You are on page 1of 47

Government of West Bengal

Office of the Superintending Engineer, IT Circle, PWD


1, K.S. Roy Road, Kolkata – 700 001, Phone : 22108983, e-mail
mail ID : sepecpwd@wb.gov.in
NOTICE INVITING TENDER No. WBPWD/SEITC/NIT-14/2018-2019(2nd call) OF 2018-2019
OF THE SUPERINTENDING ENGINEER, IT Circle,, P.W.D.
(Through Pre-qualification)
Memo no.743 Date : 12.11.2018

The Superintending Engineer, IT Circle, PWD, invites e-tender


tender for the work detailed in the table
below. (Submission of Bid through online)
Sl. Name of Work Estimated Earnest Cost of Period of Name of Eligibility
No. Amount Money (₹) Documents completion concerned of Bidder
₹)
(₹ (₹) Division
1. Supply, Installation, ITEM ₹12,77,121.00 Cost of 90 days Kolkata IT Bonafide,
Testing and RATE or @2% of the tender Division, resourceful,
Commissioning of quoted value, document P.W.D. experienced
Integrated CCTV whichever is and Form and reliable
Surveillance and Public lower 2911(ii) is contractor
Address System in (Exemption to be having
connection with applicable for deposited experience
Improvement in Safety lower EMD by the in similar
& Security of High lowest nature of
than the fixed
Court, Calcutta Bidder at
value) work
Please see the time of conforming
Annexure-I formal to all major
agreement components
for Online
of work as
deposit of
mentioned
EMD in the BOQ
eligible
Tender will be through pre-
disqualified if qualification
EMD is not
uploaded.
mail sepwdwestern2@wb.gov.in 2) pknrec73@gmail.com
1. In the event of e-filling,
filling, intending bidder may download the tender documents from the
website : https://wbtenders.gov.indirectly with the help of Digital Signature Certificate
Ce and
Bidder should follow the guide line provided in the Government Memorandum with
respect to online submission of EMD. The related document is annexed herewith
(Annexure-I).Bidder
Bidder should submit an online EMD through Fund Transfer or NEFT /
RTGS for an amount of ₹12,77,121.00
.00 or @2% of quoted value
value, whichever is lower
(Exemption applicable for lower EMD than the fixed value). Failure to abide by the submission

WBPWD/SEITC/NIT-14/2018-2019(2nd call)
1 out of 39 NIT Ref. : WBPWD/SEITC/NIT
of EMD will be liable for rejection of tender proposal. Bidder will have nothing to object
on that score.
2. Both Technical bid and Financial Bid are to be submitted concurrently duly digitally
signed in the websitehttps://wbtenders.gov.in.
3. The Technical Bid and Financial Bid submitted online on or before 03.12.2018 upto 5-00
p.m.
4. The FINANCIAL OFFER of the prospective tenderer will be considered only if the
TECHNICAL Documents of the tenderer found qualified by the ‘Superintending Engineer,
IT Circle, PWD. The decision of the Superintending Engineer, IT Circle, PWD will be final
and absolute in this respect. The both list of Qualified Bidders will be displayed in the website
and also in the Notice Board of the office of the Superintending Engineer, IT Circle, PWD on
the scheduled date and time.
5. Eligibility criteria for participation in the tender.
Sl. no Parameter Supporting documents required when bidding
A PAST EXPERIENCE CRITERIA

1 Duration: Should have sufficient List of few Major projects


experience of Similar Work (IT executed /(completed) in the last 5years
Infrastructural work conforming to all and their present working status with
major components of work as customer details to be provided.
mentioned in the BOQ) In Central or Satisfactory completion/ongoing certificate
State Govt /PSU/Other Important stating value of work from the Client to be
Organisation. enclosed.
2. Nature of Experience: Similar Work Documentary evidence of executing projects
(IT Infrastructural work conforming to covering all the aspects mentioned herein.
all major components of work as Satisfactory completion/ongoing certificate
mentioned in the BOQ) stating value of work from the Client to be
enclosed
3 Technology experience: Should have Documentary evidence of technologies used,
appropriate experience in Similar with customer details. Satisfactory
Work (IT Infrastructural work completion/ongoing certificate stating value
conforming to all major components of work from the Client to be enclosed.
of work as mentioned in the BOQ)

C RESOURCES
1 Having certified engineers having Self declaration of list of resources required
similar work experience (IT
Infrastructural work conforming to all
major components of work as
mentioned in the BOQ)

2 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


D COMPANY CREDENTIALS
1 The bidder should not have been Self declaration by the bidder
Debarred or blacklisted by any State required.
or Central Govt/PSU in INDIA while
executing similar nature of work. If
any such dispute is pending at any
Court of Law or under any
Arbitration/similar process pending
decision of debarring/blacklisting,
detailed information must be
enclosed.
FINANCIAL CRITERIA
1 Average annual Total Turnover Copy of audited annual report
in the last 3 financial years has
to be at least
Rs. 7,66,27,266.00
2 Profitability and Net worth of Copy of audited annual report
the company to be positive in
at least one Financial Year
during last 3-year period.

i. The prospective bidders shall be the manufacturer of original product / authorised dealer and
bonafide resourceful contractor (Not a member of joint venture or sub contractor) and
intending bidder should have following credential criteria

(a) Intending tenderers should produce credentials of a similar nature (conforming to all
major components of work as mentioned in the BOQ) of completed work, of the
minimum value of Rs. 1,91,56,815.00 of the estimated amount put to tender during
5(five) years prior to the date of issue of the tender notice
or
(b) Intending tenderers should produce credentials of 2(two) similar nature (conforming to all
major components of work as mentioned in the BOQ) of completed work, each of the
minimum value of Rs. 1,59,64,013.00 of the estimated amount put to tender during
5(five) years prior to the date of issue of the tender notice
or
(c) Intending tenderers should produce credentials of one single running work of similar
nature (conforming to all major components of work as mentioned in the BOQ) which
has been completed to the extent of 75% or more and value of which is not less than the
desired value at (a) 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.

3 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


Other terms and condition of credential

(i) Payment certificate will not be treated as credential.


