limited and Britannia Engineering

documents etc is to be paid by the applicant, but


during execution of the formal agreement, the
During participation no cost against the tender

successful renderer have to pay Rs 10,005.00 per set

similar job as mentioned in Sec C of page 26


I
money for participation in the tender in favour of three State
31/08/2015 , the exemption will be provided towards earnest
mode with the payment Gateway of ICICI Bank
Rs 19,21,828.00 has to deposit through online

Limited , Subject to the condition that they will furnish the

Improvement works from


Government Enterprises viz. Mackintosh Burn Limited ,
(In ref. to the G.O. No- 430(3)-W(C)/1M-208/15 dated-

Security Deposit as usual , if Selected in the Tender)

2.00 kmp to 13.55 km in

240 ( Two hundred & forty ) days


the district of Kalimpong
under Kalimpong
Division,P.W.D. during the of tender document & WBF 2911(ii) Kalimpong
year 2018-19 Division ,
9,60,91,395.00

PWD,
Kalimpong
&
Kalimpong
Sub-Divn –III ,
PWD

credentials.
Intending eligible bidder may download the tender document from the website http://etender.wb.nic.in directly by the
help of Digital Signature Certificate.
Technical & Financial Bid will be submitted concurrently duly digitally signed in the Website http://etender.wb.nic.in.
Tender document may be downloaded from website & submission of Technical /Financial Bid as per Schedule dates
stated in serial no-13.
The documents submitted by the Bidders should be properly indexed, & self attested with seal.

Methodology for submission of EMD [ as per order no- 3975-F(Y) Dated-28/07/2016 of Finance Dept , Govt of W.B.]

For all bidders required to submit the requisite EMD using the online payment mode .

Accordingly , the net banking option shall have to be availed with any of the Banks listed in the ICICI Bank payment
gateway & the option of RTGS / NEFT through Bank A/C in any Bank have to procure with the payment gateway of ICICI
Bank by the e-procurement portal through web services .

As a prequalification documents , the EMD amount paid by the bidder will get credited to the respective pooling A/C
maintained by the Focal point Branch of ICICI Bank .
Refund / settlement process of EMD [ as per order no- 3975-F(Y) Dated-28/07/2016 of Finance Dept , Govt of W.B.]

i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic
processing in the e-procurement portal of the State Government, the tender inviting authority will declare the portal
of bids as successful or unsuccessful which will be made available, along with the details of the unsuccessful
bidders, to ICICI Bank by the e-procurement portal through web services.

ii. On receipt of the information from the e-Procurement portal, the Bank will refund, through an automated process,
the EMD of the bidders disqualified at the technical evaluation to the respective bidders’ bank accounts from which
they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean
the date on which information on rejection of bids is uploaded to the e-procurement portal by the tender inviting
authority.

iii. Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of the technically
qualified bidders other than that of the L1 and L2 bidders will be refunded, through an automated process, to the
respective bidders’ bank accounts from which they made the payment transaction. Such refund will take place
within T+2 Bank Working Days where T will mean the date on which information on rejection of financial bid is
uploaded to the e-procurement portal by the tender inviting authority. However, the l2 bidder should not be rejected
till the LOI process successful.

iv. If the L1 bidder accepts the LOI and the same is processed electronically in the e-procurement portal, EMD of the
L2bidder will be refunded through an automated process, to his bank account from which he made the payment
transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which
information on Award of Contract (AOC) to the L1 bidder is uploaded to the e-procurement portal by the tender
inviting authority.

v. As soon as the L1 bidder is awarded the contract (AOC) and the same is processed electronically in the e-
Procurement portal-

a) EMD of the L1 bidder for tenders of State Government offices will automatically get transferred from the
pooling account to the State Government deposit head “8443-00-103-001-07” through GRIPS along with the
bank particulars of the L1 bidder.

b) EMD of the L1 bidder for tenders of the State PSUs/Autonomous Bodies/Local Bodies/PRIs, etc will
automatically get transferred from the pooling account to their respective linked bank accounts along with the
bank particulars of the L1 bidder.

In both the above cases, such transfer will take place within T+1 Bank working Days where T will mean the
date on which the Award of Contract (AOC) is issued.
vi. The Bank will share the details of the GRN No. generated on successful entry in GRIPS with the E-Procurement
portal for updation.

vii. Once the EMD of the L1 bidder is transferred in the manner mentioned above, Tender fees, if any, deposited by the
bidders will be transferred electronically from the pooling account to the Government revenue receipt head “0070-
60-800-013-27” through GRIPS for Government tenders and to the respective linked bank accounts for State
PSU/Autonomous Body/Local Body/PRIs, etc tenders.

viii. All refunds will be made mandatorily to the Bank A/c from which the payment of EMD & Tender Fees (if any)
were initiated.

2. Eligibility criteria for participation in tender:


i) The prospective bidders must fulfill the credential criterion as stated (category wise) in the “Instruction to the
bidders”.
ii) Credential 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 statute, on the executed value of completed / running works will be taken as credential.
iii) As a supporting documents of credential the W/O , BOQ , Payment Certificate should be submitted .
iv) Payment Certificate will not be treated as Credential.
N.B. Estimated amount, Date of completion of project & detail communicational address of Client must be indicated in
the Credential Certificate.
v) The prospective bidders shall have in their full time engagement experienced technical personnel, the minimum
being 1 (one) Civil Engineering Degree holder and 1 (one) Civil Engineering Diploma holder (Authenticated
documents as name, address, phone no., E-mail ID & passed certificate in respect of qualification and engagement
shall be furnished for Technical-Evaluation). [Non Statutory Documents].
vi) Pan Card, Professional Tax receipts Challan, GST registration Certificate to be accompanied with the Technical Bid
document. Income Tax (Saral) Acknowledgement Receipt for the current assessment year to be submitted. [Non
Statutory Documents].
vii) Prohibition on suspended /debarred persons / Entities to participate in the bidding of the Govt project / contract of
the Department
A person / entity that is suspended / debarred by a procuring entity shall not be allowed to participate in any
procurement process under Public Works Department during the period of suspension / debarment unless the
same has been revoked.
A joint venture or consortium which is suspended / debarred or which has suspended / debarred member/s and
partner/s as well as a person/entity who is a member of a suspended / debarred joint venture or consortium shall,
likewise, not be allowed to participate in any procurement process under Public Works Department during the
period of suspension / debarment unless the same has been revoked prior to the date of publication of this NIT . (
A declaration in this respect has to be furnished by the respective bidders as a prescribed format in ‘Affidavit-Y’ .
For wrongful / faulty / defective submission of that , the bid shall be treated as non-responsive .)
viii) The applicant’s Working Capital shall not be less than 25 (Twenty five) percent of the amount put to tender and
the own resource should minimum be 10% of the amount put to tender.
ix) The available Bid Capacity (to be calculated on the basis of prescribed format) of the prospective applicant shall
not be less than the amount put to tender.
x) In case of Proprietorship and Partnership Firms and Company the Tax Audited Report in 3CD Form 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. No
other name along with applicant name, in such enclosure will be entertained. [Non Statutory Documents].
xi) The prospective bidders should have assured ownership/ lease (Details as mentioned in “Clause-7 of, Instruction
to the bidder”) / [Non Statutory Documents.]
xii) A prospective bidder shall be allowed to participate in the particular 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.
xiii) The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of
Association and Memorandum. [Non Statutory Documents]
xiv) ‘Joint Venture’ will not be allowed
xv) Sub-Contractor will not be allowed
3. The prospective bidder shall establish field testing laboratory equipped with requisite instruments (as given
hereunder) in confirmatory to relevant code of practice and technical staff according to the requirements of
works to be executed.
4. Running payment for work will be credited through the Treasury Govt. of WB. to the Bank Account of executing
agency as per availability of fund. The executing agency may not get a running payment unless the gross amount
of running bill will be 30 (thirty) lac or 30% of the tendered amount whichever is less. Provisions in Clause(s) 7, 8,
& 9 contained in W.B. Form No. 2911 (ii) so far as they relate to quantum and frequencies of payment are to be
treated as superseded.
5. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the selected
agency. Vat, Royalty. All documents related to royalty payment for the materials and should be produced without
which the payments will not be made. NOC for carried earth pit is also required. All other statutory levy/ Cess will
have to be borne by the contractor & the rate in the schedule of rates inclusive of all the taxes & cess stated above.
6. Price Adjustment and Price escalation are not applicable.
7. Mobilization Advance and Secured Advance will not be given.

8. The Additional Performance Security shall be obtained from the successful bidder, if the accepted bid value is
more than 20 % less than the estimated amount put to tender, from the successful bidder having own prime
machineries for construction of the work as detailed in Annexure- X (Page No - 21 of 41 ). If the successful bidder not
having ownership of any of those prime machineries ,the Additional Performance Security shall be obtained from
the successful bidder if the accepted bid value is more than 10 % less than the estimated amount put to tender.
The Additional Performance Security shall be equal to 10 % of the tendered amount.
The Additional Performance Security shall be submitted in the form of Bank Guarantee from any Scheduled Bank as
per enclosed format (Annexure-B) before issuance of 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.
The said Bank Guarantee shall be valid up to the end of the contract period and shall be renewed accordingly,
if required. The said bank Guarantee shall be returned immediately after 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 will in no way affected/altered by this Additional performance Security .

9. Agencies shall have to arrange necessary land for installation of Plant & Machineries, (specified for
each awarded work) storing of material, labour shed, laboratory etc. at their own cost and
responsibility.
10. Bids shall remain valid for a period of 120 (One Hundred Twenty) days from the last date of submission of
Financial Bid .
11. (A) Materials required for the proposed scheme like bitumen (all grade), bitumen emulsion, steel, cement etc.
will be supplied by the Agency at their own cost and will be inclusive of all charges and taxes as applicable.
Materials shall be of approved brand in accordance with relevant code of practice (latest revision) and
Manufacturer. Authenticated evidence for purchasing cement, steel etc. are to be submitted along with challan
and test certificates. Further testing from any Government approved Testing Laboratory shall have to be
conducted by the agency at their own cost if required by the Engineer-in-Charge.

12. A] Utilization of Steel materials:-

For Special type of work such as bridges/culverts, ROB s, Buildings greater than G+4 storey’s or for buildings with pile / raft foundation :-

Steel materials of make - Tor steel rods / HYSD bars /TMT bars [ Fe 415 / Fe500/ Fe500D conforming to IS-1786
or IS- 432 ( whichever is applicable ) ] of manufactures /producers of SAIL/TATA/RINL only shall be utilized .
Before applying the respective manufacturing brand of steel materials , the quality has to be examined on technical aspect & the test
reports must be satisfied or approved by the E-I-C .

For buildings upto G+4 storey with isolated / combined /strip foundation :-

Steel materials of make - Tor steel rods / HYSD bars /TMT bars [ Fe 415 / Fe500/ Fe500D conforming to IS-1786
or IS- 432 ( whichever is applicable ) ] of manufactures /producers of JSW /JSPL /SHYAM /SRMB /BMASL /ELECTROSTEEL /SSL
may also be utilized by the side of using SAIL/TATA/RINL. Before applying the respective manufacturing brand of steel materials , the
quality has to be examined on technical aspect & the test reports must be satisfied or approved by the E-I-C .

