You are on page 1of 73

Government of West Bengal

Water Resources Investigation & Development Department


Office of the Executive Engineer ( Agri - Irrigation )
Raiganj ( Agri – Irrigation ) Division
Karnajora, Raiganj, Uttar Dinajpur

TelephoTelephone No. 03523 246 254 e - mail ID: eernjai@gmail.com

Memo. No. 16 Dated, Karnajora, the 21.01.2021

NOTICE INVITING E - TENDER NO. 3 OF 2020 - 21 OF


THE EXECUTIVE ENGINEER (A-I), RAIGANJ (A-I) DIVISION, KARNAJORA,
RAIGANJ, UTTAR DINAJPUR

Tender Reference No. : RIDF_XXVI/RNJ_AI_DIVN/E_NIT_3/2020_21

(E-Procurement) (Two Cover System)

1. INVITATION: Open tender in WBF No. 2911(ii) are invited by the Executive Engineer (A-I), Raiganj (Agri-
Irrigation) Division, Karnajora, Uttar Dinajpur on behalf of the Governor of West Bengal from competent and
experienced contractors with sound technical and financial capabilities fulfilling minimum qualifying
requirements:
Detailed specification of Items, Token Earnest Money, Cost of Tender Documents etc. are given below:

ANNEXURE TO NIT

Cost of Tender
Estimated Earnest Time of Paper (Reqd.
Sl Nos of
Name and Location of the scheme Cost Money completion at the time of
No Scheme
(In Rs.) (Rs.) (Days entering into
Agreement)
Installation of 1 ( one ) No. new STW (S)
(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at D/ Bisnupur - 1 under
001. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M001 [PIC
No: R261904065 Project Code:P2020
100000000004343]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at D/ Bisnupur - 2 under
002. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M002 [PIC
No: R261904066 Project Code:P2020
100000000004344]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
003. district of Uttar Dinajpur under RIDF – 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
XXVI Tranche at D/ Bisnupur - 3 under
Hemtabad Block
Sub-Project ID : WI202131380M003 [PIC
No: R261904067 Project Code:P2020
100000000004345]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at D/ Bisnupur - 4 under
004. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M004 [PIC
No: R261904068 Project Code:P2020
100000000004346]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at D/ Bisnupur - 5 under
005. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M005 [PIC
No: R261904069 Project Code:P2020
100000000004347]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at D/ Bisnupur - 6 under
006. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M006 [PIC
No: R261904070 Project Code:P2020
100000000004348]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Gorura - 1 under
007. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M007 [PIC
No: R261904071 Project Code:P2020
100000000004349]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Gorura - 2 under
008. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M008 [PIC
No: R261904072 Project Code:P2020
100000000004350]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Gorura - 3 under
009. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M009 [PIC
No: R261904073 Project Code:P2020
100000000004351]

of 1 ( one ) No. new STW (S) (depth: 60


m) including supply of materials under
010. Raiganj ( A – I ) Division in the district of
1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Uttar Dinajpur under RIDF – XXVI Tranche
at Gorura - 4 under Hemtabad Block
Sub-Project ID : WI202131380M010 [PIC
No: R261904074 Project Code:P2020
100000000004352]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Gorura - 5 under
011. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M011 [PIC
No: R261904075 Project Code:P2020
100000000004353]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Gorura - 6 under
012. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M012 [PIC
No: R261904076 Project Code:P2020
100000000004354]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-I - 1 under
013. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M013 [PIC
No: R261904077 Project Code:P2020
100000000004355]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-I - 2 under
014. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M014 [PIC
No: R261904078 Project Code:P2020
100000000004356]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-1 - 3 under
015. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M015 [PIC
No: R261904079 Project Code:P2020
100000000004357]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-I - 4 under
016. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M016 [PIC
No: R261904080 Project Code:P2020
100000000004358]

Installation of 1 ( one ) No. new STW (S)


017. (depth: 60 m) including supply of materials 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-I - 5 under
Hemtabad Block
Sub-Project ID : WI202131380M017 [PIC
No: R261904081 Project Code:P2020
100000000004359]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-I - 6 under
018. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M018 [PIC
No: R261904082 Project Code:P2020
100000000004360]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-II - 1 under
019. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M019 [PIC
No: R261904083 Project Code:P2020
100000000004361]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-II - 2 under
020. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M020 [PIC
No: R261904084 Project Code:P2020
100000000004362]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-II - 3 under
021. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M021 [PIC
No: R261904085 Project Code:P2020
100000000004363]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-II - 4 under
022. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M022 [PIC
No: R261904086 Project Code:P2020
100000000004364]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
023. XXVI Tranche at Tilna-II - 5 under 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Hemtabad Block
Sub-Project ID : WI202131380M023 [PIC
No: R261904087 Project Code:P2020
100000000004365]
Installation of 1 ( one ) No. new STW (S)
(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Tilna-II - 6 under
024. Hemtabad Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M024 [PIC
No: R261904088 Project Code:P2020
100000000004366]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Palihar - 1 under
025. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M025 [PIC
No: R261904089 Project Code:P2020
100000000004367]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Palihar - 2 under
026. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M026 [PIC
No: R261904090 Project Code:P2020
100000000004368]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Palihar - 3 under
027. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M027 [PIC
No: R261904091 Project Code:P2020
100000000004369]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Palihar - 4 under
028. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M028 [PIC
No: R261904092 Project Code:P2020
100000000004370]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Palihar - 5 under
029. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M029 [PIC
No: R261904093 Project Code:P2020
100000000004371]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
030. under Raiganj ( A – I ) Division in the 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Palihar - 6 under
Kaliyaganj Block
Sub-Project ID : WI202131380M030 [PIC
No: R261904094 Project Code:P2020
100000000004372]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Maligaon - 1 under
031. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M031 [PIC
No: R261904095 Project Code:P2020
100000000004373]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Maligaon - 2 under
032. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M032 [PIC
No: R261904096 Project Code:P2020
100000000004374]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Maligaon - 3 under
033. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M033 [PIC
No: R261904097 Project Code:P2020
100000000004375]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Maligaon - 4 under
034. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M034 [PIC
No: R261904098 Project Code:P2020
100000000004376]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Maligaon - 5 under
035. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M035 [PIC
No: R261904099 Project Code:P2020
100000000004377]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Maligaon - 6 under
036. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M036 [PIC
No: R261904100 Project Code:P2020
100000000004378]