(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 the Central / State statute, on the executed value of
completed / running work will be taken as credential.
Prospective bidder must have to upload the undertaking starting that :
a. List of BOQ Item-wise manufacturer / OEM whose product will be actually used
during actual execution.
b. BOQ Item-wise material must be procured either from the manufacturer / OEM,
as the case may be.
c. Respective manufacturer / OEM will take full responsibility of the BOQ Item-
wise supplies material for technical support both during actual execution and
maintenance as and when necessary.
ii. Payment for the material will be made only after submission of manufacturer / OEM
certificate and satisfaction of the EIC concern..
N.B.:- Estimated amount, Date of Completion of project and detail
communicational address of client must be indicated in the credential certificate,
similar nature of work.
iii. a) Intending Bidder must have authorised service centre / Office at Kolkata
b) Any intending bidders who have failed to execute more than one works contract under
any Directorate of this Department and was terminated by any sub rule under clause 3
of Tender Form No. 2911 or terminated under any clause of Standard Bidding
Document by the Engineer-in-charge / Employer during last 3(three) years will not be
eligible to participate in any Directorate under this Department for another 2(two)
years from the date of imposition of last termination notice by the Engineer-in-Charge
/ Employer.
iv. The contractors who have been delisted of debarred by any government department shall
not be eligible in any way.
v. The intending bidder must submit in written (hard copy or email) stating the
changes in the BOQ before the pre-bid meeting and failing to which no request
would taken up for discussion in pre-bid meeting.
vi. The prospective bidders shall have in their full time engagement experienced technical
personnel, the minimum being one B. Tech Degree holder in Electronics and
Telecommunication Engineering or Computer Science from AICTE Recognized Institute,
preferably with specialized Certification Course conforming to OEM (for vital

4 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


Networking components) standards . Documentary certification in respect of qualification
and engagement shall be furnished for Technical Evaluation.)
[Non statutory Documents]
vii. Valid upto date clearance of Income Tax return(last three years) / Professional Tax
Clearance Certificate / P.T. (Deposit Challan) / Pan Card / GST Registration Certificate/
Voter ID Card for self identification to be accompanied with the Technical Bid
Documents, Income Tax Acknowledgement Receipt for latest assessment year to be
submitted. [Non statutory Documents]
viii. The prospective bidders or any of their constituent partner shall neither have abandoned
any work nor any of their contract have been rescinded during the last 5 (five) years.
Such abandonment or rescission will be considered as disqualification towards
eligibility.(A declaration in this respect through affidavit has to be furnished by the
prospective bidders without which the Technical Bid shall be treated nonresponsive.)
ix. The available Bid capacity (to be calculated on the basis of prescribed format) of the
prospective applicant shall not be less than the estimated amount put to tender.
x. In case of Proprietorship, Partnership Firms and The Company Tax Audit Report in 3CB
Form are tobe furnished along with the balance sheet and profit and loss account, and all
the schedules forming the part of Balance Sheet and Profit & Loss Account 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 own/ lease/ arrange the required plant and machinery.
Conclusive proof of machinery in working condition shall have to be submitted. (Non-
Statutory documents)
xii. Registered Partnership Deed (for Partnership Firm only) along with Power of Attorney to
be submitted along with application. (Non-Statutory documents)
xiii. Declaration regarding Structure and Organisation duly signed by the applicant to be
submitted along with application.
xiv. Registered Unemployed Engineers’ Co-operative Societies are required to furnish valid
Bye Law, Current Audit Report, Current N.O.C. from A.R.C.S., Minutes of last A.G.M.
and also submit documents of the society consists at least 10 (ten) members out of which

5 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


at least 60% should hold degree or diploma in any branch in Engineering as per memo no
44-A/4M-11/2002 dt. 09.01.2004 of Deputy Secretary-III, P.W.D.
xv. A prospective bidder participating in a single job either individually or as partner of a
firm shall not be allowed to participate in the same job in any other form.
xvi. A prospective bidder shall be allowed to participate in a single job either in the capacity
of individual or as a partner of a firm. If found to have applied severally in a single job,
all his applications will be rejected for that job.
xvii. Where there is a discrepancy between the unit rate & the line item total resulting from
multiplying the unit rate by the quantity, the unit rate quoted shall govern.
xviii. Prevailing safety norms has to be followed so that LTI (Loss of time due to injury) is
zero.
xix. Three(3) years comprehensive on-site warranty on total system after
successful handing over of completed system will be mandatory.
xx. The intending bidder shall positively mention one telephone number, one mobile phone
number and ‘e-mail ID’ for easy communication as and when required. This should be
uploaded as Non-Statutory Document.
xxi. The intending bidder must have registered office / service centre in Kolkata and address
of such office are to be mentioned as Non-Statutory Document.
xxii. The intending bidder shall have to follow the instruction mention hereunder –
“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 cader officer of the company or an authorized
partner of a firm, having a registered power of attorney empowered by the Board or by the
firm, shall invariably upload a copy of registered power of attorney showing clear
authorization in his favour, to upload such tender. [vide notification no. 09-W(C)/1M-286/15
dtd. 23.09.2015 of Secretary, PWD]
xxiii. The power of attorney shall have to be registered in accordance with the provisions of the
Registration Act 1908.
xxiv. Intending bidder must have thorough knowledge about the sites where actual
execution of work will be done. No excuse will be entertained later.
xxv. Tender will be evaluated item rate basis.

6 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


xxvi. Intending bidder must mention item wise manufacturers / OEM’s name on the basis
of whose product (with cat no.) rate has been quoted at the time of uploading
Technical bid. Otherwise same will be treated as informal
xxvii. No deviation of product range towards lower version which is mentioned in
technical bid will be allowed at the time of execution.
xxviii. If any bidder does not quote any rate against any particular item, it will be
considered that the bidder is bound to execute the work upto stipulated quantity
free of cost i.e. no amount will be claimed against that item for execution upto
stipulated quantity mention in the BOQ.
xxix. Intending bidders while attending Pre-bid meeting should come with written
document for the points to be discussed and proposed to be incorporated in BOQ /
NIT, otherwise no action will be taken for BOQ / NIT modification / corrigendum /
addendum as the case may be
6. The prospective tenderer shall establish field testing laboratory equipped with requisite
instruments and technical staff according to the requirements of works to be executed.
7. Running payment for work may be made to the 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% of the tendered amount. Provisions in Clause(s) 7, 8 & 9 contained in W.B. Form
No.2911(ii) so far as they relate to quantum and frequency of payment are to be treated as
superseded.
8. Conditional bid or bid with clause of price variation / escalation will be rejected.
9. No mobilisation /secured advance will be allowed.
10. Agencies shall have to arrange land for erection of Plant & Machineries, storing of materials,
labour shed, laboratory etc. at their own cost and responsibility if required.
11. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be
deducted from every Bill of the selected agency.
12.Rate should be quoted inclusive of all Taxes. No Tax will be pay extra.
13. In connection with the work, Arbitration will not be allowed. The Clause No. 25 of
2911(ii) is to be considered as deleted clause vide gazette notification no
558/SPW-13th December, 2011.
14. In no case permission will be accorded to any firm for more than 1 (one) job.