For ordinary work ( small & unimportant structure ) :-

Steel materials of make - Tor steel rods / HYSD bars /TMT bars [ Fe 415 / Fe500/ Fe500D conforming to IS-1786 or IS- 432 ( whichever
is applicable ) ] having ‘quality certification’ of the BIS or any other designated authorities as per the BIS act and the producers listed
under the JPC profile other than manufactures /producers of SAIL/TATA/RINL /JSW /JSPL /SHYAM /SRMB /BMASL
/ELECTROSTEEL /SSL may be utilized . Before applying the respective manufacturing brand of steel materials , the quality has to be
examined on technical aspect & the test reports must be satisfied or approved by the E-I-C .

The steel reinforcement to be procured should be tested ( both physical and chemical test ) as per required frequencies and as per the
relevant code of BIS from the Laboratory / Institution with proper testing infrastructure ( preferable NABL accredited ) , approved by the
E-I-C of the work . Cost of such testing will be borne by the agency .

B] Utilization of Cement:-
Cement products of mini plant shall not be used .
13 Date & Time Schedule:

Sl. No Particulars Date & Time


1 Publishing of Tender 01.11.2018 at 18:00 Hrs.
2 Documents download/sell start date (Online) 01.11.2018 at 18:00 Hrs.
3 Pre Bid Meeting with the intending tenderer will be held at the chamber of the 14.11.2018 at 12:00 Hrs.
SE, PWD, NBCC-II, Jalpaiguri.
4 Bid submission Start Date 19.11.2018 at 18:00 Hrs.
26.11.2018 at 11.00 Hrs.
5 Documents download/sell end date (Online)
26.11.2018 at 11.00 Hrs.
6 Bid Submission End Date
7 Technical Bid Opening 28.11.2018 at 11.00 Hrs.

14. There shall be no provision of Arbitration. Hence clause 25 of 2911 (ii) is omitted vide
notification no. 558/SPW dated. 13.12.2011 of Principal Secretary, P.W. & P.W. (Roads)
Department.
Modification of Clause relating to Settlement of Disputes under Conditions of Contract vide No. 8182-F(Y)
Kolkata, the 26th September, 2012 of Secretary to the Government of West Bengal.

“Clause 25” – Except where otherwise provided in the contract all questions and disputes relating to the meaning of the
specifications, designs, drawings and instructions herein before mentioned and as to the quality of workmanship or
materials used on the work or as to any other question, claim, right, matter or thing whatsoever, in any way arising out of
relating to the contracts designs, drawings specification, estimates, instructions, orders or these conditions or otherwise
concerning the works, or after the completion or abandonment thereof shall be dealt with as mentioned hereinafter.
If the contractor considers any work demanded of him to be outside the requirements of the contract, or disputes any
drawings, record or decision given in writing by the Engineer – In – Charge on any matter in connection with or arising out
of the contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Chairman of
the Dispute Redressal Committee in writing for written instruction or decision. Thereupon, the Dispute Redressal
Committee shall give its written instruction or decision within a period of three months from the date of receipt of the
Contractor’s letter.
The Dispute Redressal Committee in each of the Works Departments shall be constituted with the following
officials as members –

1 Additional Chief Secretary / Principal Secretary / Secretary of the Department Chairman


concerned
2 Engineer – In – Chief / Chief Engineer or any officer of equivalent rank of the Member
Department
3 One Designated Chief Engineer / Engineer of the Department to be nominated Member Secretary
by the Department concerned. and Convenor
4 One representative of Finance Department of the Government not below the Member
rank of Joint Secretary of Financial Adviser in case of the works Department
where FA system has been introduced
This provision will be applicable irrespective of the value of the works to which the dispute may relate.”
15. Earnest Money: The amount of Earnest Money is 2% (Two percent) of the estimated amount put to tender
against the work have to deposit through the online payment mode as mentioned details earlier in the page no-
1 of 41 & 2 of 41 .
16. The Bidder, at the Bidder’s own responsibility and risk, must visit and examine the site of work and surroundings
to obtain all information that may be necessary for preparing the Bid and entering into a contract for the work as
mentioned in the Notice inviting Tender, the cost of visiting the site shall be at the Bidder’s own expense. Traffic
management and execution shall be the responsibility of the Agency at his/her/their risk and cost. The diversion
road if required for smooth flow of the traffic is to be constructed & maintained by the agency at his own cost.
Any such expenditure be duly considered and accounted for in the bid offered.

17. The intending Bidders shall clearly understand that, whatever may be the out come of the Bids, no cost of Bidding
shall be reimbursable by the Department. The Superintending Engineer, P.W.D North Bengal Construction Circle-
II, Jalpaiguri reserves the right to accept or reject any offer without assigning any reason whatsoever and is not
liable for any cost that might have incurred by any Bidder at the stage of Bidding.

18. For assessment of the bid capacity , the max value of Engineering work in respect of project executed in any one year
during last five years shall be supported with the submission of authenticated payment certificates .
19. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in
‘Instructions to Bidders’ before bidding.
20. 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.

21. All intending bidders are requested to be present in the office of the ‘The Superintending Engineer, North Bengal
Construction Circle – II Public Works Department, Jalpaiguri’ during opening of the Financial Bid, Open / Seal Bid
may be called after opening of the said bid to obtain the suitable rate further, if required. No objection in this
respect will be entertained by any bidder(s). No informal bidder will be entertained in the said bid.

22. To proof the “work in progress / work in hand ” , the report / certificate issued by the competent authority ( not
below the rank of the Executive Engineer or equivalent ) regarding up-to-date work progress ( work done up to last
day of the preceding month of the publication of the NIT ) & the respective work order should be produced .
The bidder shall also enclose the copy of work order of all such works before the bid submission which are awarded but yet not started.

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

24. Methodology for payment:-

As per GO No- 474-W(C)/1M-343/16 Dated- 07.09.2016 of PWD , Works Branch , after completion of the work ; on
receiving the approval of the Supervision Consultant , the different level Engineer Officers have to verify & consecrate the satisfactory
completion certificates through prescribed formats from their end according to empowerment of the Technical sanction mentioned in the
respective GO for ensuring the release of final payment .

The concerned EE will furnish the payment procedure being executed of the all formalities & Departmental norms .

25. Requirement of Principal Machineries (assured ownership/leased) :[Non Statutory Documents]


All necessary machinery, Tools & Plants have to be deployed by the Agency. (Reference Clause -7 of Instruction to the
bidder. One Self Attested declaration by the bidder to be uploaded.)
Original documents in support of assured ownership/lease possession of the aforesaid machineries are to be
furnished if required by the Tender Inviting Authority. Other allied machineries required for the work as per the
direction of the Engineer-in-Charge.
26. In case of Quoting rates no multiple lowest rates will be entertained by the Department.
27. The Superintending Engineer, PWD, North Bengal Construction Circle-II reserves the right to cancel the N.I.T. due
to unavoidable circumstances and no claim in this respect will be entertained.
28. During scrutiny, if it is come to the notice to tender inviting authority that the credential or any other papers
found incorrect/manufactured/fabricated, that tenderer will not be allowed to participate in the tender and that
application will be out rightly rejected without any prejudice and penal action will be imposed through debarment
/ suspension treating 1st degree of offence .
29. The penal measures of suspension / debarment will be governed to the prospective bidder participating in the
tender process as well as the concerned bidder selected for execution of the Public works for arising offences or
violations committed regarding contract implementation . The penal measures will be exercised over the
following grounds along with the ‘penalty’ as mentioned in the Sl No – D 51 and subsequently the ‘category &
penalty of the offence’ as mentioned in the Sl No – D 52 of ‘Special terms & Conditions” .
30. In case if there be any objection regarding Prequalification, that should be lodged to the Chairman Bid Evaluation
Committee within 2 days from the date of publication of list of qualified Agency and beyond that time schedule no
objection will be entertained by the Screening Committee.

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

32. If any discrepancy arises between two similar clauses on different notifications, the clause as stated in later
notification will supersede former one in following sequence:
i) Form No. 2911(ii)
ii) NIT
iii) Special terms & Condition
iv) Technical bid
v) Financial bid
vi) Corrigendum issued.
Note: In case of any discrepancy arises due to typographical / printing error, the technically sanctioned Estimate will
be considered as reference and conclusive.
33. Qualification Criteria:
The Tender Inviting and Accepting Authority through a “Bid Evaluation Committee” will determine the eligibility of
each bidder, the bidders shall have to meet all the minimum criteria regarding :-
a) Financial Capacity
b) Technical Capability comprising of personnel & equipment ( man – machineries )capability
c) Experience / Credential
The eligibility of a bidder will be ascertained on the basis of the self attested documents in support of the minimum
criteria as mentioned in a, b, c above and the declaration executed through prescribed affidavit in non-judicial
stamp paper of appropriate value duly notarized. Document submitted by a bidder is either found manufactured or
false; the eligibility of the bidder/ tenderer will be out rightly rejected at any stage without any prejudice.
34. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act. 1970. (b)
Apprentice Act. 1961, (c) PF of the workers and (d) minimum wages Act. 1948 of the notification thereof or any
other laws relating thereto and the rules made and order issued there under from time to time.
SECTION – A
INSTRUCTION TO THE BIDDERS

1. General guidance for e-Tendering


Instructions/ Guidelines for tenders for electronic submission of the tenders online have been annexed for assisting the
contractors to participate in e-Tendering.
2. Registration of Contractor
Any contractor willing to take part in the 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 dept.) the
contractor is to click on the link for e-Tendering site as given on the web portal.
3. 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 tenderer DSC is given as a USB e-Token.
4. The contractor can search & download NIT & 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.
5. 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.

6. Credential Required:
As per Notification No. 04-A/PW/O/10C-02/14, DATED 18.03.2015 OF the Principal Secretary, PWD, Govt. of West
Bengal, Standard credential (category wise) requirement (except Joint Venture) are given in the “SECTION – C”:
7. Machinery required: Category wise principal requirement of machineries, equipments and Laboratory Instruments are
given in “SECTION – C”: Annexure – I, II, III & V .
8. Submission of Tenders.
a) Guidelines of bidders for uploading/ submission in the tender through DSC- 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 virus scanned copy of documents duly Signed Digitally are to be uploaded. The documents will get encrypted
(transformed into non readable formats).
b) Validity Signatory / authorization for up-loading/submission of tender [ the provision has been incorporated vide
Notification No- 09-W(C )/1M-286/15 of principal Secretary, PWD ] – 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 on 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.
The power of attorney shall have to be registered in accordance with the provisions of the Registration Act, 1908.
A. Technical proposal.
The Technical proposal should contain scanned copies of the following further two covers (folders)
A-1. Statutory Cover, Containing:
i. Prequalification Application (Sec-B, Form – I)
ii. Earnest money (EMD) , to be submitted through online .
iii. Financial Statement (Section – B, Form – II).
iv. Affidavits (Ref: Format in “X” Section- “B” & affidavit “Y” Section- “B”.
vii. Tender form No. 2911(ii) & NIT (Download, digitally sign & upload the same).
The rate on the B.O.Q, under Financial Bid will only be encrypted. In case any rate
quoted on the 2911(ii) or elsewhere the tender liable to summarily rejected.

viii. Special Terms, condition & specification of works.

ix. Certificate of revolving line of credit by the Bank (if required).