Installation of 1 ( one ) No. new STW (S)


037. (depth: 60 m) including supply of materials 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Lahonda - 1 under
Kaliyaganj Block
Sub-Project ID : WI202131380M037 [PIC
No: R261904101 Project Code:P2020
100000000004379]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Lahonda - 2 under
038. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M038 [PIC
No: R261904102 Project Code:P2020
100000000004380]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Lahonda - 3 under
039. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M039 [PIC
No: R261904103 Project Code:P2020
100000000004381]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Lahonda - 4 under
040. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M040 [PIC
No: R261904104 Project Code:P2020
100000000004382]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Lahonda - 5 under
041. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M041 [PIC
No: R261904105 Project Code:P2020
100000000004383]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Lahonda - 6 under
042. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M042 [PIC
No: R261904106 Project Code:P2020
100000000004384]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
043. XXVI Tranche at Raghunathpur - 1 under 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Kaliyaganj Block
Sub-Project ID : WI202131380M043 [PIC
No: R261904107 Project Code:P2020
100000000004385]
Installation of 1 ( one ) No. new STW (S)
(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Raghunathpur - 2 under
044. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M044 [PIC
No: R261904108 Project Code:P2020
100000000004386]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Raghunathpur - 3 under
045. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M045 [PIC
No: R261904109 Project Code:P2020
100000000004387]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Raghunathpur - 4 under
046. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M046 [PIC
No: R261904110 Project Code:P2020
100000000004388]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Raghunathpur - 5 under
047. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M047 [PIC
No: R261904111 Project Code:P2020
100000000004389]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Raghunathpur - 6 under
048. Kaliyaganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M048 [PIC
No: R261904112 Project Code:P2020
100000000004390]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Pouti - 1 under Karandighi
049. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M049 [PIC
No: R261904113 Project Code:P2020
100000000004391]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
050. under Raiganj ( A – I ) Division in the 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Pouti - 2 under Karandighi
Block
Sub-Project ID : WI202131380M050 [PIC
No: R261904114 Project Code:P2020
100000000004392]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Pouti - 3 under Karandighi
051. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M051 [PIC
No: R261904115 Project Code:P2020
100000000004393]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Pouti - 4 under Karandighi
052. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M052 [PIC
No: R261904116 Project Code:P2020
100000000004394]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Pouti - 5 under Karandighi
053. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M053 [PIC
No: R261904117 Project Code:P2020
100000000004395]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Pouti - 6 under Karandighi
054. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M054 [PIC
No: R261904118 Project Code:P2020
100000000004396]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhangaon - 1 under
055. Karandighi Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M055 [PIC
No: R261904119 Project Code:P2020
100000000004397]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhangaon - 2 under
056. Karandighi Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M056 [PIC
No: R261904120 Project Code:P2020
100000000004398]

Installation of 1 ( one ) No. new STW (S)


057. (depth: 60 m) including supply of materials 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhangaon - 3 under
Karandighi Block
Sub-Project ID : WI202131380M057 [PIC
No: R261904121 Project Code:P2020
100000000004399]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhangaon - 4 under
058. Karandighi Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M058 [PIC
No: R261904122 Project Code:P2020
100000000004400]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhangaon - 5 under
059. Karandighi Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M059 [PIC
No: R261904123 Project Code:P2020
100000000004401]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhangaon - 6 under
060. Karandighi Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M060 [PIC
No: R261904124 Project Code:P2020
100000000004402]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dakshin Thuthipokher - 1
061. under Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M061 [PIC
No: R261904125 Project Code:P2020
100000000004403]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dakshin Thuthipokher - 2
062. under Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M062 [PIC
No: R261904126 Project Code:P2020
100000000004404]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
063. XXVI Tranche at Dakshin Thuthipokher - 3 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
under Islampur Block
Sub-Project ID : WI202131380M063 [PIC
No: R261904127 Project Code:P2020
100000000004405]
Installation of 1 ( one ) No. new STW (S)
(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dakshin Thuthipokher - 4
064. under Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M064 [PIC
No: R261904128 Project Code:P2020
100000000004406]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dakshin Thuthipokher - 5
065. under Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M065 [PIC
No: R261904129 Project Code:P2020
100000000004407]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dakshin Thuthipokher - 6
066. under Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M066 [PIC
No: R261904130 Project Code:P2020
100000000004408]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Topamari - 1 under
067. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M067 [PIC
No: R261904131 Project Code:P2020
100000000004409]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Topamari - 2 under
068. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M068 [PIC
No: R261904132 Project Code:P2020
100000000004410]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Topamari - 3 under
069. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M069 [PIC
No: R261904133 Project Code:P2020
100000000004411]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
070. under Raiganj ( A – I ) Division in the 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Topamari - 4 under
Islampur Block
Sub-Project ID : WI202131380M070 [PIC
No: R261904134 Project Code:P2020
100000000004412]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Topamari - 5 under
071. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M071 [PIC
No: R261904135 Project Code:P2020
100000000004413]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Topamari - 6 under
072. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M072 [PIC
No: R261904136 Project Code:P2020
100000000004414]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Kamalagaon - 1 under
073. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M073 [PIC
No: R261904137 Project Code:P2020
100000000004415]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Kamalagaon - 2 under
074. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M074 [PIC
No: R261904138 Project Code:P2020
100000000004416]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Kamalagaon - 3 under
075. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M075 [PIC
No: R261904139 Project Code:P2020
100000000004417]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Kamalagaon - 4 under
076. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M076 [PIC
No: R261904140 Project Code:P2020
100000000004418]