7 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


15. Bids shall remain valid for a period not less than 180(one hundred eighty) days after the
dead line date for Financial Bid submission. Bid valid for a shorter period shall be rejected by
the SEITC, PWD as non-responsive.
15.A. Important Information
DATE AND TIME SCHEDULE :
Slo. No. Particulars Date & Time
1 Date of uploading of N.I.T. Documents (online) (Publishing Date) 12.11.2018 at 5-00 P.M.
2 Documents download/sale start date (Online) 12.11.2018 at 6-00 P.M.
3 Documents download/sale end date (Online) 03.12.2018 upto 3-00 P.M.
4 Date & time of Pre Bid Meeting 16.11.2018 at 11-30 A.M.
5 Bid submission start date (On line) 20.11.2018 At 10-00 A.M.
6 Bid Submission closing (On line) 03.12.2018 upto 5-00 P.M.
7 Bid opening date for Technical Proposals (Online) 06.12.2018 at 2-00 P.M.
8 Date of uploading list for Technically Qualified Bidder(online) 07.12.2018 at 4-00 P.M.
N.B. : In case of any non-scheduled holiday / bandh / strike on any of the date of opening the next working
day will be treated as schedule date for the purpose.
15.B LOCATION OF CRITICAL EVENT
Office of the Superintending Engineer, IT Circle, PWD, Block-C,
Pre Bid Meeting 2nd floor, N.S Bldg., 1no. K.S. Roy Road, Kol- 1

Bid Opening -Do-

16. 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 3 (Three)
years from the date of completion of the work. If any defect/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.
A retention towards Performance Security amounting to 10 (ten) percent (including 2%
Earnest money)of the billed amount shall be made by the Executive Engineer from 1st R.A.
bill to Final bill.
In cases of Refunding and Releasing of 100% Security Deposit held with the Government,
arising out from works contract, Security Deposit will be released after issuance of
Completion Certificate on submission of unconditional BANK GUARANTEE by the
Contractor for the Security Deposit subject to the conditions laid in Government of West

8 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


Bengal, Public Works Department, CRC Branch notification no. 52-CRC/2M-06/2014 dtd.
27.10.2014 issued by Principal Secretary to the Government of West Bengal, Public Works
Department.
No interest would be paid on the Performance Security Deposit.

17. All Bidders are requested to present in the office of the SEITC, PWD, during opening the
financial bid Superintending Engineer, IT Circle, P.W.D., may call Open Bid/Seal Bid
after opening of the said bid to obtain the suitable rate further, if it is required. No objections
in this respect will be entertained raised by any Bidder who will present during opening of
bid, or from any Bidder who will absent at the time of opening of Financial Bid. No
informal tenderer will be entertained in the Bid further.
18. Site of work will be handed over to the agency phase wise. Copy of the layout drawing shall
be submitted by the contractor to the deptt for approval. No claim in this regard will be
entertained.
19. Earnest Money : Bidder should follow the guide line provided in the Government
Memorandum with respect to online submission of EMD.(Annexure-I).[ Exemption
applicable for lower EMD than the fixed value].
20. 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.
21. The intending Bidders shall clearly understand that whatever may be the out come of the
present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The
Superintending Engineer, IT Circle 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 Tenderer at the stage of
Bidding.
22.Prospective applicants are advised to note carefully the minimum qualification
criteria as mentioned in ‘Instructions to Bidders’ before tendering the bids.
23. Conditional/ Incomplete tender will not be accepted.
24. The intending tenderers are required to quote the rate on line .

9 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


25. 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.
26. Tender inviting authority reserve the right to cancel incumbency of the bidder in case of
shortfall of uploading of non-statutory document. Illegible document will not be counted as
valid document.
27. During the scrutiny, if it come to the notice to tender inviting authority that the credential or
any other paper found incorrect/ manufactured/ fabricated, that bidder would not allowed to
participate in the tender and that application will be out rightly rejected without any
prejudice.
The Superintending Engineer, IT Circle, P.W.D. reserves to right to cancel the N.I.T. due to
unavoidable circumstances and no claim in this respect will be entertained.
28. Suspension and Debarment of contractor, Supplier and Consultant participating in the e-
Tender process will be taken up as per PWD Work Branch’s memo number under No.547-
W(C)/1M-387/15 dtd. 16.11.2015 issued by the Jt. Secretary, PWD [for detail please see
PWD website “www.pwdwb.in”]
29. In case if there be any objection regarding prequalifying the Agency that should be lodged to
the SEITC, PWD within 24 hours from the date of publication of list of qualified agencies
and beyond that time schedule no objection will be entertained by the SEITC,PWD.
30. Before issuance of the WORK ORDER, the tender inviting authority may verified the
credential and other documents of the lowest tenderer if found necessary. After verification
if it is found that the documents submitted by the lowest tenderer is either manufactured or
false in that case work order will not be issued in favour of the said Tenderer under any
circumstances.
31. 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) Form No. 2911(ii)
ii) NIT
iii) Special terms & conditions
iv) Technical Bid

10 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


v) Financial Bid
32. Qualification criteria:
The SEITC& T.A. to SEITC 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 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/ tenderer will be out rightly rejected at any stage without any
prejudice.

Superintending Engineer,
IT Circle, PWD

Memo No. :743/1(1) Date : 12.11.2018

Copy forwarded to the Deputy Director of Information, Information Division, Govt. of West
Bengal with a request that wide publicity to the same be given through publication in important
daily Newspapers. This matter should be placed in the website of West Bengal Govt. for wide
publicity.

Superintending Engineer,
IT Circle, PWD

Memo No. :743/2(15) Date : 12.11.2018


Copy forwarded for information and wide circulation through Notice Board to :
1. The Chief Engineer (Elec.)-I, PWD along with specification for information.
2. The Superintending Engineer, Kolkata Electrical Circle, Health Electrical Circle, Central Electrical Circle,
Southern Electrical Circle, South Western Electrical Circle, Western Electrical Circle, Northern Electrical
Circle, PWD.
3. The Executive Engineer, West Kolkata Electrical Division / Kolkata Electrical Division / Central Kolkata
Health Electrical Division / Kolkata Central Electrical Division / Howrah Electrical Division, PWD.
4. The Executive Engineer, IT Division. The matter should be placed in the website of PWD for wide
publicity.
5. Estimating Branch.
6. Notice Board.
SUPERINTENDING ENGINEER,
IT Circle, P.W.D.

11 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


SECTION A
INSTRUCTION TO BIDDERS
SECTION – A
1. General guidance for e-Tendering

I nstructions/ Guidelines for tenders for electronic submission of the tenders online have been annexed
for assisting the contractors to participate in e-Tendering.