A-2. Non statutory Cover, Containing:

i. Professional Tax(PT) deposit receipt challan for current year, Pan Card, IT, Saral for the current Assessment year, GST
Registration Certificate.
ii . In case of Proprietorship Firm , an affidavit has to be executed duly notarized on non-judicial stamp paper of
appropriate value declaring that his / her concern is a Proprietary concern and he/she is the sole Proprietor of the
concern . Principal place of business / registered office should be mentioned therein . In addition to this the
supporting documents regarding proof of legal entity needs to be produced .
iii. “Firm Registration Certificate” under Company Act.

iv. partnership Firm shall furnish “Registered Partnership Deed” and company shall furnish ‘Article of Association &
Memorandum’, registered / certified through ‘Register of Companies’ .
v. “Valid By-Laws” , “Registration Certificate” offered by “Co-Operative Societies(ARCS)” , ‘valid Clearance
Certificate/NOC’ for the Current Year issued by the Assistant Register of Co-Op(S) (ARCS) [for registered
Unemployed Engineers Co-Operative Societies / registered Unemployed labour Co-Operative Societies ]
and Current Audit Report along with other relevant supporting papers must be submitted .
vi. Registered Power of Attorney showing clear authorization with the provisions of the Registration Act,1908 (For
Partnership Firm/ Private Limited Company, if any)

vii. Tax Audited Report in 3 CD Form along with Balance Sheet & Profit & Loss A/c for the last five years (year just preceding
the current Financial Year will be considered as year – I)

viii. List of machineries possessed assured ownership/leased along with authenticated copy of invoice, challan & waybill
Ref.:- Cl. No. 3 (viii) & clause No. 22 of this NIT (Section –B, Form IV).
ix. List of laboratory Instrument along with authenticated Invoice & Challan. (Ref.:- Cl. No.4)

x. List of Technical staffs along with structure & organization (Section: B, Form: III).

xi. Scanned copy of Original Credential Certificate to be furnished. (Ref. Cl. No. 3(i) of this NIT (Section: B, Form: V). as
stated in 3(i) of NIT.

Note: Failure of submission of any of the above mentioned documents (as stated in A-1 & A-2) will render the tender liable
to summarily 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 Category Name Sub Category Details


no Description
1. Valid 15 digit Goods and Service Taxpayer Identification Number ( GSTIN ) under
A. CERTIFICATES CERTIFICATES
GST Act, 2017
2. PAN
3. P TAX PAYMENT CHALLAN/RECEIPT ( up to date) and valid PTPC for the current
year as applicable
4. LATEST IT RECEIPT
5. IT-SARAL FOR CURRENT ASSESMENT YEAR
6. PF registration certificate , upto date challan for EPF
subscription & upto date return for proof of payment of
EPF dues of the workers .
1. PROPRITORSHIP FIRM (TRDE LICENCE)
B. COMPANY COMPANY
DETAILS DETAILS 1 2. PARTNERSHIP FIRM (FIRM REGISTRATION CERTIFICATE , REG.
PARTERNERSHIP DEED, TRADE LICENCE)
3. LTD. COMPANY (COMPANY INCORPORATION CERTIFICATE, Article of
Association & Memorandum of Association , TRADE LICENCE)
4. SOCIETY (SOC. REGISTRATION COPY, BY-LAWS,TRADE LICENCE)
5. POWER OF ATTORNOY

C. CREDENTIAL CREDENTIAL1 1. SIMILAR NATURE OF WORK DONE & COMPLETION CERTIFICATE WHICH
IS APPLICABLE FOR ELIGIBILITY IN THIS TENDER
CREDENTIAL2
D. EQUIPMENT MACHINERIES 1. AUTHENTICATED COPY OF INVOICE CHALLAN & WAY BILL (MECHNERY)
LABORATORY 2. AUTHENTICATED COPY OF INVOICE, CHALLAN (LABOTARY)

E. FINANCIAL WORK IN HAND 1. AUTHENTICATED DOCUMENT


(INFO)
PAYMENT CERTIFICATE-1 ONLY PAYMENT CERTIFICATE NOT THE TDS CERTIFICATE
PAYMENT CERTIFICATE-2
P/L AND BALANCE SHEET PROFIT & LOSS AND BALANCE SHEET (WITH ANNEXTURE AND 3CD FORM
FOR LAST 3 (THREE) FIN YRS IN CASE OF TAX AUDIT)
F MAN POWER TECHNICAL LIST OF TECHNICAL STAFFS ALONG WITH STRUCTURES & ORGANZATION
PERSONNEL (AS PER NIT)
TECHNICAL LIST OF TECHNICAL STAFFS ALONG WITH STRUCTURES & ORGANZATION
PERSONNEL ON (ASPER NIT)
CONTRACT
B. Bid Evaluation committee.
Bid Evaluation Committee as constituted by the Superintending Engineer concerned will evaluate the technical and financial
eligibility of the bidder and recommend to the tender accepting authority. Committee would comprise the following officials
[As per G.O. [No: 45-W(C)/1M-23/15, dt-13.02.2015]:
Sl. No. Official Designation
i. Superintending Engineer, PWD, NBCC-II -- Chairperson & Convener
ii. Concerned Executive Engineer
T.A. to Superintending Engineer, PWD, NBCC-II
iii.
or any other Executive Engineer under the Circle
iv. Divisional Accounts Officer/ Divisional Accountant
I. Opening of Technical proposal: - Technical proposals will be open by the Superintending Engineer, P.W.D, North Bengal
Construction Circle-II, Jalpaiguri or his authorized representative electronically from the web site stated in Cl. No. 2 using
their Digital Signature Certificate.
II. Intending bidders may remain present at the time of opening of the bid, if they so desire.
III. Cover (folder) statutory documents (vide Cl. No. 6.A-1) should be open first & if found in order, cover (Folder) for non
statutory documents (vide Cl. No. – 6.A-2) will be opened. If there is any deficiency in the statutory documents the
tender will summarily be rejected.
IV. Decrypted (transformed in to readable formats) documents of the non statutory cover will be downloaded & handed
over to the tender evolution committee.
V. Uploading of summary list of technically qualified bidders.
VI. Pursuant to scrutiny & decision of the screening committee the summary list of eligible tenders & the serial number of
work for which their proposal will be considered will be uploaded in the web portals.
VII. While evaluation the committee may summon of the tenders & 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.
C. Financial Proposal:
D. 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 per) online through computer in the space marked for
quoting rate in the BOQ.
E. ii. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the
contractor.
9. Financial capacity of a bidder will be judged on the basis of working capital and available bid capacity as mentioned in
the N.I.T. to be derived from the information furnished in FORM-I & II (Section-B) i.e., Application (for Pre-qualification)
& Financial Statement. If an applicant feels that his/their Working Capital beyond own resource may be insufficient,
he/they may include with the application a letter of guarantee issued by a first class Bank to supplement the applicant.
10. If a bidder withdraws the tender / bid at any stage of tender process before acceptance or refuses within a reasonable
time ( i.e. the period of bid validity ) without extreme exigency felt by the Dept. ; the bid security / EMD shall be
forfeited .In case any satisfactory explanation against such withdrawal may not be received , the bidder shall be
disqualified from participating in any procurement process under Public Works Dept for a min period of 1 ( one ) year
11. This letter of guarantee should be addressed to the Tender Inviting/ Accepting Authority and should guarantee duly
specifying the name of the project that in case of contract is awarded to the Bidder, the Bidder will be provided with a
revolving line of credit. Such revolving line of credit should be maintained until the works are taken over by the Engineer-
In-Charge/ Employer. The audited Balance sheet for the last three years, net worth bid capacity etc. are to be submitted
which must demonstrate the soundness of Bidder’s financial position, showing long term profitability including an
estimated financial projection of the next two years.
12. Penalty for suppression / distortion of facts
If any tenderer fails to produce the original hard copies of the documents (especially Completion Certificated and
audited balance sheets), 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,
st
the tenderer will be suspended/debarred from participating in the tenders on e-Tender platform treating 1 Degree of
offence for a 2(two) years. In addition, his user ID will be deactivated and Earnest money deposit will stand forfeited
Besides, the P.W. Directorate may take appropriate legal action against such defaulting tenderer as per I.T. Rule.
11.Rejection of bid
The Employer reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any
time the 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.
N.B. : The Bidder whose Bid has been accepted will be notified by the Tender inviting & Accepting Authority acceptance letter / Letter of
Acceptance. The Letter of Acceptance will constitute the formation of the Contract. The Agreement in W.B.F. 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 Document.
Sd/-
Superintending Engineer, PWD
North Bengal Construction Circle-II
Jalpaiguri

NieT- 40 of 2018-19
SECTION – B
FORM –I
PRE-QUALIFICATION APPLICATION
(To be furnished in Non – Judicial Stamp paper
of appropriate value duly notarized)

To
The Superintending Engineer, PWD
North Bengal Construction Circle-II
Jalpaiguri.
Ref: - Tender for______________________________________________________________________________
________________________________________ (Name of work) ______________________________________
____________________________________________________________________________________________

N.I.T.No : 40 of 2018-19 of Superintending Engineer, PWD, North Bengal Construction Circle-II, Jalpaiguri

Tender ID : …………………………………………………..
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 accept or reject any
application/bid/offer /tender 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.
E-mail Address:
SECTION – B
Form – II
(Annexure – A)
FINANCIAL STATEMENT
N.I.T.No : 40 of 2018-19 of Superintending Engineer, PWD, North Bengal Construction Circle-II, Jalpaiguri
Tender ID : …………………………………………………..

B.1. Name of Applicant:


E-mail Address :
B.2. Information of assets and liabilities on the basis of the audited financial statement of the last five financial years.
(Attach copies of the audited financial statement of the last five financial years)

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.

Assed available Bid Capacity [A.N.2 –B] =

A= Maximum value of engineering works in respect of projects executed in any one year during last five years (updated
to the price level of the year indicated in the table below) taking into account the completed as well as works in
progress. The project includes turnkey project/item rate contract/construction works.

B= Financial Liability of the bidder to be incurred for existing commitments and on-going works during the subject
contracts.

N= Number of years (i.e. ________years) prescribed for completion of the works for which bids are invited

N.B. The Audited Balance Sheet and Profit & Loss Account with all the schedules and annexure forming part of the Balance
Sheet and Profit & Loss Accountant for the last five years should be given. All these financial statements should be
signed by a competent authority for the last five years [Ref :- Clause 7 of instruction to bidders & Clause No. 3(vi) of NIT].