Installation of 1 ( one ) No. new STW (S)


077. (depth: 60 m) including supply of materials 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Kamalagaon - 5 under
Islampur Block
Sub-Project ID : WI202131380M077 [PIC
No: R261904141 Project Code:P2020
100000000004419]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Kamalagaon - 6 under
078. Islampur Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M078 [PIC
No: R261904142 Project Code:P2020
100000000004420]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Rishipur - 1 under Raiganj
079. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M079 [PIC
No: R261904143 Project Code:P2020
100000000004421]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Rishipur - 2 under Raiganj
080. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M080 [PIC
No: R261904144 Project Code:P2020
100000000004422]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Rishipur - 3 under Raiganj
081. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M081 [PIC
No: R261904145 Project Code:P2020
100000000004423]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Rishipur - 4 under Raiganj
082. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M082 [PIC
No: R261904146 Project Code:P2020
100000000004424]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
083. XXVI Tranche at Rishipur - 5 under Raiganj 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Block
Sub-Project ID : WI202131380M083 [PIC
No: R261904147 Project Code:P2020
100000000004425]
Installation of 1 ( one ) No. new STW (S)
(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Rishipur - 6 under Raiganj
084. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M084 [PIC
No: R261904148 Project Code:P2020
100000000004426]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Susihar - 1 under Raiganj
085. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M085 [PIC
No: R261904149 Project Code:P2020
100000000004427]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Susihar - 2 under Raiganj
086. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M086 [PIC
No: R261904150 Project Code:P2020
100000000004428]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Susihar - 3 under Raiganj
087. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M087 [PIC
No: R261904151 Project Code:P2020
100000000004429]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Susihar - 4 under Raiganj
088. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M088 [PIC
No: R261904152 Project Code:P2020
100000000004430]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Susihar - 5 under Raiganj
089. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M089 [PIC
No: R261904153 Project Code:P2020
100000000004431]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
090. under Raiganj ( A – I ) Division in the 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Susihar - 6 under Raiganj
Block
Sub-Project ID : WI202131380M090 [PIC
No: R261904154 Project Code:P2020
100000000004432]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Barabarua - 1 under
091. Raiganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M091 [PIC
No: R261904155 Project Code:P2020
100000000004433]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Barabarua - 2 under
092. Raiganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M092 [PIC
No: R261904156 Project Code:P2020
100000000004434]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Barabarua - 3 under
093. Raiganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M093 [PIC
No: R261904157 Project Code:P2020
100000000004435]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Barabarua - 4 under
094. Raiganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M094 [PIC
No: R261904158 Project Code:P2020
100000000004436]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Barabarua - 5 under
095. Raiganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M095 [PIC
No: R261904159 Project Code:P2020
100000000004437]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Barabarua - 6 under
096. Raiganj Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M096 [PIC
No: R261904160 Project Code:P2020
100000000004438]

Installation of 1 ( one ) No. new STW (S)


097. (depth: 60 m) including supply of materials 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhuirol - 1 under Raiganj
Block
Sub-Project ID : WI202131380M097 [PIC
No: R261904161 Project Code:P2020
100000000004439]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhuirol - 2 under Raiganj
098. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M098 [PIC
No: R261904162 Project Code:P2020
100000000004440]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhuirol - 3 under Raiganj
099. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M099 [PIC
No: R261904163 Project Code:P2020
100000000004441]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhuirol - 4 under Raiganj
100. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M100 [PIC
No: R261904164 Project Code:P2020
100000000004442]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhuirol - 5 under Raiganj
101. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M101 [PIC
No: R261904165 Project Code:P2020
100000000004443]

Installation of 1 ( one ) No. new STW (S)


(depth: 60 m) including supply of materials
under Raiganj ( A – I ) Division in the
district of Uttar Dinajpur under RIDF –
XXVI Tranche at Dhuirol - 6 under Raiganj
102. Block 1 3,68,427.00 7,400.00 60 Days Rs.755.00 X 2
Sub-Project ID : WI202131380M102 [PIC
No: R261904166 Project Code:P2020
100000000004444]

a. In the event of e-Filing intending bidder may download the tender document from the website:
http://wbtenders.gov.in OR website http://etender.wb.nic.in directly by the help of Digital Signature
Certificate. (Details of which has been narrated in “Instruction to Bidders”).
b. In case of online submission, Technical Bid & Financial Bid both will be submitted concurrently duly
digitally signed in the Website http://etender.wb.nic.in. Tender document may be downloaded from
website & submission of Technical Bid/Financial Bid as per Tender Schedule stated in serial no-10.
The documents submitted by the Bidders should be properly indexed, &self attested with seal.
The L1 bidder shall submit the originals of the tender documents including Manufacturers Authentication
Certificate of each of the items to the Tender inviting authority.

Failure to submit the hard copy with the Documents within the 2(Two ) days if the Bidder found L1
&prescribed for the purpose may be construed as an attempt to disturb the tendering process and dealt with
accordingly legally including blacklisting of the bidder.

Prequalification, Technical & Financial Bid are to be submitted concurrently duly digitally signed at
desired documents in the website http://wbtenders.gov.in

Tender document may be downloaded from website & submission of Prequalification Bid / Technical Bid /
Financial Bid is to be followed the stipulated date & time Schedule.
2. QUALIFYING CRITERIA:

I) Earnest Money :Online receipt and refund of EMD of e-procurement through State Government
e-Procurement portal. The following procedure to be adopted for deposit of EMD/ Bid Security/
Tender Fees related to e-Procurement of the State Government departments. This clause is also
applicable for all categories of applicants.
Methodology for submission of EMD [ as per order no- 3975-F(Y) Dated-28/07/2016 of
Finance Dept , Govt of W.B.]

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

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

As a prequalification documents, the EMD amount paid by the bidder will get credited to the respective
pooling A/C maintained by the Focal point Branch of ICICI Bank .