1. Registration of Contractor
Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered
with the Government e-Procurement system, through logging on to https://etender.wb.nic.in (the web
portal of public works department) the contractor is to click on the link for e-Tendering site as given
on the web portal.
2. Digital Signature certificate (DSC)
Each contractor is required to obtain a class-II or Class-III Digital Signature Certificate(DSC) for
submission of tenders, from the approved service provider of the National Information’s Centre(NIC)
on payment of requisite amount details are available at the Web Site stated in Clause-2 of Guideline to
Bidder DSC is given as a USB e-Token.
3. The contractor can search & download NIT & Tender Documents electronically from computer once
he logs onto the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only
mode of collection of Tender Documents.
4. Participation in more than one work
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.
A prospective bidder(including his participation in partnership) shall be allowed to participate in a
single work as mentioned in the list of schemes.
5. Submission of Tenders.
General process of submission, Tenders are to be submitted through online to the website stated in Cl.
2 in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal
before the prescribed date &time using the Digital Signature Certificate (DSC) the documents are to be
uploaded virus scanned copy duly Digitally Signed. The documents will get encrypted (transformed
into non readable formats).

12 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


A. Technical proposal
The Technical proposal should contain scanned copies of the following in two covers (folders).
A-1. Statutory Cover/ Technical file Containing
i. Prequalification Application (Sec-B, Form – I)
ii. ₹12,77,121.00 or @2% of quoted value, whichever is lower (Exemption applicable for
lower EMD than the fixed value).
iii. Affidavits (Ref:- format for general affidavit shown in “Y” Part “B”.
iv. Tender form No. 2911(ii) & NIT(Properly upload the same Digitally Signed).The rate
will be quoted in the BOQ. Quoted rate will be encrypted in the B.O.Q. under Financial
Bid. In case quoting any rate in 2911(ii) the tender liable to summarily rejected).
v. Special Terms, condition & specification of works.
A-2. Non statutory / Technical Documents
i. Latest Professional Tax(PT) deposit receipt challan, Pan Card, IT(last three years), Saral, GST
Registration Certificate.
ii. Registration Certificate under Company Act. (if any).
iii. Registered Deed of partnership Firm/ Article of Association & Memorandum
iv. Power of Attorney (For Partnership Firm/ Private Limited Company, if any)
v. Tax Audited Report in 3 CB Form along with Balance Sheet & Profit & Loss A/c for the last
three years(year just preceding the current Financial Year will be considered as year – 1)
vi. Clearance Certificate for the Current Year issued by the Assistant Register of Co-Op(S) (ARCS)
bye laws are tobe submitted by the Registered labour Co-Op(S) Engineers’ Co.- Opt.(S)
vii. List of Technical staffs along with structure & organization (Section – B, Form – III).
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. as stated in 5(i) of NIT during the last 5(five) years prior to the date of issue of this
NIT. Scanned copy of Original Credential Certificate.
Note:- Failure of submission of any of the above mentioned documents (as stated in A1 and A2) will
render thetender liable to summarily rejected for both statutory & non statutory cover.

THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS


SHOULD BE ARRANGE IN THE FOLLOWING MANNER

13 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


Click the check boxes beside the necessary documents in the My Document list and then click
the tab“ Submit Non Statutory Documents’ to send the selected documents to Non-Statutory
folder.
Next Click the tab “ Click to Encrypt and upload” and then click the “Technical” Folder to
upload the Technical Documents.

Sl. Category Name Sub Category Details


No. Description
A. CERTIFICATES CERTIFICATES GST REGISTRATION
CERTIFICATE(latest)
& ACNOWLEGEMENT
2. PAN
3. P TAX (Latest)
4. IT RECEIPT (Last three yrs)
5. IT-Saral (latest)
B. COMPANY DETAILS COMPANY DETAILS 1 1. PROPRITORSHIP FIRM
(TRDE LICENCE)
2. PARTNERSHIP FIRM
(PARTERNERSHIP DEED,
TRADE LICENCE)
3. LTD. COMPANY
(INCORPORATIONCERTIFICATE/MOA,
TRADELICENCE)
4. SOCIETY (SOCIETY
REGISTRATION COPY,
TRADE LICENCE)
5. POWER OF ATTORNOY
C. CREDENTIAL CREDENTIAL1 1. SIMILAR NATURE OFWORK DONE
CREDENTIAL2 &COMPLETION CERTIFICATE
WHICH IS APPLICABLE FOR
ELIGIBILITY IN THISTENDER

D. FINANCIAL WORK IN HAND 1. AUTHENTICATED


(INFO)

2017-2018 P/L AND Audited PROFIT & LOSS AND BALANCE SHEET
BALANCE SHEET (WITHANNEXTURE AND 3CB FORM IN CASE
OF TAX AUDIT)

2016-2017 P/L AND Audited PROFIT & LOSS AND BALANCE SHEET
BALANCE SHEET (WITH
ANNEXTURE AND 3CB FORM IN CASE OF
TAX AUDIT)
2015-2016 P/L AND Audited PROFIT & LOSS AND BALANCE SHEET
BALANCE SHEET (WITH
ANNEXTURE AND 3CB FORM IN CASE OF
TAX AUDIT)
E. MAN POWER TECHNICAL LIST OF TECHNICAL STAFFS
PERSONNEL ALOGNWITH STRUCTURES &
ORGANZATION (ASPER NIT)

B. Tender evaluation committee(TEC)

14 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


i. Tender will be evaluated by Superintending Engineer, IT Circle, PWD and T.A. to
Superintending Engineer, IT Circle, PWD and the Executive Engineer of the concerned Division.
ii. Opening of Technical proposal :- Technical proposals will be opened by the Superintending
Engineer, IT Circle, P.W. Directorate and his authorized representative electronically from the
web site stated using their Digital Signature Certificate.
iii. Intending tenderers may remain present if they so desire.
iv. Cover(folder) statutory documents(vide Cl. No. 5.A-1) should be open first & if found in order,
cover(Folder)for non statutory documents (vide Cl. No. – 5.A-2) will be opened. If there is any
deficiency in the statutory documents the tender will summarily be rejected.
v. Decrypted (transformed in to readable formats) documents of the non statutory cover will be
downloaded &handed over to the tender evolution committee.
vi. Uploading of summary list of technically qualified tenderers
vii. Pursuant to scrutiny & decision of the evaluation 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.
viii. 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
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.
ii. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally
Signed by the contractor.
iii. 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.

6. Penalty for suppression / distortion of facts

If any tenderer fails to produce the original hard copies of the documents (especially Completion
Certificates and audited balance sheets), or any other documents on demand of the Tender Evaluation
Committee within as pecified time frame or if any deviation is detected in the hard copies from the
uploaded soft copies or if there is any suppression, the tenderer will be suspended from participating in
the tenders on e-Tender platform for a 3(Three) 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

15 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


action against such defaulting tenderer. 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.