Calculation of the value of “A”:

I. Table for value of Engineering works in respect to projects (Turn key projects/Item rate contract/ construction
works) undertaken by the bidder during the last 5 years:

Value of Engineering works undertaken w.r.t. Projects (Rs. In


Sl. No year
Crores)
1 Year-5

2 Year-4

3 Year-3

4 Year-2

5 Year-1
II. Maximum value of projects that have been undertaken during the F.Y ____ out of the last 5 years and value thereof is
Rs. _______Crore (Rupees ___________________________________). Further, value updated to the price level of the
year indicated in the table as follows:
Rs. _____________Crore X ______ (Updation factor as per table annexed) = Rs.___________ ___________Crore
(Rupees ____________________________________________________________________________________).

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

Sl. No F.Y / Calender Year Updation Factor


1 Year - 5 1.00

2 Year - 4 1.05

3 Year – 3 1.10

4 Year - 2 1.15

5 Year - 1 1.20

III. Net worth for the last year of __________________________________________________ (Name of the Company)
= ____________________ (Rupees. __________________________________).

…………………………… ……………………………
…………………………… ……………………………
Signature, Name and Designation of Authorized Name of the Statutory Auditor’s firm:
Signatory

Seal of the Audit firm:


For and on behalf of ………………………… (Name of the
(Signature, Name, Designation and Membership
Applicant
No. of Authorized signatory).
To calculate the value of “B”
3. Table containing value of all the existing commitments and on-going workings to be completed during the next . . . . . years
(prescribed time of completion of the works for which the bids are invited) to be furnished.
Sl Name of Name of Percentage Stipulated period Value of Value of Balance value Anticipated Financial liability
No work/ the of of completion as contract as work of work to be date of to be incurred
project employer participatio per agreement/ per completed completed completion for the said
n of bidder LOA with start agreement/ work/ project
Rs.
in the date. LOA during the
project period of the
Rs. Rs.
subject
contract. Rs.

1 2 3 4 5 6 7 8 9 10

……………………………..
……………………………..
Signature, Name and Designation of Authorized
Signatory

For and on behalf of


………………………… (Name of the Applicant

Note:
1. All the documents are 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.
SECTION – B

DECLARATION

AFFIDAVIT – “X”
(To be furnished in Non – Judicial Stamp paper
of appropriate value duly notarized)
N.I.T.No : 40 of 2018-19 of Superintending Engineer, PWD, North Bengal Construction Circle-II, Jalpaiguri
Tender ID : …………………………………………………..

Work in progress Work order issued but work not started


Sl. No. Name of the Estimated % of work Sl No. Name of the Tendered
work with Amount executed work with Amount
Tender No. tender No.

______________________________________
Signed by an authorized officer of the firm
______________________________________
Title of the Officer
______________________________________
Name of the Firm with Seal
Date______________________
SECTION – B
DECLARATION
AFFIDAVIT – “Y”
(To be furnished in Non – Judicial Stamp paper
of appropriate value duly notarized)

Name of the Work :- ………………………………………………………………………………………………………………………….


…………………………………………………………………………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………………………………………………………………………………..
N.I.T.No : 40 of 2018-19 of Superintending Engineer, PWD, North Bengal Construction Circle-II, Jalpaiguri
Tender ID : …………………………………………………..

· I have carefully read and understood all the terms and condition of the Tender and hereby convey my acceptance of the same .
· The information / documents which have been furnished by me / us are true and authentic to the best of my knowledge and belief.
· I, the under-signed, 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 work(s) under this NIT shall be installed at the working site within 45 days from
the date of work order if the machineries are required in very initial stage of the work , otherwise machineries shall be installed at
the working site well ahead of the actual requirement as per our submitted work programme.
· Penal measures towards suspension / debarment had been imposed against me from the procuring Entity / Authority of
…………………………………………… from the date of ………………………………………….& for the period of ……………………………………………vide Tender
No - ……………………………………of ………………………………………………………………..
OR
the Penal measures towards suspension / debarment had never been imposed against me .

· The under-signed hereby certifies that at present neither our firm ______________________________________ nor any of
constituent firm are not under any penal measures of suspension / debarment by P.W.D , PWD ( R) or any Central / State Govt , State
/ Central Government undertaking , statutory / Autonomous bodies constituted under Central / State statute
OR
the same has been revoked prior to the date of publication of this NIT.
· Certified that I shall tamely accept the penal action towards debarment /suspension ; if any false information/ declaration & falsified
documents/records submitted, forgery, failure to execute committed contract or failure to comply the contractual obligation ,violation
or breach of law /regulations, negligence to mobilize /start the work, adverse/ poor performance without valid cause and lodging
false/delusive complain to abandon the competitive bidding and conceal the information of previous debarment / suspension ; are
furnished by me .
· The under-signed also certify that neither our firm nor any of constituent partners have been rescinded during the last three years
prior to the date of publication of this NIT from any contract awarded to me.
nd nd
· Certified that , the ‘2 degree of offence’ was incorporated against me OR I was never under the patronage of ‘2 degree of
offence”
· The under-signed understands and agrees that further qualifying information /supporting documents may be requested and agrees
to furnish any such information / documents at the request of the Department at any stage.
· 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
more than one work in the particular NIT having multiple works , with adequate financial capability ( i.e. duly
permitted the requisite Bid Capacity ) along with the proper arrangement ( own or through lease agreement ) &
deployment of separate set of required machineries to complete the works satisfactory in specified time [ if applicable ]
· 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 under-signed do certify that all the statements made in the attached documents are true and correct. If any declaration if found
/ ascertained to be incorrect/fabricated / misrepresented / fraudulent etc. accordingly tender will be be liable to be cancelled /
terminated immediately & I / my firm / Company shall also be liable to prosecuted under section 197, 199 & 200 of Indian Penal Code,
1860 along with section- 71 & section – 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 authorized officer of the firm

______________________________________
Title of the Officer

______________________________________
Name of the Firm with Seal

Date______________________

E-mail Address:

[ N.B. ---- strike out which is not applicable ]


SECTION - B
FORM- III
STRUCTURE AND ORGANISATION

A.1 Name of applicant :

A.2. Office Address :

Telephone No. :

Fax No. :

E-mail Address:

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.
SECTION –B
FORM – IV
C. DEPLOYMENT OF ROAD / BRIDGE MACHINERIES:-
(Original document of own possession/Leased, to be annexed)
(If engaged before Certificate from E.I.C. to be annexed in respect of anticipated dated of release of Machineries.)
Name of Make Type Capacity Motor / Engine Machine No. Possession Status Date of release
Machine No. if engaged
Idle Engaged.
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 furnished.

Signature of applicant including title


and capacity in which application is made
ANNEXURE – X

List of prime machineries

1. Tilting Drum mixer 230-280 liter capacity with hopper


2. Mobile HMP ( Light Duty )

3. 6-8 t Smooth Wheeled tandem Roller


4. Loader cum excavator

Sd/-
SE , PWD
NBCC-II , Jalpaiguri

NieT- 40 of 2018-19
SECTION - B
FORM – IV (contd...)
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 bidder must own / arranged through lease as per given chart.
OWN Remark
Min NUMBER
Sl. REQUIRED
TYPE OF MACHINERIES / EQUIPMENT CAPACITY
No.
OWN ED / 2 Nos.
1 Mobile HMP ( Light Duty ) ARRANGED
through LEASE
Tilting Drum mixer 230-280 liter capacity with hopper OWN ED /
ARRANGED 2 Nos.
2
through LEASE

OWN ED /
8-10 t static weight Smooth Wheeled Road Roller ARRANGED 2 Nos
3 8t-10t through LEASE

Tipper truck OWN ED /


3 Nos
ARRANGED
4
through
LEASE
OWN ED /
5 Loader cum excavator ( i.e. Backhoe Loader cum ARRANGED
1 No.

excavator ) through LEASE

OWN ED / 2 Nos
6 Water Tanker ARRANGED
through LEASE
OWN ED / 1 No
Dewatering Pump ( 5 HP capacity )
7 ARRANGED
through LEASE

Grout Pump OWN ED / 1 No.


8 ARRANGED
through LEASE
1 No
Surface / Screed vibrator OWN ED /
9 ARRANGED
through LEASE
3 Nos
Internal or immersion Vibrator OWN ED /
10 ARRANGED
through LEASE

Generator OWN ED / 1 No.


11 ARRANGED
through LEASE
Vibratory roller of min static weight of 8-10t OWN ED / 1 No.
12 ARRANGED
through LEASE
Suitable compaction equipments (like OWN ED / 1 No For compaction
rammers , vibrating plate compactors etc ARRANGED as per
of embankment
13 through LEASE , flank /
as approved by E-I-C) requirement
shoulder etc in
narrow widths
Steel sheet plate OWN ED / as per
14 ARRANGED requirement
through LEASE
i) Telescopic handlers / super loader / mini loader OWN ED / i) 1 no These
& ARRANGED ii) 1 no equipments
15 ii) Crawler excavator / backhoe excavator through LEASE ( if Sl- 5 is not may be used in
available ) separate as per
site condition
Steel Reinforcement Cutting & Bending Machine OWN ED / 1 No.
16 ARRANGED
through LEASE
6-8 t Smooth Wheeled tandem Roller OWN ED / 1 No.
17 ARRANGED
through LEASE
Bitumen Sprayer OWN ED / 1 No.
18 ARRANGED
through LEASE
Air Compressor OWN ED / 1 No.
19 ARRANGED
through LEASE
Hydraulic broom OWN ED / 1 No.
20 ARRANGED
through LEASE
OWN ED / as per
Survey equipments (Theodolite, Level instrument and others) ARRANGED requirement
21
through LEASE

1 No.
Laboratory Equipment with testing arrangement as per sec. 120 of OWN ED /
22
specifications of Roads and Bridge works 5th revision of MORT & H ARRANGED
through LEASE

NOTE :- Maximum age of HMP both in Batch type and Drum type , Paver finisher, Concrete batching and mixing plant, Concrete Mixer with integral
weigh batching facility , Concrete paver, Vibratory Roller shall be 5 years as on the date of publication of NIT. It may be extended up to 7 years after
getting fit certificate from the manufacturer and this certificate shall be produced at the time of submission of bid. All other machineries and
equipments shall be in running condition.
All plants, machineries and equipments will be verified by the competent authority before execution of the work and at the time of execution the
agency is responsible to deploy the requisite other / excess machineries & equipments as per instructed by E-I-C , if required .
If the bidder fails to install required plants , machineries and equipment for the instant project within the requisite time , the bidder shall be terminated
from the instant work with forfeiture of earnest money and debarment proceeding shall be started against him .

Arrangement of machineries if it is made through lease agreement, it should be registered with the owner . Proof of ownership
of machineries shall have to be uploaded / submitted.
Sd/-
Superintending Engineer, PWD
North Bengal Construction Circle-II
Jalpaiguri.
NieT- 40 of 2018-19
A ] The bidders having own machineries as required have to comply with the following tabulation sheet as mentioned here under duly notarized in
non judicial stamp paper of appropriate value and filled in properly .