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

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

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

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

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

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

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

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

In both the above cases, such transfer will take place within T+1 Bank working Days where T will
mean the date on which the Award of Contract (AOC) is issued.

vi. The Bank will share the details of the GRN No. generated on successful entry in GRIPS with the E-
Procurement portal for updation.

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

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

A. Login by bidder:-

a) A bidder desirous of taking part in a tender invited by a State Government Office shall login to the
e-Procurement portal of the Government of West Bengal https: //wbtenders.gov.in using his login ID
and password.

b) He will select the tender to bid and initiate payment of pre-defined EMD / Tender Fees for that
tender by selecting from either of the following payments modes:

i) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of
payment through IClCI Bank Payment Gateway.
ii) RTGS/NEFT in case of offline payment through bank account in any Bank.

B. Payment procedure:

i) Payment by Net Banking (any listed bank) through IClCI Bank Payment Gateway

a. On selection of net banking as the payment mode, the bidder will be directed to IClCI Bank
Payment Gateway webpage (along with a string containing a Unique ID) where he will select the
Bank through which he wants to do the transaction.
b. Bidder will make the payment after entering his Unique ID and password of the bank to process
the transaction.
Bidder will receive a confirmation message regarding success/failure of the transaction.
c. If the transaction is successful, the amount paid by the bidder will get credited in the respective
Pooling account of the State Government maintained with the Focal Point Branch of IClCI Bank at
R. N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees.
d. If the transaction is failure, the bidder will again try for payment by going back to the first step.
ii) Payment through RTGS/NEFT:

a. On selection of RTGS/NEFT as the payment mode, the e-Procurement portal will show a pre-filled
challan having the details to process RTGS/NEFT transaction.
b. The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment
using his Bank account.
c. Once payment is made, the bidder will come back to the e-Procurement portal after expiry of a
reasonable time to enable the NEFT/RTGS process to complete, in order to verify the payment
made and continue the bidding process.

d. If verification is successful, the fund will get credited to the respective Pooling account of the State
Government maintained with the Focal Point Branch of IClCI Bank at R.N. Mukherjee Road,
Kolkata for collection of EMD/Tender Fees.
e. Hereafter, the bidder will go to e-Procurement portal for submission of his bid.
f. But if the payment verification is unsuccessful, the amount will be returned to the bidder's Account
automatically for which department have no liabilities.

II) Credential
Eligibility of Participants

1. Intending tenderers should produce credentials issued by the officer not below the rank of
Executive Engineer or equivalent competent authority of a similar work i.e.

I. The value of 1 (one) similar type of completed works i.e. either ( i ) Drilling & Installation of
Tubewells STW ( 80 mm or 100 mm all through ) / LDTW ( 150 mm x 100 mm ) / MDTW ( 250 mm
x 150 mm / HDTW (350 mm x 200 mm ) dia. or ( ii ) Supply and installation of Solar
Irrigation Pumping System executed by the contractor only for minor irrigation in any one year
during the last five years from the date of issuance of this NIT and current financial year should not be
less than 40% (forty percent) of the estimated amount put to tender against the group (s) as
mentioned in “Annexure to NIT” for which the application is made.
Henceforth, “Similar type of works” shall mean as it is explained under item ( I ) under
Eligibility Criteria above.

II. The value of 2 (two) similar type of completed works executed by the contractor only for minor
irrigation purpose in any one year during the last five years from the date of issuance of this NIT and
current financial year should not be less than 30% (thirty percent) of the estimated amount put to
tender against the group(s) as mentioned in Annexure-I for which the application is made.

III. The value of one single similar type of running works executed by the contractor only for minor
irrigation purpose which has been completed to the extent of 80% (eighty percent) or more for which
work the application is made.
(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 in progress
satisfactorily and also that no penal action has been initiated against the executing agency, i.e. the
tenderer.)

IV. Turnover:- Achieved, at least in any two financial years during last five financial years a minimum
annual Financial Turnover of 100% of the estimated amount of the Groups applied for.[ It should be
certified by the competent Chartered Accountant/ self-certified documents].
V. Under special circumstances the tender inviting authority reserves the right to relax the value of the
credentials.
VI. The sites may be changed on exceptional circumstances and if the agency agrees to carry out the
works at the changed plot / plots, it is to be done as per the accepted BOQ without entertaining any
extra cost / claim what-so-ever.

VII. The intending bidder must have to produce documents showing authorization with the manufacturers
/Authorized Distributors or Dealers (Authentication certificate of manufacturers for the items of each
group for

a. P.V.C. pipe & P.V.C. Strainer,

b. and accessories, ISI marked,

c. Complete Solar PV modules with Pump motor system confirming to the MNRE’s guidelines
for supplying and installation/commissioning the same made with any of the MNRE certified sole
manufacturers of Solar panel CE certified solar control unit manufacturer,

d. B.I.S. approved pump-motor manufacturers and must produce Test Certificate of the same
from Test Centre approved by MNRE at the time of supply& installation of the scheme.

Scanned copy of such Authorizations must have to be uploaded with the Technical Bid
documents. Otherwise the tender will be liable for rejection. The Bidder may upload such Authorization
for maximum 3(three) nos. manufacturers for each item. It is to be noted that supply of materials of
other manufacturers beyond approved authorization so uploaded during bid submission may
not be accepted.

VIII. Joint ventures will be considered.


IX. Before issuance of the work order and any time within the evaluation process, the tender inviting
authority may verify the credential & all other documents in originals of any of the
tenderer if found necessary. The bidder must have to produce all the documents,
whenever requisitioned for, within 48 (forty eight) hours of intimation sent through either
email or phone. In the case the documents are not produced within that time or wrong
/invalid address provided for communication, that tender will be cancelled without
g o i n g f o r further communication instantly. The addresses for correspondences
are therefore requested to be correctly furnished. During scrutiny, if it comes to the notice
of the tender inviting authority that the credential or any other papers of any bidders is incorrect
/ manufactured /fabricated, that tender will be outrightly rejected without any prejudice with
forfeiture of earnest money forthwith. The Authority may suggest suitable punitive measures
and will bring that matter to the notice to the appropriate level and the bidder may be
suspended from participating in the tenders on e-Tender platform as per the discretion of
the authority. In addition, his Earnest Money Deposit will stand forfeited to the Government.