7. AWARD OF CONTRACT

The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting
Authority through acceptance letter.
The notification of award 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.

Superintending Engineer,
IT Circle, PWD

16 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


SECTION – B
FORM-I
PRE-QUALIFICATION APPLICATION
To
The Superintending Engineer,

Ref:- Tender
for………………………………………………………………………………..………………………………………
(Name of work)…………………………...…………… … … … … … … … … … … … … … … … … … …
… … … … … … … … … … … … … … … … … …… … … … … … … … … … … … … … … … … … …
… … … … … … … … … … … … … … … … . . . …… … … … … … … … … … … … … … … … … …
………………………………………………

Dear Sir,
Having examined the pre-qualification documents (N.I.T. & Volume-I), I /we hereby submit all the
necessary informations 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 works given in Enclosure to this letter.
We understand that :
(a) Engineer -in-Charge/ Employer can amend the scope & value of the contract bid under this project.
(b) Engineer -in-Charge/ Employer reserves the right to reject any application without assigning any
reason ;
Enclo:-
1. Prescribed forms duly filled in duplicate.
2. Evidence of authority to sign.
3. Latest brochures.

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

17 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


AFFIDAVIT- ‘Y’
(To be furnished in Non-judicial Stamp paper
of appropriate value duly notarized)

1. I, the under-signed do certify that all the statements made in the attached documents are true
and correct. In case of any information submitted proved to be false or concealed, the
application maybe rejected and no objection/claim will be raised by the under-signed.
2.The under-signed also hereby certifies that neither our firm M/S
___________________________________________________________ nor any of
constituent partner had been debarred to participate in tender by the P.W. Department during
the last 5 (five) years prior to the date of this NIT.
3. The under-signed would authorize and request any Bank, person, Firm or Corporation to
furnish pertinent information as deemed necessary and/or as requested by the Department to
verify this statement.
4. The under-signed understands that further qualifying information may be requested and agrees
to furnish any such information at the request of The Department.
5. Certified that I have applied in the tender in the capacity of individual/ as a partner of a firm &
I have not applied severally for the same job.

Signed by an authorised officer of the firm

Title of the Officer

Name of Firm with Seal

Date

18 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


SECTION – B
FORM-III
STRUCTURE AND ORGANISATION

A. 1. Name of Applicant (Firm) :


Office Address :
Telephone No. :
Mobile No. :
Fax No. :

A. 2. Office Address
Telephone No. :
Mobile No. :
Fax No. :

A. 3. Name and address of Bankers. :

A. 4. Attach an organisation chart showing :


structure of the company with names
of Key personnel and technical staff
with Bio-data.

19 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


SECTION-B
FORM-V
EXPERIENCE PROFILE
Name of the Firm :

LIST OF WORKS COMPLETED WHICH ARE SIMILAR IN NATURE AND EXECUTED DURING THE LAST FIVE YEARS IN
ANY GOVT.DEPARTMENT / GOVT. UNDERTAKING / STATUTORY BODY UP TO AVALUE OF 40% OF THE
ESTIMATED VALUE PUT TO TENDER

Name of Name, Location Contract price Original date Original date Actual date of Actual date of Reasons for delay
Employer & nature of work in Indian Rs. of Start of of completion starting the completion in completion (if
work of work work the work any)

Note : a) Certificate from the Employers to be attached.


b) Non-disclosure of any information in the Schedule will result in disqualification of the firm.

20 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


(c) No tender will be deemed to the fit for consideration unless the tender documents are fully
and completely filled in. All informations that may be asked from a tenderer must be
unequivocally furnished. Any tender which is incomplete or does not comply with the
prescribed conditions or stipulations laid down herein to rejection at the time of opening or
during subsequent scrutiny. Tender received with conditional rate will be liable to rejection
at the time of opening.
(d) Canvassing in connection with the tender is strictly prohibited and a tenderer who resorts to
this will render his tender liable to rejection.
(e) No alteration shall be permitted to be made by the tenderer in any tender after its
submission.

TENDER FOUND TO HAVE SUBMITTED UNDER FALSE NAME :


When a Contractor, whose tender has been accepted under a given name is subsequently
discovered to have given a false name, his contract may at the discretion of the Authority
accepting the tender be annulled his Security Deposit will be forfeited.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

21 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


SECTION — 3
Special terms and conditions

GENERAL :
Unless otherwise stipulated all the works are to be done as per general conditions and
general specifications in the “Departmental Schedule” which means the Public Works
Department, Schedule of Rates for works in West Bengal for the working area including
upto date addenda and corrigenda, if any, published by the Superintending Engineer, IT
Circle, PWD.

TERMS & CONDITIONS IN ORDER TO PRECEDENCE :

If the stipulations of the various components of the contract documents be at variance inany
respect, one will over-ride the other (only in so far as those are at variance) in the order of
precedence as given below:

(a) Special terms and conditions


(b) Special specifications
(c) General specifications
(d) Notice Inviting Tender
(e) Schedule of probable items with approximate quantities
(f) Printed Tender Form, i.e. W.B.F. 2911(ii)
All works covered in the clause appearing hereinafter shall be deemed to form a part of the
appropriate item or items of works appearing in the schedule whether specifically mentioned in
any clause or not and the rates quoted shall include all such works unlessit is otherwise
mentioned that extra payment will be made for particular works.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

22 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


ENGINEER-IN-CHARGE AND COMMENCEMENT OF WORK :
The word “Engineer-In-Charge” means the Executive Engineer, P.W. Directorate of the
concerned Division. The word “Department” appearing anywhere in the tender documents
means P.W. 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 meansapproved 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. Failure to do so will
constitute a violation of the contract stipulation as regards 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.

CONDITION IN EXTENDED PERIOD :


As Clause 4 of W.B.F. 2908 or Clause 5 of W.B.F. No. 2911 (ii) as the case may be when an
extension of time for completion of work is authorised by the Engineer-In-Charge, it will be taken
for granted that the validity of the contract is extended automatically upto the extended period
with all terms and conditions rates, etc. remaining unaltered, i.e. the tender is revalidated upto
the extended period.

CO-OPERATION AND DAMAGES AND COMPLETION OF WORK:


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/building users and occupants, 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 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.

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 and same when left at or sent by post to such office or delivered to the Contractor’s
authorised agent or representative shall be deemed to the sufficiently served upon the
contractor.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

23 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


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 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 Sales Tax (Central and/or State),Income Tax, Octroi
Duty/Terminal Tax, Turnover Tax etc. All other charges for the execution of the complete or
finished work or in case of supply of materials and for carriage to the entire satisfaction of the
Engineer-In-charge of the work. No claim whatsoever in this respect will be entertained.