Description of own plant/ machineries/ equipments


Sl Description Location of Make/ Capacity Model/ Machine Reg. Engine
No of Quantity Machineries Type Chassis No. No. No No. Manufacturing
/plant/ /equipment use Date
machineries
/
Equipments

Strike out whichever is not applicable

In accordance with the bidders are also requested to produce the documents chronologically regarding proof of ownership of those machineries .

B ] In case the machineries as required are to procure through lease hold agreement , the followings as mentioned hereunder must be incorporated
into the agreement and filled in properly .

I ] Name of work / project ..................................................................................

II ] Tender Ref No - .....................................................

III ]
Description of plant/ machineries/ equipments under lease

Description Location of Make Capacity Model/ Machine Reg. Engine Lessor Rental Rental rate Lease
Sl of Quantity Machineries / Chassis No. No No. Manufacturing Identification Rate Per unit (daily, term /
/plant/ /equipment Type No. Date Number Article(S) monthly) period
No machineries/ use (PAN /
Equipments AADHAAR )

Strike out whichever is not applicable

In accordance with the bidders are also requested to produce the documents chronologically regarding proof of those machineries .

Sd/-
Superintending Engineer, PWD
North Bengal Construction Circle-II
NieT- 28 of 2018-19 Jalpaiguri.
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 Original Original Actual Actual Date Reasons for
Employer Location Consulting price in of Date of Date of Date of of delay in
& nature Engineer Indian `. Participation start of completion starting completion completion
of work responsible of company work of work the of work (if any)
for work
supervision

Note: a) Certificate from the Employers (not below the rank of executive Engineer) 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.
SECTION – C
Category wise Requirement of Credential (As per G.O no- 04A/PW/O/10C-02/14, Dt-18.03.2015)

1. For 1st call of NIT: -

i Intending tenderers should produce credentials of a similar nature of completed work of the
minimum value of 40% of the estimated amount put to tender during 5 (Five) years prior to
the date of issue of the tender notice; or,

ii Intending tenderers should produce credentials of 2 (two) similar nature of completed work,
each of the minimum value of 30% of the estimated amount put to tender during 5 (Five)
years prior to the date of issue of the tender notice; or,
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 at (i) above;
In case of running works, 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 satisfactorily and also that no penal action has been initiated against the executed
agency, i.e., the tenderer.
2. For 2nd Call of NIT: -

i. Intending tenderers should produce credentials of a similar nature of completed work of the
minimum value of 30% of the estimated amount put to tender during 5 (Five) years prior to
the date of issue of the tender notice; or,
ii. Intending tenderers should produce credentials of 2 (two) similar nature of completed work,
each of the minimum value of 25% of the estimated amount put to tender during 5 (Five)
years prior to the date of issue of the tender notice; or,
iii. Intending tenderers should produce credentials of one single running work of similar nature
which has been completed to the extent of 75% or more and value of which is not less than
the desired value at (i) above;
In case of running works, 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 satisfactorily and also that no penal action has been initiated against the executing
agency, i.e., the tenderer.

3. For 3rd Call of NIT: -

i. Intending tenderers should produce credentials of a similar nature of completed work of the
minimum value of 20% of the estimated amount put to tender during 5 (Five) years prior to
the date of issue of the tender notice; or,
ii. Intending tenderers should produce credentials of one single running work of similar nature
which has been completed to the extent of 70% or more and value of which is not less than
the desired value at (i) above;
In case of running works, 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 satisfactorily and also that no penal action has been initiated against the executing
agency, i.e., the tenderer.
SECTION – C
Annexure – II

A declaration to be furnished in Non – Judicial Stamp paper of appropriate value duly notarized as per
the format given as AFFIDAVIT – “Y” in SECTION –B

SECTION – C
Annexure – III
List of Equipment for Testing Laboratory
A. For Building Works
1. Balance

I. 7Kg. to 10 Kg. capacity, semi-semi-self indicating type-accuracy 10kg.


II. 500gm. Capacity. Semi-semi- self indicating type-accuracy 1gm.
III. Pan balance-5Kg. Capacity-accuracy 10gms.
o o
2. Ovens-electrically operated. Thermostatically controlled up to 110 C- Sensitivity 1 C.
3. Sieves: as per IS 460-1962.
i) I.S. serves – 450mm. internal dia, of sizes 100 mm., 80 mm., 50 mm., 40 mm., 25 mm., 20 mm., 12.5 mm., 10 mm., 6.3 mm., 4.75
mm. complete with lid and pan.
ii) I.S. sieves- 200 mm. internal dia (brass frame) consisting of 2.36 mm., 1.18 mm., 600 microns, 425 microns, 300 microns, 212
microns, 150 microns, 90 microns, 75 microns with lid and pan.4. Sieve shaker capable of 200 mm. and 300 mm. dia sieves,
manually operated with timing switch assembly.
5. Equipment for slump test – slump cone steel plate, tamping rod, steel scale, scoop.

6. Dial gauges, 25 mm. travel – 0.01 mm. / division least count – 2 nos.

7. 100 tones compression testing machine, electrical- cum manually operated.

8. Graduated measuring cylinder 200 ml. capacity – 3 nos.

9. Enamel trays (for efflorescence test for bricks).

i) 300 mm x 250 mm. – 2 nos.


ii) Circular plates of 250 mm. dia – 4 nos.

10. Cube Mould 12 nos.

11. Compression testing machine.

12. Others as per requirement.

Field Testing Instruments


1. Steel tapes 3 m.
2. Vernier/slide calipers
3. Micrometer screw 25 mm. gauge.
4. A good quality plump bob.
5. Spirit level, Minimum 30 cms. Long with 3 bubbles for horizontal vertical.
6. Wire gauge (Circular type) dise.
7. Foot rule.
8. Long nylon thread.
9. Rebound hammer for testing concrete.
10. Dynamic penetrometer.
11. Magnifying glass.
12. Screw driver 30 cms long.
13. Ball pin hammer, 100 gms.
14. Plastic bags for taking samples.
15. Moisture meter for timber.
16. Earth resistance tests (for Electrical Divisions).
17. Meggar (for Electrical Divisions).
18. Others as per requirement.

Note: Plant Machineries and equipments should be owned or arranged through lease hold agreements by the bidders.

i. Conclusive proof of ownership (Tax invoice, way bill, delivery challan) for each plant and machinery in working condition shall have to be
submitted.

ii. In case of Batch type Mixing Plant, conclusive proof of advance receipt from the manufacturer shall be produced and in case of 25% payment
against the total cost of the plant/machineries have to be made by the bidders.

iii. If the machineries have been engaged in other works then name of client along with his contract number and Email address shall be
furnished in the declaration by the intended tender and the present location (working place) shall also be given with tentative date of release
of plant & machineries.

iv. In the connection self declaration (proforma enclosed) shall also have to be submitted along with the tender and it shall be declared that
statement of fact related to the mode of ownership of machineries are true and it also to be clearly stated that required specified
machineries shall be installed at the working site within 45 days from the date of work order if the machineries are required in the very initial
stage of the work , otherwise machineries shall be installed at the working site well ahead of the actual requirement as per agency’s
submitted work programme.

v. If tender inviting authority has any doubt in respect of authenticity of uploaded documents in respect of Prime Machineries , he can
personally or his any authorized representative may inspect the machineries after informing the bidder .

vi. The bidder shall arrange facilities for different types of day to day testing as per MoRTH , IRC & IS guideline at the working site at his own cost
relate to his work .
SECTION - D
Special terms and conditions
D.1 General :
Unless otherwise stipulated all the works are to be done as per general conditions and general specifications as mentioned
hereunder:
“Departmental Schedule”, which means the “PWD (WB), Schedule of Rates for ----
th
1) Road & Bridge works 2018 ( vol-III) w.e.f. 30 August’2018 .
2) Building works ( vol-I) w.e.f. 1 November’2017 including up-to- date addenda and corrigenda of 3rd issue
st

D.2 Definition of Engineer-in-Charge and commencement of work :


The word “Engineer-in-Charge” means the Executive Engineer, P.W.D, of the concerned Division. The word “Department”
appearing anywhere in the tender documents means P.W.(Roads) Department, Government of West Bengal, who have
jurisdiction, administrative or executive, over part of whole of the works forming the subject matter of the tender or contract.
The word “approved” appearing anywhere in the documents means approved by the Engineer-in-Charge. In case, the work is
transferred to any other Division, the Executive Engineer under whom the work will be executed should be treated as the
Engineer-in-Charge. The work shall have to be taken up within seven days of the receipt of the work order or otherwise
mentioned therein. Failure to do so will constitute a violation of the contract stipulation as regards of proportionate progress
and timely completion of work and the contractor will thereby make himself liable to pay compensation or other penal action
as per stipulation of the printed tender form.
D.3 Terms & Conditions in extended period :
As Clause 5 of W.B.F. No. 2911 (ii) as the case may be when an extension of time for completion of work is granted by the
Engineer-in-Charge against proper reasoning’s, it will be taken for granted by the working contractor that the validity of the
contract is extended automatically up to the extended period with all terms and conditions rates etc. remaining unaltered, i.e.
the tender is revalidated up to the extended period. [Except in case of adjustment of price for increase or decrease of basic
materials which is guided by relevant G.O.s
D.4 Co-operation with other agencies and damages and safety of road users:
All works are to be carried out in close co-operation with the Department and other contract or contracts that may be working
in the area of work. The work should also be carried out with due regard to the convenience of the road users and occupants of
the adjacent locality, if any. All arrangements and programme of work must be adjusted accordingly. All precautions must be
taken to guard against chances of injury or accidents to workers, road users, occupants of the adjacent locality etc. The
contractor must see that all damages to any property which, in the opinion of the Engineer-in-Charge are due to the negligence
of the contractor are promptly rectified by the contractor at his own cost and expenses and according to the direction and
satisfaction of the Engineer-in-Charge.
D.5 Transportation arrangement :
The contractor shall arrange for all means of transport including railways wagons required for carriage and supply of materials
and also the materials required for the construction work. The Department may however, at their own discretion grant
necessary certificates, if required, for booking of railways wagons etc. But, in case of failure of the department to help the
contractor in this respect, the contractor will have arrange at his own initiative so that progress of work will not hamper and no
claim whatever on this ground will be entertained under any circumstances. If railways facilities are not available, the
contractor will have to depend on transport of materials by road as necessary to complete the work without claiming any extra
payment from department in this regard. The contractor must consider his aspect while quoting rate.

