You are on page 1of 4

OFFICE OF THE

JALPAIGURI ZILLA PARISHAD


Jalpaiguri-735101
Ph-03561-230236

Memo No: 453 /Eng Date:08/09/2020

NOTICE INVITING TENDER No: WBZP/08-DE/JAL/2020-2021

(Through Pre-qualification)

The District Engineer, Jalpaiguri Zilla Parishad, invites item rate tender for the works detailed in the table below.
(Submission of Bid through offline)

Earnest Tender Period of


SN Name of the Work Eligibility of Bidder
Money(`) Fee(`) Completion
Supply, Installation, Testing &
2% of Bonafied outsider
Commissioning 2x1.8TR and 1X1.5TR Split
7(Seven) Contractor having
1 Air Conditioner at Sabhadhipati, EO & AEO Tendered Nil
Days Credential in similar
chamber Jalpaiguri
Amount nature of works
Est. No-1/OW/2020-2021(Elect)
Supply, Installation, Testing &
Commissioning 3X1.5TR Split Air 2% of Bonafied outsider
Conditioner, 1100VA Inverter and 32" LED 7(Seven) Contractor having
2 Smart TV at Sabhadhipaties Bunglow Tesndered Nil Credential in similar
Days
Racecourse Para, Jalpaiguri Amount nature of works
Est. No-2/OW/2020-2021(Elect)

1) Earnest Money: The Earnest Money mentioned in respective work must be submitted by all intending bidders in
form of Bankers Cheque/Bank Draft/Bank Guarantee drawn in favour of “Additional Executive Officer,
Jalpaiguri Zilla Parishad Payable at Jalpaiguri. No Tender Fee required for this tender. Tender documents
are available at the office of the u/s free of cost on submission application.

(2) The Bid submitted on or before 15/09/2020 upto 3.00 p.m. at the Tender Box, which will kept in the chamber of
the District Engineer, Jalpaiguri Zilla Parishad.

(3) Submission of Tenders.

General process of submission, Tenders are to be submitted through off line. i.e in the Tender Box
remain in the chamber of the District Engineer, Jalpaiguri Zilla Parishad.
A. Technical proposal
The Technical proposal should contain scanned copies of the following further in a single cover.

Technical Evaluation Cover Containing

i. Prequalification Application
ii. Earnest Money (EMD) as specified above.
iii. Tender form, NIT with all agenda & corrigendum
iv. Professional Tax(PT) deposit receipt challan for the financial year 2020-21, Pan Card, GST
registration Certificate
v. Power of Attorney (For Partnership Firm/ Private Limited Company, if any)
vi. Clearance Certificate for the Current Year issued by the Assistant Register of Co-Op(S) (ARCS) bye
vii. laws are to be submitted by the Registered labour Co-Op(S) Engineers’ Co.-Opt.(S)
viii. Credential for completion of at least one similar nature of work under the authority of state/ central
Govt. statutory bodies under State/Central Govt. constituted under the statute of the state/ state Govt.
having a magnitude of 60(Sixty) percent of the Estimated amount put to tender during the last 5(five)
ix. years prior to the date of issue of this NIT is to be furnished.

Page 1
All the above documents should be sealed in a single envelope and “TECHNICAL BID””, NIT no, Est.
No should be engraving in above.

B. Financial proposal
The financial proposal should contain the following documents in one cover i.e. Bill of quantities(BOQ)
the contractor is to quote the item rate on writing hard copy in the space marked for quoting rate in the
BOQ. This BOQ must be sealed in a single envelope and “FINANCIAL BID””, NIT no, Est. No should
be engraving in above.
Rate should be quoted including all taxes, fright etc as required.

Finally booth the Technical and Financial proposal sealed in a single envelope and address the envelope
to the District Engineer, Jalpaiguri Zilla Parishad and engraving the NIT NO and Est. No.
(6) No mobilization /secured advance will be allowed.

(7) Bids shall remain valid for a period not less than 30 days (thirty) from the last date of submission of Financial
Bid / Sealed Bid. If the bidder withdraws the bid during the period of bid validity the earnest money as deposited
will be forfeited forthwith without assigning any reason thereof.
(8) Agencies shall have to arrange for storing of materials, labour shed etc. at their own cost and responsibility.
(9) Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of
the selected agency.
(11) Tendering authority will have discretion to allow permission to any Firm for 1(one) or more job. Subject
to capacity of financial strength and thereby their performance report over credential for work.
(12) Important Information : - Last Date of Tender 15/09/2020 upto 03:00PM
(15) The Agency will be liable to maintain the work at working portion at the appropriate service level to the
satisfaction of the Engineer-in-Charge at his own cost for a period of 1(One) year from the date of completion
of the work. If any defected/damage is found during the period as mentioned above contractor shall make the
same good at his own cost expense to the specification at par with instant project work. Failure to do so, penal
action against the Agency will be imposed by the Department as deem fit. The Agency will have to quote his
rate considering the above aspect.
Also the Prospective Bidders shall have to execute the work in such a manner so that appropriate service level
of the work is kept during progress of work and a period of 1(one) year from the date of successful completion
of the work to the entire satisfaction of the Engineer-in-Charge may be considered towards release of full
“Security Deposit”. Full security deposit will disburse after 1(One) year from the date of full completion of the
work at the appropriate satisfaction of Engineer-in-Charge. A retention towards Performance Security
amounting to 10 (ten) percent (including 2% Earnest money) of the billed amount shall be made by the
st
Authority of the Jalpaiguri Zilla Parisahd from 1 R.A. bill to Final bill.
No interest would be paid on the Performance Security Deposit.
nd
(16) All Bidders are requested to present in the office of the under signed may call Open Bid / Seal Bid / 2 Call
after opening of the said bid to obtain the suitable rate further, if it is required. No objections in this respect will
be entertained raised by any Bidder who will present during opening of bid, or from any Bidder who will
absent at the time of opening of Financial Bid. No informal Bidder will be entertained in the Bid further.
(17) Site of work and necessary drawings may be handed over to the agency phase wise. No claim in this regards
will be entertained.