AUTHORISED REPRESENTATIVE OF CONTRACTOR :


The contractor shall not assign the agreement or sublet any portion of the work. The contractor,
may however, appoint and authorised 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 sameand
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 authorised representatives subject to the prior approval of the Executive Engineer
concerned and the contractor shall in writing seek such approval of the Executive Engineer
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 urposes as specified in Clause 9
(a), (b) and (c) which the representative will be authorised for even after first approval, the
Executive Engineer may issue at any subsequent date, revised directions about such
authorised representative and the contractor shall be bound to abide by such directions. The
Executive Engineer shall not be bound to assign any reason for any of his directions with
regard to the appointment of authorised representative. Any notice correspondence etc.
issued to the authorised representative or left at his address, will be deemed to have been
issued to the contractor himself.

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.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

24 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


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 his 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)

CONTRACTOR’S GODOWN :
The contractor must provide suitable godowns for materials at the site of work. No separate
payment will be made for these godowns or for the store yard.

USE OF GOVERNMENT LAND :


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. Before using anys pace in
Government Land of any purpose whatsoever, approval of the Engineer-In-charge should be
needed.

CLEARING MATERIALS :
The whole site shall be left ina clear and neat manner to the satisfaction of the 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.

SUPPLEMENTARY/ADDITIONAL ITEM OF WORKS :


Notwithstanding the provisions made in the related printed tender Form (if any) any itemof the
work which can be legitimately be considered as not stipulated in the specific 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 :-

Signature and address Signature of Tender


of the Tenderer Accepting Authority

25 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


(a) Rate of supplementary items shall be analysed to the maximum extend possible from rates
of the allied items of work appearing in the P.W. (Electrical) Department schedule of rates
of probable items of work forming part of tender document.

(b) If the rates of the supplementary items cannot 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.

(c) Black-market rates shall never be allowed.

(d) 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.

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, as the authorized representatives of the Engineer-In-
Charge and order given by him or proceeding with the latter item of work. When however, this is
not possible for practical reasons, the Sub-assistant Engineer, if so, authorized by the Sub-
Divisional Officer may do this inspection in respect of minor works and issue order regarding the
latter item.

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 prior to utilization in work.

WATER AND ENERGY :


The contractor shall have to arrange for their own source of energy for operation of equipments
and machineries, driving 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.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

26 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


All materials and Tools and Plants and all labour (skilled and unskilled) including their housing,
water supply, sanitation, light, procurement of food staff, medical aid etc. are to be arranged for
by the contractor. The cost of transport of labour, materials and all items as aforesaid shall also
have to be borne by the Contractor.

DRAWINGS :
All works shall be carried out in conformity with the drawings Approved by this
Department. The Contractor shall have to carry out all the works according to the
approved general arrangement drawing and detail working drawings to be supplied by
the contractor from time to time at no extra cost.

SERVICEABLE MATERIALS :
The responsibility for stacking the serviceable materials obtained during dismantling of existing
structure/road (to be decided by the Engineer-in-charge) and handling 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 handling 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.

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.

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 will have to be borne by the contractor.

IDLE LABOUR :
Whatever the reasons may be no claim or 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.

CHARGES AND FEES PAYABLE BY CONTRACTOR :


a) The contractor shall be all notices and pay all fees required to be given or paid by any statute
or any regulation or by law and any local or other statutory authority which maybe applicable
to the works and shall keep the department against all penalties and liability of every kinds
for breach of such statute regulation or law.
b) The Contractor shall have 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.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

27 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


ISSUE OF DEPARTMENTAL TOOLS AND PLANTS :
All Tools and Plants required for the work will have to be supplied 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.

REALISATION 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 anyclaim of
Government for the payment of sum of money arising out of these contract or under any other
contract made by the contractor with the Government.

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, his and Superintending Engineer, IT Circle,
PWD 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.

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.

PROGRAMME OF WORK :
Before actual commencement of work the contractor shall submit a programme of construction
of work clearly showing the materials men and equipments. 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

Signature and address Signature of Tender


of the Tenderer Accepting Authority

28 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


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 therefore as provided in the said clause shall be deemed to have been
sufficiently complied with it the actual progress of work 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.

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 arise 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 or their responsibility for correctness thereof.

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 Executive Engineer of the Division concerned will be recovered from the contractor.

NIGHT WORK :
The contractor shall not ordinarily be allowed to execute the work at night. The contractor may
however, have to execute the work at night, if instructed by the Engineer-in-Charge. For true
technical or emergent reasons the work may require to be executed during the night also
according to the instruction of the Engineer-in-Charge. In that case the contractor shall have to
arrange for separate set of labour with sufficient and satisfactory lighting arrangement for the
night work. No extra payment whatever, in this respect willbe made to the contractor.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

29 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


TESTING OF QUALITIES OF MATERIALS & WORKMANSHIP :
All materials and workmanship shall be in accordance with the specifications laid down in the
contract and 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 would be borne by the agency.

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 work order. Time for completion as specified in the
tender shall be deemed to be the essence of the contract.

PROCUREMENT OF MATERIALS :
All materials required for complete execution of the work shall be supplied by the contractor
after procurement from authorised and approved source.

REJECTION 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.

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.

TENDER’S 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 clause. No conditional rate will be
allowed in any case.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

30 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


DELAY DUE TO MODIFICATION OF DRAWING AND DESIGN :
The contractor shall not be entitled for any compensation for any loss suffered by him due to
delays arising out of modification of the work due to non-delivery of the possession of site.

DOCUMENTS &CERTIFICATES :
The department may ask for any valid document like manufacturer’s test certificate,
document for purchase of the material etc. as deemed fit by the engineer-in-charge to
ascertain genuinity of material supplied by/ used in the work by the contractor. The
contractor shall remain bound to submit all such documents to the department.

I. Eligibility Criteria (Special Terms and Conditions):

1. The Bidder should be a registered firm under The Company Act of India/Firm/Society.

2. The Bidder must have been in the business of IT enabled services for the past 5 years.

3. The Bidder should have experience in similar web enabled projects or relevant projects. (Copy of Work
Order along with successful completion certificate to be provided)

4. The company should be profit making organization in the last 3(three) Financial Years.

5. Bidder should furnish all valid statutory documents as listed below (Original Certificates are to be produced
for verification, if required):

5.1. Company Registration/Firm/Society


5.2. Service Tax Registration
5.3. PAN
5.4. A declaration should be submitted by the bidder stating that he/she/they is/are not
barred/delisted/black listed by any Departments/Ministries of Government of West Bengal or
Government of India or Public Sector Undertakings.