D.6 Contractor’s Site Office :


The contractor shall have an office adjacent to the work as may be approved by the Engineer-in-Charge where all directions and
notice of any kind whatsoever, which the Engineer-in-Charge or his representative may desire to give to the contractor in
connection with the contract, may be left or sent by post to such office or delivered to the contractor’s authorised agent or
representative. For such intimation to the contractor’s site office, it shall be deemed to the sufficient enough to be served upon
the contractor.
D.7 Incidental and other charges:
The cost of all materials, hire charges to Tools and plants, labour, Corporation/Municipal Fees for water supply, Royalty or road
materials (if any), electricity and other charges of Municipalities or statutory local bodies, ferry charges, Toll charges, loading
and unloading charges, handling chargers, overhead charges etc. will be deemed to have been covered by the rates quoted by
the contractor inclusive of also Income Tax, Octroi Duty/Terminal Tax, Turnover Tax, GST etc. All other charges for the execution
of the specified work, including supply of materials and related carriage, complete or finished in all respect up to the entire
satisfaction of the Engineer-in-charge of the work. No claim extra claim in this regard beyond the specified rate as per work
schedule whatsoever in this respect will be entertained.
D.8 Authorized Representative of Contractor:
The contractor shall not assign the agreement or sublet any portion of the work. The contractor, may however, appoint and
authorized representative in respect of one or more of the following purpose only.
a) General day to day management of work.
b) To give requisition for Departmental materials, Tools & Plants etc. to receive the same and sign hand receipts thereof.
c) To attend measurements when taken by the Departmental Officers and sign the records of such measurements which will be
taken of acceptance by the contractor.
The selection of the authorized representatives shall be subject to the prior approval of the Engineer-in-Charge concerned and
the contractor shall in writing seek such approval of the Engineer-in-Charge giving therein the name of work, Tender No., the
Name, Address and the specimen signature of the representative he wants to appoint and the specific purposes as specified
here-in-above, which the representative will be authorized for. Even after first approval, the Engineer-in-Charge may issue at
any subsequent date, revised directions about such authorized representative and the contractor shall be bound to abide by
such directions. The Engineer-in-Charge shall not be bound to assign any reason for his revised directions. Any notice
correspondence etc. issued to the authorized representative or left at his address, will be deemed to have been issued to the
contractor.
D.9 Power of Attorney:
The Provision of the power of attorney, if any, must be subject to the approval of the Department. Otherwise the Department
shall not be bound to take cognizance of such of attorney.
D.10 Extension of time :
For cogent reasons over which the contractor will have no control and which will retard the progress, extension of time for the
period lost will be granted on receipt of application from the contractor before the expiry date of contract. No claim
whatsoever for idle labour, additional establishment, cost of materials and labour and hire charges of tools & plants etc. would
be entertained under any circumstances. The contractor should consider the above factor while quoting this rate. Applications
for such extension of time should be submitted by the contractor in the manner indicated in Clause-5 of the printed form of
W.B.F. No.2911 (ii).
D.11 Contractor’s Godown :
The contractor must provide suitable godowns for cement and other materials at the site of work. The cement godown is to be
sufficient in capacity and it must be water tight with either an elevated floor with proper ventilation arrangement underneath
the floor or if solid raised flooring is made, cement is to be stored on bamboo or timber platform to the satisfaction of the
Engineer-in-Charge. No separate payment will be made for these godowns or for the store yard. Any cement, which is found at
the time of use to have been damaged, shall be rejected and must immediately to remove from the site by the contractor as
per directed of the Engineer-in-Charge.
D.12 Arrangement of Land:
The contractor will arrange land for installation of his Plants and Machineries, his goo down, store yard, labour camp etc. at
his own cost for the execution of the work. Departmental land, if available and if applied for, may be spared for the purpose
on usual charges as fixed by the Engineer-in-charge.
D.13 Use of Government Land:
Before using any space in Government land for any purpose whatsoever, approval of the Engineer-in-charge will be required.
Departmental land, if available and if applied for, may be spared for the purpose on usual charges as fixed by the Engineer-in
charge. The contractor shall make his own arrangements for storage of tools, plant, equipments; materials etc. of adequate
capacity and shall clear and remove on completion of work and shed, huts etc. which he might have erected in Government
land. If after such use, the contractor failed to clear the land, Department will arrange to remove those installation and
adequate recovery will be made from the dues of the contractor.
D.14 Work Order Book:
The contractor shall within seven days of receipt of the order to take up work, supply at his own cost one Work Order Book to
Sub-Divisional Officer/Assistant Engineer Concerned, who is authorized to receive and keep in custody the Work Order Book
on behalf of the Engineer-in-Charge. The Work Order Book shall be kept at the site of work under the custody of Sub-
Divisional Officer/Assistant Engineer or his authorized representative. The Work Order Book shall have machine numbered
pages in triplicates. Directions or instruction from Departmental officers to be issued to the Contractor will be entered (in
triplicate) in the Work Order Book (except when such directions or instructions are given by separate letters). The contractor
or his authorized representative shall regularly note the entries made in the Work Order Book and also record thereon the
action taken or being taken by him complying with the said directions or instruction on any relevant point relating to the
work. The contractor or his authorized representative may take away the triplicate page of the Work Order Book for his own
record and guidance. Cases of supplementary items or of claims may not be entertained unless supported by entries in the
Work Order Book or any written order from the Tender Accepting Authority.
The first page of the Work Order Book shall contain the following particulars:
a) Name of the Work
b) Reference to contract number
c) Contractual rate in percentage
d) Date of opening of the Work Order Book
e) Name and address of the Contractor
f) Signature of the Contractor
g) Name & address of the Authorized representative (if any of the contractor authorized by him)
h) Specific purpose for which the contractor’s representatives is authorized to act on behalf if the Contractor.
i) Signature of the authorized representative duly attested by the Contractor.
j) Signature of the Sub-Divisional Officer/Assistant Engineer concerned.
k) Date of actual completion of work.
l) Date of recording final measurement.
Entries in (k) & (l) above shall be filled in on completion of the work and before the Work Order Book is recorded in the office
of the Sub-Divisional Officer/Assistant Engineer.
D.15 Clearing Of Materials:
Before starting any work, work site, where necessary, must be properly dressed after cutting clearing all varieties of jungles
shrubs, bamboo clusters or any undesirable vegetation from the alignment or site of works on completion of works all
temporary structure or obstruction including some pipes in underground work, if any, must also be removed. All scars of
construction shall be obliterated and the whole site shall be left in a clear and neat manner to the satisfaction of the
Engineer-In-Charge. Total length (in case of road project) shall be demarcated by proper chainage and with fixing 200m post
as per direction of Engineer-in-Charge on both side of the alignment and Bench Marking at desired locations as per direction
of Engineer-in-Charge. No separate payment shall be made for all these works, the cost thereof being deemed to have been
included in the rates of various items of works quoted by the contractor in the schedule of probable items of works.
D.16 Sundry Materials:
The contractor must erect temporary pillars, master pillars etc. as may be required in suitable places as directed by the
Engineer-In-Charge at his own cost before starting and during the work by which the departmental staff will check levels
layout different works and fix up alignment and the contractor shall have to maintain and protect the same till completion of
the work. All machineries and equipments like Level Machine, Staff, Theodolite etc. and other sundry material like, pegs,
strings, nails flakes instruments etc. and also skill labour require for setting out the levels for laying out difference structures
and alignment shall also be supplied by the contractor as per direction of Engineer-in-Charge at his own cost without any
extra claim towards the department.
D.17 Supplementary / Additional items of Works:
Notwithstanding the provisions made in the related printed tender form any item of the work which can be legitimately be
considered as not stipulated in the specific price schedule of probable items of work but has become necessary as a
reasonable contingent item during actual execution of work will have to be done by the Contractor, if so directed by the
Engineer-in-Charge and the rates will be fixed with manner as stated below: -
(a) Rate of supplementary items shall be analyzed to the maximum extend possible from rates of the allied items of work
appearing in the P.W. (Roads) Department schedule of rates of probable items of work forming part of tender document
Rates for the working area enforce at the time of N.I.T.
(b) In Case, extra items do not appear in the above Public Works (Roads) Department Schedule of Rates, such items for the
works shall be paid at the rates entered in the Public Works Department Schedule of Rates for the working area enforce at
the time of N.I.T.
(c) In case, addition items do not appear in the above Public Works (Roads) Department Schedule of Rates, such items for the
works shall be paid at the rates entered in the Public Works Department Schedule of Rates for the working area enforce at
the time of N.I.T.
(d) If the rates of the supplementary items can not be computed even after applications of clauses stated above, the same
shall be determined by analyses from market rates of material, labour and carriage cost prevailing at the time of execution of
such items work. Profit and overhead charges (both together) at 10% (Ten percent) will be allowed only; the contractual
percentage will not be applicable.
Unbalanced market rates shall never be allowed.
Contractual percentage shall only be applicable with regard to the portions of the analysis based on clauses (a) & (b) stated
above only.
It may be noted that the cases of supplementary items of claim shall not be entertained unless supported by entries in the
Work Order Book or any written order from the tender accepting authority.
N.B. In addition to the above noted guide line, the amendment of Rules 238 & 239 of PWD code vide notification no. 6754-
PW/L&A/2M-312/2017 dated 18/12/2017 of the Law & Arbitration Cell, PWD shall also be followed in the contract.
D.18 Covered up works:
When one item of work is to be covered up by another item of work the latter item shall not be done before the formal Item
has been measure up and has been inspected by the Engineer-in-Charge or the Sub-Divisional officer /Assistant Engineer, as
the authorized representatives of the Engineer-in-Charge and order given by him for proceeding with the latter item of work.
However, when this is not possible for practical reasons, the Sub-Assistant Engineer, authorized by the Sub-Divisional
Officer/Assistant Engineer may do this inspection in respect of minor works and issue order regarding the latter item.
D.19 Approval of Sample:
Samples of all materials to be supplied by the contractor and to be used in the work shall have to be approved by the
Engineer-in-Charge and checking the quality of such materials shall have to be done by the concerned Department or as
directed by Engineer-in-Charge prior to utilization in the work.
D.20 Water and energy:
The contractor shall have to arrange at his own cost, required energy for operation of equipments and machineries, for
operating of pumping set, illuminating work site, office etc. that may be necessary in difference stages of execution of work.
No facility of any sort will be provided for utilization of the departmental sources of energy existing at site of work.
Arrangement for obtaining water for the work should also be made by the contractor at his own cost. All cost for getting
energy and / or for any purpose whatsoever will have to be borne by the contractor for which no claim will be entertained. All
materials, tools and plants and all labour (skilled and unskilled) including their housing, water supply, sanitation, light,
procurement of food for contractors staff & crews, medical aids etc. are to be arranged for by the contractor at his own cost.
The cost for transportation of labour, materials and all other incidental items as required for work shall also have to be borne
by the Contractor without any extra claim from department.
D.21 Road opened to traffic:
It should be clearly understood that the contractor will be responsible to keep the road open to all kinds of traffic during
execution of the work. The work should be so arranged and the programmed of work must be as adjusted as would not
disturb the smooth flow of road traffic in any way. If necessary diversion road should be provided and maintained by the
contractor at his own cost for the entire period of work, if not separately provided in the tender. The Contractor should take
all necessary precautions including guarding, lighting and barricading as necessary, to guard against the chances of injury or
accident to the road user and traffic and ferry users during execution of the work for which nothing extra will be paid except
otherwise mentioned in specific price schedule. The contractor will also indemnify the Department against consequences of
any such injury or accident, if so happens, as per opinion of the Engineer-in-Charge, due to contractor’s fault in compliance
with any of such obligations. Suitable road sign as and where necessary should be provided by the contractor at his own cost
as per direction of the Engineer-in-charge and shall also be maintained till the completion of the work. Road barriers with red
light at night are to be placed where the existing surface is disturbed with proper road signs. All these shall be done at the
cost of the contractor without any extra claim towards department.
D.22 Drawings:
All works shall be carried out in conformity with the drawings supplied by this Department. The Contractor shall have to carry
out all the works according to the departmental General Arrangement Drawing and Detail Working Drawings to be supplied
by the Department from time to time.
D.23 Serviceable Materials :
The responsibility for stacking the serviceable materials (as per decision of the Engineer-in-Charge) obtained during
dismantling of existing structures/roads and handing over the same to the Engineer-in-charge of work of this Department lies
with the contractor and nothing will be paid on this account. In case of any loss or damage
of serviceable materials prior to handing over the same to this Department, full value will be recover from the contractor’s
bill at rates as will be assessed by the Engineer in- charge.
D24 Unserviceable Materials :
The Contractor shall remove all unserviceable materials, obtained during execution at place as directed. The contractor shall
dressed up and clear the work site after completion of work as per direction of the Engineer-in-Charge. No extra payment will
be made on this account.