(18) The Bidder, at his own responsibility and risk is encouraged to visit and examine the site of works and its
Surroundings and obtain all informations that may be necessary for preparing the Bid and entering into a
contract for the work as mentioned in the Notice Inviting Tender, before submitting offer with full satisfaction,
the cost of visiting the site shall be at his own expense.

Page 2
(21) (A) The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation
of Bids, no cost of Bidding shall be reimbursable by this Zilla Parishad Authority. The Zilla Parisahd Authority
reserves the right to reject any application for purchasing Bid Documents and to accept or reject any offer
without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder
at the stage of Bidding.
(B) Jalpaiguri Zilla Parisahd, reserves the right to cancel the N.I.T . due to unavoidable circumstances and no
claim in this respect will be entertained.
(22) Refund of EMD: The Earnest Money of all the unsuccessful Tenderers deposited in this Zilla Parisahd and
will be refunded by this Zilla Parisahd on receipt of application from of the Tenderers.
(23) Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in
‘Instructions to Bidders’ before tendering the bids.
(24) Conditional/ Incomplete tender will not be accepted.
(25) The intending Bidders are required to quote the rate in BOQ item rate basis
(26) Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act. 1970
(b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or any other laws
relating there to and the rules made and order issued there under from time to time.
(27) Guiding schedule of rates: - Rate quote
(28) During the scrutiny, if it come to the notice to tender inviting authority that the credential or any other paper
found incorrect/ manufactured/ fabricated, that bidder would not allowed to participate in the tender and that
application will be out rightly rejected without any prejudice.
(29) Before issuance of the WORK ORDER, the tender inviting authority may verified the credential and other
original documents of the lowest bidder if found necessary. After verification if it is found that the documents
submitted by the lowest bidder is either manufactured or false in that case work order will not be issued in
favour of the said bidder under any circumstances.
(30) If any discrepancy arises between two similar clauses on different notification, the clause as stated in later
notification will supersede former one in following sequence.
(i) N.I.T
(ii) Special Terms & Conditions.
(iii) Technical Bid.
(iv) Financial Bid.
(31) Qualification Criteria: -
The tender inviting & Accepting Authority through an “Evaluation Committee” will determine the eligibility
of each bidder, the bidders shall have to meet all the minimum regarding.
(a) Financial Capacity.
(b) Technical Capability comprising of personal & equipment 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. If; any document submitted by a bidder
is either manufacture or false, in such cases the eligibility of the bidder will be out rightly rejected at any
stage without any prejudice.

District Engineer
Jalpaiguri Zilla Parishad

Page 3
Memo No: 453(42)/Eng Date: 08 /09/2020

Copy forwarded for information and circulation to the: -

1. Sabhadhipati, Jalpaiguri Zilla Parishad.


2. Sahakari Sabhadhipati,Jalpaiguri Zilla Parishad.
3. District Magistrate, Jalpaiguri and Executive Officer Jalpaiguri Zilla Parishad.
4. Addl. Executive Officer, Jalpaiguri Zilla Parishad.
5. Project Director, DRDC, Jalpaiguri Zilla Parishad, Hakimpara, Jalpaiguri
6. Karmadhakshya____________________________________Sthayee Samity, Jalpaiguri Zilla Parishad.
7. Sabhapati, ____________________________ Panchayat Samity.
8. Deputy Secretary, Jalpaiguri Zilla Parishad.
9. The Financial Controller & Chief Accounts Officer, Jalpaiguri Zilla Parishad
10. Executive Engineer (R.D.) Jalpaiguri Zilla Parishad.
11. Sub-Divisional Officer, Jalpaiguri Sadar/Mal.
12. Asstt. Register Co-Operative Societies, Jalpaiguri.
13. Asstt. Engineer, Jalpaiguri Zilla Parishad, __________________________ Sub-Division
14. Block Development Officer ___________________________ Block.
15. District Information and Cultural Officer, Jalpaiguri.
16. Head Assistant, Jalpaiguri Zilla Parishad
17. Accountant, Jalpaiguri Zilla Parishad.
18. Notice Board Jalpaiguri Zilla Parishad General Section/Engineering Section.

District Engineer
Jalpaiguri Zilla Parishad

Signature Not Verified


Digitally signed by DEBAPRIYA NEOGI
Date: 2020.09.08 16:23:49 IST
Location: West Bengal-WB

You might also like