Signature and address Signature of Tender


of the Tenderer Accepting Authority

31 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


Special Terms & Condition in accordance with Memorandum no. 547-W/(C)/1M-
387/15 dtd 16.11.2015
PROCEDURE FOR SUSPENSIONAND DEBARMENT OF SUPPLIERS,
CONTRACTORSAND CONSUL TANTS
1. SCOPE
The procedure as laid down in subsequent paragraphs shall govern the suspension /
debarment of suppliers, contractors and consultants ("contractors" for brevity)
involved in government procurement for offenses or violations committed during
competitive bidding and contract implementation, for the works under Public Works
Department, Government of West Bengal.
2. PROHIBITION ON SUSPENDED / DEBARRED PERSONS/ENTITIES TO
PARTICIPATE IN THE BIDDING OF GOVERNMENT PROJECTS/CONTRACTS 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/or 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.
(The same must be invariably mentioned in procurement notice.)
3. DEFINITION OF TERMS:-
3.1 Bidder:- A Person /Contractor /Agency /Joint Venture /Consortium/ Corporation
participating in the procurement process and/or a Person /Contractor /Agency /Joint
Venture /Consortium/ Corporation having an agreement/contract for any procurement
with the department shall be referred as bidder.
3.2 Bid Evaluation Committee (BEC in short):
a) "Bid Evaluation Committee" for the bids invited by the Executive Engineer will be
comprising of i) Concerned Executive Engineer inviting bids as chairperson and
convener, ii) Divisional Accounts Officer as member and iii) Concerned Assistant
Engineer as member.
b) "Bid Evaluation Committee" for the bids invited by the Superintending Engineer
will be comprising of i) Concerned Superintending Engineer as chairperson and
convener, ii) Concerned Executive Engineer as member, iii) T.A to Superintending
Engineer of concerned Circle or any other Executive Engineer of the Circle as member,
iv) Divisional Accounts Officer/ Divisional Accountant as member.
The Bid Evaluation Committee, as constituted by the Department from time to time.

32 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


3.3 Consolidated Debarment List:- A list prepared by the Department containing the list
of bidders debarred by the Public Works Department, Government of West Bengal. The
list would be displayed on website of the Department
3.4 Contract implementation:- A process of undertaking a project in accordance with the
contract documents.
3.5 Debarment:- An administrative penalty, in addition to the contract provision,
disqualifying a bidder from participating in any procurement process under Public
Works Department, Government of West Bengal for a given period.
3.6 Debarred Bidder: - A Bidder who was disqualified by the competent authority of
the Public Works Department, Government of West Bengal.
3.7 Department: - Public Works Department, Government of West Bengal.
3.8 Debarment Committee (Committee competent for issuing Debarment Order) :-
The "Debarment Committee" will be comprising of the (i) The Engineer in Chief & Ex-
Officio Secretary, Public Works Department as chairperson and convener, (ii) The Chief
Engineer, Head Quarter, Public Works Directorate as member and (iii) The Chief
Engineer, Head Quarter, Public Work (Roads) Directorate as member, iv) The Financial
Advisor, Integrated Finance Branch, PWD as member, v) For electrical works, the
Chief Engineer, Electrical! for NH works, the Chief Engineer, NH! for Social Sector
works, the Chief Engineer, Social Sector as member.
The Debarment Committee is authorized to decide to place alleged bidders under
debarment.
3.8 Entity :-
A Person /Contractor /Agency /Joint Venture /Consortium/ Corporation
participating in the procurement process and/or a Person /Contractor /Agency /Joint Venture
/Consortium/ Corporation having an agreement/contract for any procurement with the
department shall be referred as entity.
3.10 Offence: - A violation or breach of a law, regulation, laid down procedure, etc.
3.11 Procurement: - It is the act of buying goods, services or works from an external
source. It is favorable that the goods, services or works are appropriate and that they are
procured at the best possible cost to meet the needs of the acquirer in terms of quality
and quantity, time, and location.
3.12 Procuring Entity / Authority: - The officer authorized by the Public Works
Department, Government of West Bengal, for procurement.
3.13 Suspension:- Temporary disqualification of a bidder from participating in the
procurement process of Public Works Department for a period of 6(six) months when
an offence is made out against a bidder.
3.14 Suspension Committee (Committee competent for issuing Suspension Order):-
"Suspension Committee" will be comprising of i) Zonal Chief Engineer, of the
concerned Directorate, as chairperson and convener, ii) Assistant Chief Engineer
(Monitoring), of the concerned Directorate as member and iii) Concerned
Superintending Engineer, of the respective wing, as member.

33 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


For NH works, the Zonal Chief Engineer, P.W (Roads) Directorate will act as
Chairperson and Convener and for Electrical and Social Sector works, the Zonal Chief
Engineer, P.W. Directorate will act as Chairperson and Convener of the Suspension
Committee as stated above.
4. GROUNDS FOR SUSPENSION AND DEBARMENT
4.1. Submission of eligibility requirements containing false information or falsified
documents.
4.2. 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.
4.3. Unauthorized use of one's name/digital signature certificate for purpose of bidding
process.
4.4. Any documented unsolicited attempt by a bidder to unduly influence the outcome of
the bidding in his favour.
4.5. 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.
4.6. All other acts that tend to defeat the purpose of the competitive bidding such as
lodging false complain about any bidder, lodging false complain about any officer
duly authorized by the department, restraining any interested bidder to participate in the
bidding process, etc.
4.7. Assignment and subcontracting of the contract or any part thereof without prior
written approval of the procuring entity.
4.8. 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 from individual officer.
4.9. Refusal or failure to post the required performance security / earnest money
within the prescribed time without justifiable cause.
4.10. Failure in deployment of technical personnel, engineers and / or work supervisor
having requisite license/ supervisor certificate of competency as specified in the
Contract.
4.11. Refusal to accept an award after issuance of "letter of acceptance" or enter into
contract with the government without justifiable cause.
4.12. 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.
4.13. 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

34 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


written lawful instruction of the procuring entity or its representative(s) pursuant to the
implementation of the contract.
4.14. For the procurement of 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.
4.15. For the procurement of goods, unsatisfactory progress in the delivery of the
goods by the manufacturer, 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.
4.16. 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.
5. CATEGORY OF OFFENSE:-
5.1. First degree of offense:- Si. No. 4.1 to 4.16 to be considered as first degree of
offense.
5.2. Second degree of offence:- Any one of the offences as mentioned under 5.1 above,
committed by a particular bidder/contractor/supplier by more than one occasions, be
considered as second degree of offense.