D.25 Contractor’s risk for loss or damage:

All risk on account of railway or road carriage or carriage by boat including loss or damage of vehicles, boats, barges,
materials or labour, if any, will have to be borne by the contractor without any extra claim towards department.

D.26 Idle labour & additional cost:


Whatever may be the reason no claim on idle labour, enhancement of labour rate additional establishment cost, cost of Toll
and hire and labour charges of tools and plants, railway freight etc. would be entertained under any circumstances.
D.27 Charges and fees payable by contractor:
a) The contractor shall pay all fees required to be given or paid by any statute or any regulation or by-law of any local or other
statutory authority which may be applicable to the works and shall keep the department against all penalties and liabilities of
every kinds for breach of such statute regulation or law.
b) The Contractor shall save, harmless and indemnify the department from and against all claims, demands, suit and
proceedings for or an account of infringement of any patent rights, design, trade mark of name of other protected write in
respect of any constructional plant, machine, work, materials, thing or process used for or in connection with works or
temporary works or any of them.
D.28 Issue of Departmental Tools and Plants :
All Tools and Plants required for the work will have to be deployed by the Contractor at his own cost; all cost of fuel and
stores for proper running of the Tools and Plants must be borne by the Contractor.
D.29 Realization of Departmental claims :
Any some of money due and payable to the contractor (including security deposit returnable to him) under this contract may
be appropriated by the Government and set off against any claim of Government for the payment of sum of money arising
out of this contract or under any other contract made by the contractor with the Government.
D.30 Compliance of different Acts:
The contractor shall comply with the provisions of the Apprentices Act, 1961, Minimum Wages Act, 1848. Contact Labour
(Regulation and Abolition) Act 1970 and the rules and orders issued hereunder from time to time. If he fails to do so, E-in-
Charge or Superintending Engineer of the concern Circle of P.W. (Roads) Directorate may at his discretions, take necessary
measure over the contract.
The Contractor shall also make himself for any pecuniary liabilities arising out on account of any violation of the provision of
the said Act(s). The Contractor must obtain necessary certificate and license from the concerned Registering Office under the
Contract Labour (Regulation & Abolition) Act, 1970.
The contractor shall be bound to furnish the Engineer-In-Charge all the returns, particulars or date as are called for from time
to time in connection with implementation of the provisions of the above Acts and Rules and timely submission of the same,
failing which the contractor will be liable for breach of contract and the Engineer-in-Charge may at his discretion take
necessary measures over the contract.
D.31 Safety, Security and Protection of the environment:
The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein:
(a) Have full regard for the safety of all persons and the Works (so far as the same are not completed or occupied by the
department),

(b) provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and where necessary or
required by the Engineer-in-Charge for the protection of the Works or for the safety and convenience of the public or others,

(c) take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to
property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of
operation,

(d) Ensure that all lights provided by the Contractor shall be screened so as not to interfere with any signal light of the
railways or with any traffic or signal lights of any local or other authority.

D.32 Commencement of work:

The work must be taken up within the date as stipulated in the work order and completed in all respects within the period
specified in Notice Inviting Tender.

D.33 Programme of work:


Before actual commencement of work the contractor shall submit a programme of construction of work clearly showing the
required materials, men and equipment. The contractor will submit a programme of construction in the pattern of Bar Chart
or Critical Path Method and a time table divided into four equal periods of progress of work to complete the work within the
specific period for approval of the Engineer-In- Charge who reserves the right to make addition, alterations and substitutions
to such programme in consultation with the contractor and such approved programme shall be adhered to by the contractor
unless the same is subsequently found impracticable in part or full in the opinion of the Engineer-In-Charge and is modified
by him. The contractor must pray in writing, showing sufficient reasons therein for modification of programme. The
conditions laid down in clause 2 of the printed tender form regarding the division of total period and progress to work and
the time table there for as provided in the said clause shall be deemed to have been sufficiently complied with the actual
progress of work and does not fall short of the progress laid down in the approved time table for one fourth, half and three
fourth of time allowed for the work.
D.34 Setting out of the work:
The contractor shall be responsible for the true and perfect setting out of the work and for the correctness of the position,
levels, dimensions and alignments of all parts of work, if any rectification or adjustment becomes necessary the contractor
shall have to do the same at his own cost according to the direction of the Engineer-in- Charge. During progress of works, if
any, error appears or arises in respect of position, level, dimensions or alignment of any part of the work contractor shall at
his own cost rectify such defects to the satisfaction of the Engineer-in-Charge. Any setting out that may be done or checked
by either of them shall not in any way relieve the contractor from their responsibility for correctness and rectification thereof.
D.35 Precautions during works:
The contractor shall carefully execute the work without disturbing or damaging underground or overhead service utilities viz.
Electricity, Telephones, Gas, Water pipes, Sewers etc. In case disturbances of service utilities is found unavoidable the matter
should immediately be brought to the notice of the Engineer-in-Charge and necessary precautionary measures as would be
directed by the Engineer-in-Charge shall be carried out at the cost and expenses of the contractor. If the service utilities are
damaged or disturbed in any way by the contractor during execution of the work, the cost of rectification or restoration of
damages as would be fixed by the Engineer in- Charge concerned will be recovered from the contractor.
D.36 Testing of qualities of materials & workmanship:
All materials and workmanship shall be in accordance with the specifications laid down in the contract and also as per
M.O.R.T. & H’s specification for Road and Bridge Works (Latest Revision) and relevant IS codes and the Engineer-In-Charge
reserves the right to test, examine and measure the materials/workmanship direct at the place of manufacture, fabrication or
at the site of works or any suitable place. The contractor shall provide such assistance, instrument, machine, labour and
materials as the Engineer-in-Charge may require for examining, measuring and testing the works and quality, weight or
quantity of materials used and shall supply samples for testing as may be selected and required by the Engineer-in-Charge
without any extra cost. Besides this, he will carry out tests from outside Laboratory as per instruction of Engineer-in-Charge.
The cost of all such tests shall be borne by the agency and that must be considered during quoting rate.
D.37 Timely completion of work:
All the supply and the work must have to be completed in all respects within the time specified in Notice Inviting Tender from
the date of commencement as mentioned in work order. Time for completion as specified in the tender shall be deemed to
be the essence of the contract.
D.38 Procurement of materials:
All materials required to complete execution of the work shall be supplied by the contractor after procurement from
authorized and approved source.
D.39 Rejection of materials:
All materials brought to the site must be approved by the Engineer-In-Charge. Rejected materials must be removed by the
Contractor from the site within 24 hours of the issue of order to that effect. In case of non-compliance of such order, the
Engineer-In-Charge shall have the authority to cause such removal at the cost and expense of the contractor and the
contractor shall not be entitled to claim for any loss or damage of that account.
D.40 Implied elements of work in items :
Except of such items as are included in the Specific Priced Schedule of probable items and approximate quantities no
separate charges shall be paid for traffic control measures, shoring, shuttering, dewatering, curing etc. and the rates of
respective items or works are to be deemed as inclusive of the same.
D.41 Damaged cement:
Any cement lying at contractor’s custody which is found at the time of use to have been damaged shall be rejected and must
immediately be removed from the site by the contractor or disposed of as directed by Engineer-in-Charge at the costs and
expenses of the contractor.
D.42 Issue of Departmental Materials:
Issuance of Departmental materials will be as mentioned in the NIT.
D.43 Force Closure:
In case of force closure or abandonment of the works by the Department the contractor will be eligible to be paid for the
finished work and reimbursement of expenses actually incurred but not for any losses.
D.44 Tender Rate :
The contractor should note that the tender is strictly based on the rates quoted by the Contractor on the priced schedule of
probable item of work. The quantities for various other items of works as shown in the priced schedule of probable items of
works are based on the drawing and design prepared by the Department. If variations become necessary due to design
consideration and as per actual site conditions, those have to be done by the contractor at the time of execution at the rate
prescribed in the tender condition. No conditional rate will be allowed in any case.
D.45 Delay due to modification of drawing and design:

The contractor shall not be entitled for any compensation for any loss due to delays arising out of modification of the work
and due to non-delivery of the possession of site, if any.

D.46 Additional Conditions:

A few additional conditions under special terms and conditions:

1. Rate quoted shall be inclusive of clearing site including removal of surplus (both serviceable & unserviceable) earth,
rubbish, materials etc. as per direction of the Engineer-in-Charge.

2. The considered rate against the Items in the BOQ are inclusive of GST @ 12% , Labour welfare Cess @ 1% & all other
taxes / charges as applicable .
3. Display board (Informatory) of size 150cm X 90cm is to be provided at starting and end chainage of the work-site with
aluminum plate hoisted on steel tubular pipe/ angle post to a height of 1.5 Metre at the cost of the contractor including
fitting, fixing, painting, lettering etc. complete as per direction of Engineer-in-Charge.
4. The Contractor is to display caution board maintaining I.R.C. norms at his own cost as per direction of Engineer-in-Charge.
5. Deep excavation of trenches and left out for days shall be avoided.
6. Labour welfare Cess will be deducted @ 1(one) % of gross bill value as per rule.
7. The whole work will have to be executed as per Departmental drawings available in this connection at the tender rate.
8. Income Tax will be deducted from each bill of the contractor as per applicable rate and rules in force.
9. GST will be deducted as applicable in force from the bill in addition to other deduction as per extent rules.
D.47. Payment of Bills: As mentioned in the NIT
D.48. Refund of Security Deposit:

The Contractor shall be responsible for satisfactory maintenance of the Road at appropriate service level to the satisfaction of the Engineer-in-charge
for a period of 3 (three) years from the actual date of completion of the work. The security deposit relating to the work shall be refunded (credited to
nd rd
the bank account) to the tune of 30% on expiry of 2 year (from actual date of completion of the work) & rest 70% on expiry of 3 year (from actual
date of completion of the work).