****** Payment Certificate will not be treated as Credential.


Intending Bidder should produce credentials in the form of Completion Certificate clearly
mentioning gross value and nature of the work executed, issued by the officer not below the
rank of Executive Engineer or equivalent competent authority of a similar type of work as
mentioned above. The technical proposal submitted by the bidder must contain papers in
support of minimum experience in the following manner:-
A) 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 accepted.

B) The credential certificate for completed works must contain (a) Name of work (b) the name of
client, (c) Estimated amount put to tender, (d) Scheduled month and year of commencement
and completion as per work order, (e) Actual Date of Completion of work, (f) Gross bill
amount of the completed work/ executed value of running work and detailed
communicational address of client. In case of running work, the Credential Certificate should
contain the gross bill amount of executed items of works in addition to information as
furnished above along with a certificate stating that the work is in progress
proportionate with the time allotted for the work as per tender.

a. No Bidder will be allowed to participate in more than 8 (Eight) groups. If any Bidders participate in more
than 8 (Eight) groups, then First 8 (Eight) groups will be considered and participation in the remaining
groups will automatically stand cancelled.

b. Intending bidders please note that :-


1. Quantities of the materials as per BOQ are tentative. They may vary according to - a) Physical
requirements at the sites b) Availability of the materials at Resources store / Departmental store which are
to be utilised at the sites.
2. Carriage cost of such materials from Departmental stores will be considered.
For details, please contact with the offices.
Bidders are requested to consider all this at the time of quoting their rates.

c. In case of failure to fulfil any of these requirements, the tender may be liable for rejection. The bidder
must have to supply above declared components in ORIGINAL to get the offer, whenever requested for,
within 48 hours of intimation.

d. Registered Unemployed Engineers’ Co-operative Societies/ Unemployed Labour Co-Op. Societies are
required to furnish valid Bye Law. Current Audit Report, Valid clearance Certificate from A.R.C.S. for the
current financial year along with other relevant supporting papers.(Non Statutory Documents)

e. The tenderer must have to quote rate as percentage above/less or at per as mentioned in the BOQ
otherwise the tender will be treated as incomplete tender. No conditional / Incomplete Tender will be
accepted under any circumstances.

f. The partnership firm shall furnish the registered partnership deed (Non Statutory Documents).
g. Issuance of work order as well as Payment will depend on availability of fund and no claim whatsoever
will be entertained for delay issuance of work order as well as payment, if any. Intending tenderers should
consider these criteria while quoting their rates.

h. The bidders shall quote their rate percentage above/less or at per as mentioned in the BOQ considering
that no escalation and/ or price adjustment will be allowed by the Department there under any
circumstances.

i. There shall be no provision of Arbitration in connection with the work, The Clause No. 25 of 2911(ii) is to
be considered as deleted vide gazette notification no 558/SPW-13th December, 2011.

j. The Bidder, at his own responsibility and risk is encouraged to visit and examine the Site of works and its
surroundings and obtain all information that may be necessary for preparing the Bid and entering into
contract for the work as mentioned in the e-Notice inviting Tender before submitting the offer with full
satisfaction. The cost of visiting the site shall be at the Bidder’s own expense.
k. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation abolition) Act.
1970 (b) Apprentice Act. 1961 (c) Minimum wage Act. 1948 and any notification thereof or any other laws
relating thereto and rules made and order issued to this effect from time to time.

l. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned
before bidding.

m. Completion Certificate indicating estimated amount, Value of work done, Date of completion of the work
and detail communicational address along with contact number of the Client should be submitted by the
Tenderer. Completion Certificate from the concerned officer not below the rank of Executive
Engineer/E.I.C. will be treated as valid credential. [Non-statutory Documents]. Financial turnover and cost
of completed works of previous years shall be given weightage of 5% per year based on rupee value to
bring them to 2017 - 18 price level.

n. Documents such as latest GST Registration certificate /, Valid Trade License, valid PAN and Professional
Tax Clearance Certificate should be furnished by the tenderer including GST registration certificate and /
or subject to the satisfaction of the tendering authority.

o. Registered Unemployed Engineers Co-operative Societies/ Unemployed Labour Co-Op. Societies are
required to furnish valid Bye Law. Current Audit Report, Valid clearance Certificate from A.R.C.S. for the
current financial year along with other relevant supporting papers.(Non Statutory Documents).

p. A prospective bidder shall be allowed to participate in the particular job either in the capacity of individual
or as a partner of a firm. If found to have applied severally in a single job, all his applications will be
rejected for that job.

q. The partnership firm shall furnish the registered partnership deed and the company shall furnish the
Article of Association and Memorandum (Non Statutory Documents).

r. Documents required to be Uploaded by the Intending Tenderers

All intending tenderers are required to upload scanned copy of the followings as
qualifying/eligibility criteria :-
(i) PAN card and I.T. return, up-to-date as per law.

(ii) GST Registration certificate as per GST Rules 7 and copy of up-to-date GST returns as per
rules.

(iii) Profession Tax payment certificate as per Rule 13A of WB State Tax on Professions, Trades etc.
Rules 1979 & Challans through which the Professional Tax and Service tax (if any) have been
deposited at least up to 31.12.2020

(iv) Online Payment Acknowledgement Receipt Copy uploaded in Technical Qualification Folder.