In addition to the penalty of suspension / debarment, the bid security I earnest money
posted by the concerned bidder or prospective bidder shall also be forfeited.
(The same must be invariably part of the process of evaluation of bids.)
6. PENALTY FOR OFFENSE:-
6.1. For committing 1st Degree of offense:- Disqualifying a bidder from participating
in any procurement process under the Public Works Department, Government of West
Bengal up to 2(two) years.
6.2. For committing 21u1 Degree of offense:- Disqualifying a bidder from participating
in any procurement process under the Public Works Department, Government of West
Bengal for a period of 3(three) years.
7. PROCEDURE OF SUSPENSION AND DEBARMENT DURING THE
PROCUREMENT PROCESS:

35 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


7.1 Initiation of Action, Notifications and Hearings.
Any bidder or procurement authority on his own or based on any other information made
available to him may initiate the process of suspension / debarment proceedings by
filing a written complaint with the Bid Evaluation Committee and such filing of
written application has to be done within forty eight hours from the date and time of
publication of the result of technical evaluation of any bid.
a) Upon verification of the existence of grounds for suspension / debarment, the
chairperson of Bid Evaluation Committee shall immediately notify the bidder concerned
either electronically through his registered e-mail id or in writing to his postal address,
advising him that:
i) A complaint has been filed against him and prima facie material has been
found, which may lead to suspension/ debarment.
ii) He has been recommended to be placed under suspension / debarment by
the Suspension Committee, stating the grounds for such.
iii) The said bidder within three days from the date of issue of such notification
by the Bid Evaluation Committee, may approach the chairperson of
Suspension Committee by submitting all required documents in his favour
for a hearing. Any application made thereafter would not be entertained.
Such notice should contain the e-mail id and the postal address of the Chairperson of the
Suspension Committee.

b) After receiving the recommendation for suspension from Bid Evaluation


Committee, the Suspension Committee shall issue a notice to the alleged bidder,
electronically through his registered e-mail id, to submit all relevant documents in
support of his defense within three working days after issuance of the notice of
the Suspension Committee. The Suspension Committee will conduct the hearing
within seven working days from the date of receipt of the documents from the
alleged bidder. If no appeal has been received from the alleged bidder or after
hearing if found sufficient ground for suspension the Suspension Committee, will
suspend the alleged bidder from participating in the procurement process under
the Public Works Department for a period of 6 (six) months from the date of
issuance of Suspension order. The Chairperson of the Suspension Committee shall
issue the Suspension Order within 7(seven) days from the last date of hearing and
shall notify the bidder concerned either electronically through his registered
e-mail id or in writing to his postal address. The chairperson of Suspension
Committee shall also inform the decision to all concerned.
If sufficient reasons for suspension are not found, the Suspension Committee would
reject the recommendation of Bid Evaluation Committee and would allow the bidder
to take part in the tendering process.

36 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


If the bidder is suspended, the Suspension Committee would recommend
debarment of the bidder and forward the case with all documents to the Debarment
Committee for further action.
c) The Debarment Committee upon receipt of the recommendation of the Suspension
Committee shall scrutinize the documents. The Debarment Committee will hold a
hearing of the alleged bidder and issue necessary order within 10(ten) working days
from the last date of hearing. The Debarment Committee if satisfied after hearing
shall forward the case to the Department for order of debarment. The Department in
due course will issue Debarment Order disqualifying / prohibiting the erring
bidder from participating in the bidding / procurement of all projects under
Public Works Department, Government of West Bengal for a specified period.
The alleged bidder shall be intimated accordingly either electronically through his
registered e-mail id or in writing to his postal address. Otherwise the Debarment
Committee may reject the recommendation of the Suspension Committee. The
chairperson of Debarment Committee shall also inform the decision to all
concerned.
8. PROCEDURE FOR DEBARMENT DURING THE CONTRACT IMPLEMENTATION
STAGE:
a) Upon termination of contract due to default of the bidder, the Engineer-in-charge shall
recommend for debarment to the Bid Evaluation Committee. The Bid Evaluation
Committee shall submit his recommendation of debarment of the alleged bidder along
with a detail report stating clearly the reasons for debarment to the Debarment Committee
within thirty days from the date of termination of contract. The alleged bidder shall be
intimated accordingly either electronically through his registered e-mail id or in writing to
his postal address. The chairperson of Bid Evaluation Committee shall also inform the
decision to all concerned.

b) The Debarment Committee upon receipt of the recommendation of the Bid


Evaluation Committee shall scrutinize the documents. The Debarment Committee
will hold a hearing about the matter from the bidder and issue necessary order within 1
O(ten) working days from the last date of hearing. The Debarment Committee if
satisfied after hearing shall forward the case to the department for order of
debarment. The department in due course will issue Debarment Order disqualifying /
prohibiting the erring bidder from participating in the bidding / procurement of all
projects under Public Works Department, Government of West Bengal for a specified
period. The alleged bidder shall be intimated accordingly either electronically through
his registered e-mail id or in writing to his postal address. Otherwise the
Debarment Committee may reject the recommendation of the Bid Evaluation
Committee. The chairperson of Debarment Committee shall also inform the decision
to all concerned.
9. STATUS OF SUSPENDED / DEBARRED BIDDER:-

37 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


a) Bidder placed under suspension/ debarment by the competent authority will not be
allowed to participate in any procurement process, within the period of
suspension/debarment, in any procurement process under Public Works Department.
The earnest money of the suspended bidder shall stand forfeited to the Government.
b) If the Suspension/Debarment Order is issued prior to the date of issue of "Letter of
Acceptance", "Letter of Acceptance cum Work Order", "Work Order", "Notice to
Proceed", "Award of Contract", etc for any bid, the suspended/ debarred bidder shall not
be qualified for award for the said bid and such procurement process will be dealt with
as per existing norms by simply excluding the erring bidder.
If the Suspension! Debarment Order is issued after award of a government project/contract to the
debarred bidder, the awarded project/contract shall not be prejudiced by the said order provided
that the said offense(s) committed by the debarred bidder is not connected with the
awarded project/contract

38 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


DECLARATION BY THE TENDERER

I/We have inspected the site of work and have made myself/ourselves fully acquainted

with local conditions in and around the site of work. I /We have carefully gone through

the Notice Inviting Tender and other tender documents mentioned therein along with the

drawing attached. I/We have also carefully gone through the 'Priced schedule of

Probable Items and Quantities'.

My/Our tender is offered taking due consideration of all factors regarding thelocal site

conditions stated in this Detailed Notice Inviting Tender to complete the proposed work.

I/We promise to abide by all the stipulations of the contract documents and carry out

and complete the work to the satisfaction of the department.

I/We also agree to procure tools and plants, at my/our cost required for the work.

Signature of Tenderer
Postal address of the Tenderer

Superintending Engineer
IT Circle, P.W.D.

39 out of 39 NIT Ref. : WBPWD/SEITC/NIT-14/2018-2019(2nd call)


ANNEXURE - I
Signature Not Verified
Digitally signed by KESHOB CHANDRA
DAKSHY
Date: 2018.11.12 15:29:28 IST
Location: West Bengal

You might also like