D.49. Arbitration: As mentioned in Cl. 13 NIT

D. 50. Defect Liability Period:

The executed portion of the Road should be guaranteed for 3 (three) years from the actual date of completion of the work and the
entire rectification work will be done by the Agencies at their own cost.
If any defect/ damage is found during the period as mentioned above the contractor has to make the same good at his own expense to the
specification at par with instant project work, or in default, the Engineer-in-charge may cause the same to be made good by other workmen and deduct
the expense (of which the certificate of the Engineer-in-charge shall be final 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 contract 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/of 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.
nd
Refund of Security Deposit will only be made on the pro-rata basis i.e. release of such security deposit to the tune of 30% on expiry of 2 year (From
rd
actual date of completion of the work) & rest 70% on expiry of 3 year. Hence Cl No. 17 of 2911(ii) is here by superseded.
.

D. 51. GROUNDS FOR SUSPENSION AND DEBARMENT:

a. Submission of eligibility requirements containing false information/ declaration or falsified documents / records .

b. Submission of Bids that contain false information or falsified documents, or the concealment of such information in
the Bids in order to influence the outcome of eligibility screening or any other stage of the bidding process.

c. Unauthorized use of one’s name / digital signature certificate for purpose of bidding process.

d. Any documented unsolicited attempt by a bidder to unduly influence the outcome of the bidding in his favour.

e. Refusal or failure to post a self-declaration to the effect of any previous debarment imposed by any other department of State
Government and / or Central Government.

f. All other acts that tend to defeat the purpose of the competitive bidding such as lodging false /delusive complain about any
bidder, lodging false /delusive complain about any officer duly authorized by the department, restraining any interested bidder to
participate in the bidding process, etc.

g. Assignment and subcontracting of the contract or any part thereof without prior written approval of the procuring entity.

h. Whenever adverse reports related to adverse performance, misbehavior, direct or indirect involvement in threatening, making
false complaints etc. damaging the reputation of the department or any other type complaint considered fit by the competent
authority of the department, are received from more than one officer or at more than one occasion form individual officer.

i. Refusal or failure to post the required performance security / earnest money within the prescribed time without justifiable cause.

j. Failure in deployment of technical personnel, engineers and / or work supervisor having requisite license /
supervisor certificate of competency as specified in the Contract.

k. Refusal to accept an award after issuance of “letter of acceptance” or enter into contract with the government without
justifiable cause.

l. Failure of the contractor, due solely to his fault or negligence, to mobilize and start work or performance within the specified
period as mentioned in the “Letter of Acceptance”, “Letter of Acceptance cum Work Order”, “Work Order”, “Notice to Proceed”,
“Award of Contract, etc.

m. Failure to submit the ‘Additional Performance Security’ within 7(seven) working days from the date of issuance of ‘LOA’.

n. Failure by the contractor to fully and faithfully comply with its contractual obligations without valid cause, or failure by the
contractor to comply with any written lawful instruction of the procuring entity or its representative(s) pursuant to the
implementation of the contract.

o. For the procurement on consultancy service / contracts, poor performance by the consultant of his services arising from his fault or
negligence . Any of the following acts by the consultant shall be construed as poor performance.

i) Non deployment of competent technical personnel, competent engineers and / or work supervisors.
ii) Non deployment of committed equipment, facilities, support staff and manpower. and
iii) Defective design resulting in substantial corrective works in design and / or construction.
iv) Failure to deliver critical outputs due to consultant’s fault or negligence. and
v) Specifying materials which are inappropriate and substandard or way above acceptable standards leading
to high procurement cost.
vi) Allowing defective workmanship or works by the contractor being supervised by the consultant.

p. For the procurement of goods, unsatisfactory progress in the delivery of the goods by the manufacture, supplier or
distributor arising from his fault or negligence and / or unsatisfactory or inferior quality of goods, vis a vis as laid down
in the contract.

q. Willful or deliberate abandonment or non-performance of the project or contract by the contractor resulting to substantial
breach thereof without lawful and / or just cause.
D. 52. Category & Penalty of Offence :

A ) Sl No ‘a’ to ‘q’ under D 51 , will be considered as 1st Degree of offence .

st
For committing 1 Degree of offence , the bidder will be disqualified from participating in any procurement process
under the Public Works department , Govt of West Bengal upto 2 (two) years .

B) Any one of the offences as mentioned under (A) above , committed by a particular bidder / contractor by more than one
nd
occasions , be considered as 2 Degree of offence .
nd
For committing 2 Degree of offence , the bidder will be disqualified from participating in any procurement process
under the Public Works department , Govt of West Bengal upto 3 (three) years .

In addition to the penalty of suspension / debarment , the bid security / earnest money posted by the concerned bidder or prospective bidder shall also be forfeited

sd/-
Superintending Engineer, PWD
North Bengal Construction Circle-II
Jalpaiguri

NieT- 40 of 2018-19
Annexure-B

FORMAT OF THE BANK GUARANTEE FOR ADDITIONAL PERFORMANCE SECURITY DEPOSIT

To
----------------------------------------[Designation of Engineer-In-Charge]
----------------------------------------[Office address of Engineer-In-Charge]
-----------------------------------------
WHEREAS ……………………………………………… [name and address of Contractor](hereafter called. “the Contractor”) has undertaken, in
pursuance of Letter of acceptance No …………………Dated ……………….. to execute ………..………………………………………. [name of
Contract and brief description of works] (hereinafter called “the Contract”)

AND WHEREAS it has been stipulated by you in the said contract that the Contractor shall furnish you with a Bank Guarantee by a Scheduled
commercial bank for the sum specified therein for ‘ADDITIONAL PERFORMANCE SECURITY DEPOSIT’ for compliance with his obligation in
accordance with the Contract .

AND WHEREAS we ……………………………………………………….(Indicate the name of the bank & branch) have agreed to give the
Contractor such a Bank Guarantee .

NOW THEREFORE we …………………………………………………………… ( Indicate the name of the bank & branch) hereby affirm that we
are the Guarantor and responsible to you on behalf of the Contractor, upto a total of Rs.……………………………………. [Amount of guarantee] (in
words). We undertake to pay you, upon your first written demand and without cavil or argument, a sum within the limits of
…………………………..[amount of guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand for the sum
specified therein.

We …………………………………………………. (Indicate the name of the bank & branch) hereby waive the necessity of your demanding the said
debt from the contractor before presenting us with the demand.

We …………………………………………………… (Indicate the name of the bank & branch) further agree to pay to you any money so demanded
not withstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court of Tribunal relating thereto, our
liability under this present absolute and unequivocal.

The payment/so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor (s) shall have no claim
against us for making such payment.

We ………………………………………………….. (Indicate the name of the bank & branch) further agree that no change or addition to or other
modification of the terms of the Contract or of the works to be performed there under or of any of the Contract documents which may be made between
you and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such change , addition or
modification.

We …………………………………………… (Indicate the name of the bank & branch) lastly undertake not to revoke this guarantee except with the
previous consent of you in writing.

This Guarantee shall be valid upto ---------------------- . It come into force with immediate effect and shall remain in force and valid upto the end of the
contract period under the stated contract plus claim period of Six months for the Bank Guarantee . Notwithstanding, anything mentioned above, our
liability against this guarantee is restricted to Rs.………………………………………. (Rs. ………………………… ) and unless a claim in writing is
lodged with us within the validity period, i.e. upto-…………………………………………….. of this guarantee all our liabilities under this guarantee
shall cease to exist.

Signed and sealed this ………………………day ………………. of 20 ……………. At……………………….

SIGNED, SEALED AND DELIVERED


For and on behalf of the BANK by:
(Signature)
(Name)
(Designation)
(Code Number)
(Address)
Notes:
(i) The bank guarantee should contain the name, designation and code number of the officer (s) signing the guarantee.
The address, telephone number and other details of the Head Office of the Bank as well as of issuing Branch should be mentioned on the
covering letter of issuing Branch
Mandate by the Payee of e-Payment

To
The Executive Engineer, PWD,
____________________ Division,
__________________.

Subject: Payment through electronic mode.

Sir,
I/we am/are giving option for availing the facility of e-Payment. Kindly arrange to remit the amount to my/our
Bank Account hereinafter. The details of my/our particulars are furnished below:
1.(a) Name of the Claimant/Payee/Recipient :
(b) Address :
(c)Contact No. Land Line : Mobile:
(d) e-mail :
(e) ID No.**: Nature of ID**:
2. (a) Name of Bank :
(b) Name of Branch with Bank Branch Code :
(c) Account Type: Savings/Current/Cash Credit :
(d) Bank Account No. [CBS allotted A/c No.]

(e)Branch IFSC [11-digits] :

(f) Branch MICR [9-digits] :

The Bank particulars furnished above is correct and true.


I/we hereby declare that I/we and my/our heirs and successors accept the liability of making good to Government
the overpayment, if any, made to me/us under the scheme.
I/we hereby authorize ………………………………………………Branch (name of the Branch) of the
…………………………………………..Bank to receive amount on my/our behalf for credit to my/our account as stated above and
further authorize that the receipt of credit given by the bank for the amount of my/our account shall be treated as legal
quittance.
Yours faithfully,

(Signature of the Claimant/Payee/Recipient)

(To be accepted by the Head of Office)


Date: ____________________________________
Signature of Head of Office with Seal

N.B. (a) ID No. & Nature of ID: ID No. (i) For individual: It should be Voter Card, Adhar Card or PAN Card or any other
Identity card issued by the State Government/Central Government/Government Autonomous Bodies/Local Bodies, (ii) For
Autonomous Body/Firm/Company: Registration No. or PAN Number or Trade License.
(b) Verification of Bank Particular: Copy of the 1st page of the Pass-Book along with a copy of cancelled cheque or
certified by the concerned Bank-branch.
MemoNo. 16 goO,) Dated: o7 17 - 2 018

The Copy fonrrarded for information and wide circulation to :-


1. The Chairman, G.T.A, Darjeeling.
2. M.P, Darjeeling.
3. M.L.A. Kalimpong
4. The Chief Engineer (HQ), p.W.D, Nabanna, Howrah-711102.
5. The chief Engineer, Public works Department, North Zone, Jalpaiguri.
5r The District Magistrate, Jalpaiguri.
7. E.E,Public Works Department, NBC Division, Siliguri/alpaiguri Division, Jalpaiguri/Jalpaiguri
Const. Division, Jalpaiguri /Darjeeling Division, Darjeeling.

8. This office Notice Board.

Relli-Dewrali Road lmprovement works from 2.00 kmp to


13.55 km in the district of Kalimpong under Kalimpong
Division,P.W.D. during the year ZOtS-Ig
NIeT 'No : 40 of 2018-19

Page 41-of 4t

You might also like