(v) Valid Trade license certificate of competent issuing authority and Renewal of company
registration, if any. [No money receipt will be considered in case of renewal of Trade license].
(vi) Valid partnership deed with recent (not more than three months ago) Affidavit declaring that the
‘Deed’ is in operation. Any change in partnership deed will have to be informed to the Tender
Inviting Authority through Affidavit

(vii) Articles of Association and Memorandum (for Company) where an individual person holds a
digital signature certificate in his own name duly issued to him against the company or the firm of
which he happens to be a director or partner, such individual person shall, while uploading any
tender for and on behalf of such company or firm, invariably upload a copy of registered Power
of Attorney (with upto date validity in general/validity in respect of the specific tender) showing
clear authorization in his favour by the rest of the directors of such company or the partners of
such firm, to upload such tender. The Power of Attorney shall have to be registered in
accordance with the provision of the Registration Act, 1908.

(viii) A) Audit Report in respect of last 3 years Financial years certified by the competent
authority of Co-Operative Society Dept required,
B) Valid Registration certificate of Society & Bye-laws thereof are required from Registered
Unemployed Engineers Co-Operative Societies formed by Unemployed Engineers and
Diploma holders/ Unemployed labour Co-Operative Societies intend(s) to participate in the
tender.
C) Resolution copy of Annual General Meeting for the current year (including decision taken
regarding delegation of power to a particular member by the rest of the members of the society to
use the Digital Signature Certificate). Any discrepancy towards validity of the society (if reported
by the ARCS) is observed, the tender will be then and there be rejected without showing any
reason and penal action as deemed fit may be recommended against the society.

a. Audit report (Form 3CB and 3CD) comprising of Profit and loss statement and Balance
Sheet certified by the competent Chartered Accountant for the last three financial
years.

b. Duly filled up Forms/ Annexures i.e.Annexure-II (Application on letter head), Annexure-


III (credential Profile), Annexure-IV (Affidavit).

THE ABOVE STATED NON STATUTORY / TECHNICAL DOCUMENTS SHALL BE UPLOADED IN THE
FOLLOWING MANNER

Scanned copies of above stated non-statutory / technical documents shall be uploaded on the website
https://wbtenders.gov.in in the Non Statutory Cover after converting the same to PDF in the following
manner.
Sl Category Name Sub Category UP-TO-DATE documents to be uploaded (as per rules)
No. Description

1) Valid 15 digit GSTIN as per GST Act with return.


A.
Certificate(s) Certificate(s) 2) PAN CARD

3) Latest valid IT Return

4) P. Tax Deposit Receipt Challan/ clearance certificate.

5) Valid Electrical Contractor License along with agreement deed


with Supervisor.

6) Valid Trade License.

7) Payment / completion certificate and all other documents as per


different clauses of the tender document as stated.

8) Current Audit report as per rules.

B. Company Company 1) Trade License for Proprietorship Firm, Registered Partnership


Detail(s) Details Deed, Trade License etc. for Partnership Firm, Article of Association
and memorandum.
2) Registration certificate under Company Act, if any.
3) Incorporation Certificate, Trade License for Limited Company.
4) Power of Attorney of the signatory of the Bid to commit the
Bidder for partnership Firm / Private Limited Company.
For Registered Engineer’s / Labour Co. Operative Societies :-
i) Valid Society Registration Certificate with bye laws, Trade License
for Engineers Copt. Society issued by the Co. Operative
Department.
ii) Clearance Certificate for the current year issued by the ARCS,
ii) Audit report and balance sheet of last year.
iii) Proof of deposition of Education Fund during the last year.
iv) Resolution copy of Annual General Meeting for the current year
(including decision taken regarding delegation of power to a
particular member by the rest of the members of the Society to
use the DSC. If there is any discrepancy, the tender will be
rejected.
D. Financial Report P/L & Profit & Loss Statements and Balance Sheet for the last 2 (two)
Balance completed financial years.
Sheet

Note: Failure of proper uploading of any of the above mention documents will render
the tender liable to summarily rejected for both statutory & non statutory cover.

Issuance of work order as well as Payment will depend on availability of fund and no claim whatsoever
will be entertained for delay in issuance of work order as well as payment. If any, intending tenderers may
consider these criteria while quoting their rates.

The bidders shall quote their % rate for the entire work as mentioned in the BOQ accordingly considering
that no escalation and/ or price adjustment will be allowed by the Department there under any circumstances.

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 the Department. The tender inviting authority reserves the
right to reject any or all the application for purchasing Bid documents and / or to accept or reject any or all the
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.

If any discrepancy arises between two similar clauses on different notifications, the clause as
stated in later notification will supersede former one in following sequence:
i) Form No. 2911
ii) NIT.
iii) Special terms & Condition.
iv) Technical bid.
v) Financial bid.
vi) Drawings, if any.

Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if
they have:
made misleading or false representations in the forms, statements and attachments submitted in proof
of the qualification requirements; and/or
record of poor performance such as abandoning the works, not properly completing the contract,
inordinate delays in completion, litigation history, or financial failures etc.; and/or
participated in the previous bidding for the same work and had quoted unreasonably high bid prices
and could not furnish rational justification to the employer.
3. List of common documents:
A) List of common documents that have to be submitted by each tenderer at the time of
submission of Tender (One Set):

(i) Last return of Income Tax (SARAL).

(ii) Valid PAN issued by the IT Dept., Govt. Of India.

(iii) Up to date Profession Tax clearance certificate.(At Least Valid up to Tender Opening Date)

(iv) Valid 15 digit Goods and Services Tax payer Identification Number (GSTIN) under GST Act,2017.

(v) Up to date Trade License.

(vi) All other documents as per different clauses of the tender documents.

(vii) At least one Payment / completion certificate of similar work in any Govt. / Semi-Govt. Deptt.

B) List of common documents that have to be submitted by a Partnership Firm in addition


to Sl. no. 3.A). :

i) The power of attorney for the firm for signing the tender by a partner.

ii) Partnership deed.

C) List of documents shall have to submit by a Registered Engineers/Labour Co. Operative


society Ltd. In addition to Sl. no. 3.A).

i) Valid N.O.C. from concern ARCS /Valid Registration certificate issued by the Co-operative
De p a r t me n t .
ii) Audit report and balance sheet of last year.
iii) Proof of deposition of Education fund during last year.
iv) Resolution copy of Annual General Meeting for the current year (including taken
decision regarding delegation of power to a particular member by the rest of the
members of the society to use the Digital Signature Certificate). Any discrepancy
towards validity of the society (if reported by the ARCS) is observed the tender will be
then and there rejected without showing any reason and penal action as deemed fit
may be recommended to be taken against the society.

In case of failure to submit any one of the above documents, Manufacturers Authorisation Certificates etc., the
tender will not be entertained and will not be considered as responsive.

4. SUBMISSION OF TENDER:

a. Technical Bid and Financial Bid both will be submitted online concurrently duly digitally signed in the
Website https:// e-tender.wb.nic.in as per time schedule stated herein under. The documents submitted by the
bidders should be properly indexed & self -attested with seal.
b. The financial offer of the prospective tenderer will be considered only if the tender qualifies in the
Technical Bid.

The decision of the Executive Engineer (A-I), Raiganj (Agri-Irrigation) Division will be final and
binding on all concerned and no challenge against such decision will be entertained. The list of qualified
tenderers will be displayed in the website on the schedule date and time.
5. TIME SCHEDULE FOR SALE, SUBMISSION AND OPENING OF TENDER DOCUMENTS:

Date & Time Schedule

Period and time for download of Bidding From 25-01-2021 Time 09.00 Hours
1.
Documents: To 06-02-2021 Time 15.00 Hours

From 25-01-2021 Time 09.00 Hours


2. Date & Time of submission Bids :
To 06-02-2021 Time 15.00 Hours
Date 29-01-2021 Time 11.00 Hours
3. Pre Bid Meeting Date, Time & Place : Raiganj (Agri- Irrigation) Division, Karnajora Raiganj, Uttar
Dinajpur,
4. Date & Time for opening : As follows;
a) Technical Bids Date: 08-02-2021 Time 15.00 Hours
b) Date of Publication of Technically Qualified Bidder
After completion of technical bid evaluation
c) Date & Time of opening Financial Bids:
Raiganj (Agri- Irrigation) Division, Karnajora, Raiganj, Uttar
5. Place of opening bids :
Dinajpur,
6. Bid Validity : 180 days
Executive Engineer (A-I)
7. Officer inviting Bids Raiganj (Agri- Irrigation) Division
Karnajora Raiganj, Uttar Dinajpur,
6. NO CONDITIONAL / INCOMPLETE TENDER will be accepted under any circumstances.

7. Requirement of Principal Machineries and work force which must be possessed by own arrangement (Non
Statutory Documents).

8. The Tender Inviting Authority i.e. Executive Engineer (A-I), Raiganj (Agri-Irrigation) Division Raiganj
reserves the right to cancel the N.I.T. due to unavoidable circumstances and no claim in this respect will be
entertained.

9. During scrutiny, if it comes to the notice to the Tender Inviting Authority that the Credential or any other
papers of any Bidder is incorrect / manufactured / fabricated that tenderer will not be allowed to participate in
the tender and that application will be out rightly rejected without any prejudice with forfeiture of Earnest Money
forthwith. After verification, if it is found that such documents submitted by the any of the tenderer is either
manufactured or false; in that case, the e-tender registration authority will be communicated for cancellation of
registration of such agencies.

10. In case if there is any objection regarding qualifying of the Agency in the Technical Bid that should be
lodged to the Superintending Engineer (A-I), Raiganj (Agri-Irrigation) Circle within 2 days from the date of
publication of list of qualified Agency and beyond that time schedule no objection will be entertained.

11. TENDER VALIDITY PERIOD: The Tender shall be valid 180 Days from the date of opening of the tender.

12. CONTRACT AWARD: Award of contract shall normally be made within 30 days from the date of opening of
the tender. Before issuance of the Work Order, the Tender Inviting Authority may verify the Credential and other
Documents of the lowest tenderer with the original if found necessary. After verification, if it is found that such
Documents submitted by the lowest tenderer are either manufactured or false, in that case, Work Order will not
be issued in favour of the tenderer under any circumstances and will follow the forfeiture of Earnest Money and
the e-tender registration authority will be communicated for cancellation of registration of such agencies.
13. Payment Terms: a) The contractor may raise running Account Bills after completion of works pertaining to
each part as stated in the contract Data. The payment of each running Account bill shall be made after
deduction of the retention money as stated above and as per existing Government Rules.
Security deposit shall normally be returned to the contractor, after expiry of the defects liability period of
6 (six) months from the date of successful completion of work or supply provided defect liability period is
not mentioned against any particular item. Any defect arising during this period regarding construction will
have to be rectified by the contractor at his own cost

14. LANGUAGE OF TENDER:


The Tender shall be submitted in the prescribe form in English. All literatures and
correspondence in connection with the tenders shall be in English.

15. QUOTING OF PRICE:


Price shall be quoted inclusive of every demand in Indian Rupees.

16. OTHERS:
The tendering operation will follow e-tendering process and all rules and regulations pertaining to the
tender will be binding to the tenderers. The intending tenders are required to quote and submit the rates on
line only. No offline tender will be entertained.
The tender notice along with the Special terms and conditions to be issued with tender documents
along with the addendum and corrigendum thereto shall be part and parcel of the tender.
The tenderers, which do not meet the appropriate standard of capability and financial resources, may
not be considered.
The tender inviting authority reserve the right to reject any or all the tenders without assigning any
reason whatsoever and to split up the work if necessary and to accept the tender whole or part subject to
satisfaction of the tender inviting authority.
Tenders will be opened by Executive Engineer (A-I), Jalpaiguri (Agri-Irrigation) Division, Jalpaiguri or
his authorized representative in presence of tenderer or their authorized representatives who may like to be
present.
Sd/-
[SUBHASH BASAK]
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Raiganj

Memo. No. 16 / 1 ( 20 ) Dated, Karnajora, the 21.01.2021


Copy forwarded for information and taking necessary action to:-
1. The Engineer-in-Chief & Ex-Officio Secretary, WRI & DD, 5th Floor, Block-A, Khadya Bhavan, 11/A, Mirza Galib
Street, Kolkata-87
2. The Administrator (Chief Engineer), Teesta CADA, Shibmandir, Siliguri, Darjeeling.
3-4. The Chief engineer-I/II, W.R.D.D., 11A Mirza Galib Street, Block-B, 6th Floor, Kolkata-700087.
5. The Superintending Engineer (A-M), Kolkata (A-M) Resources Circle, Kolkata. He is requested to take necessary
action for publication of advertisement for e-tenders as per G.O. No 34-Pr.Secy/WI/2020/WI-13012/1/2020-
JS(WRIDD) dated 01/06/2020 of Joint Secretary, WRI&DD.
6. The Superintending Engineer (A-I), Raiganj (Agri-Irrigation) Circle, Karnojora, Uttar Dinajpur.
7. The Sabhadhipati, Uttar Dinajpur Zilla Parishad, Uttar Dinajpur
8. The District Magistrate, Uttar Dinajpur.

9-10. The Assistant Engineer (A-I), Raiganj / Islampur (Agri-Irrigation) Sub- Division Raiganj / Islampur.
11. The Principal Accountant General, Treasury Buildings, Kolkata-1.
12. The Commissioner Sale Tax, Kolkata.
13. The Commissioner Income Tax, Kolkata.
14. The Account Section of this office.
15. Notice Board of this Office.
Sd/-
[SUBHASH BASAK]
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Raiganj
INSTRUCTION TO THE BIDDERS:

Instruction/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 to be enrolled & registered with the
Government e-Procurement system, through logging on to https://etender.wb.nic.in. 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-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-1 of Guideline to Bidder. DSC is given as a USB e-Token.

3. Collection of Tender Documents:


The contractor can search & download NIT & Tender Documents electronically from computer once he logs on
to the website mentioned in Clause 1 using the Digital Signature Certificate. This is the only mode of collection
of Tender Documents.

Method of tendering:-
I. If the tender is made by an individual it shall be signed by the individual in his full name and current
address over rubber stamp.

II. If the tender is made by a proprietary firm, it shall be signed by the proprietor in his full name of his firm with
its current address over rubber stamp. If the tender is made by a firm in partnership, it shall be signed by all
the partners of the firm in their full names and current addresses or by a partner holding the power of
attorney for signing the tender in which case a certified copy of the power of attorney/partnership deed shall
accompany the tender, all over the corresponding rubber stamp.

III. If the tender is made by a limited company or limited corporation, it shall be signed by a duly authorized
person holding the power of attorney for signing the tender in which case a certified copy of power of
attorney shall accompany the Tender.

IV. All witness and sureties shall be person of status and probity and their full names, occupations addresses
shall be stated below their signatures.

V. Cancellation of any document such as power of attorney, partnership deed etc. should be communicated
forthwith by the tendered in writing failing which this department shall have no responsibility or liability for
any action on the strength of the said document.
VI. All signatures in the tender documents shall be dated.

VII. If a tendered/(s) expires after submission of his/her/their tender or after the acceptance of his/her/their
tender or before the execution of the works at site the authority shall deem such tender as cancel unless
the firm retains its character.
4. Submission of Tenders:-

5.1. General process of submission:

Tenders are to be submitted through online to the website stated in Cl.3 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).

5.2. Technical proposal: The Technical proposal should contain scanned copies of the following further in two
covers (folders):-
A1. Statutory Cover containing.

a. Prequalification Application (As per enclosed sample)).

b. Cost of BID SICURITY/EMD as prescribed in the NIT, against each serial of work in favour of Executive
Engineer (A-I) Raiganj (Agri-Irrigation) Division, Raiganj, payable at Raiganj.

c. Printed Tender form no.2911 (ii) & NIT with all addendum & corrigendum (download & upload the same
Digitally Signed)Quoting rate will only encrypt in the B.O.Q under Financial Bid. In case quoting any rate in
2911(ii), the tender liable to be summarily rejected.

d. Special Terms & Conditions.

A-2.Non Statutory/ Technical Documents Cover Containing.

a) Professional Tax (PT) deposit receipt challan for the current financial year, valid Pan Card, SARAL (ITR) for
the latest financial year and return, valid GST / registration Certificate and return.

b) Registration Certificate under company Act. (If any)

c) Registration Deed for Partnership Firm, Article of Association & Memorandum (If any)

d) Power of Attorney (For partnership Firm)/ Private Limited Company, if any)

e) Clearance Certificate for the Current year issued by the Assistant Register of Co-Op(s) (ARCS) by laws are
to be submitted by the Registered labour Co-Op(s) Engineer’s Co- Opt(s).

f) Credential / Completion certificate /Payment certificate issued by an officer not below the rank of Executive
Engineer or equivalent competent authority

g) All other documents as per clause 2.

Note: Failure of submission of any of the above mentioned documents (as stated in A-1 & A-2will
render the tender liable to be summarily rejected for both statutory & non statutory cover.

Site Inspection before submission of tender:


Before submitting any tender, the intending tenders should make themselves acquainted thoroughly
with the local conditions prevailing at site by actual inspection of the site and taking into consideration all
factors and difficulties likely to be involved in the execution of work in all respect including transportation of
materials, communication facilities, climate conditions nature of soil, availability of local labour and market rate
prevailing in the locality etc. and no claim, whatsoever will be entertained on this account afterwards. In this
connection intending tenderers may contact the office of the Executive Engineer (A-I), Raiganj (Agri-
Irrigation) Division, Raiganj from during office hours on any working day prior to date of submission of
tenders. However sites may be changed anywhere within the jurisdiction of the Raiganj (Agri-Irrigation)
Division.

5.3. 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 (percentage Excess/ less/ At par) 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.

6. Opening & evaluation of tender:


Opening of Technical proposal:-
Technical proposals will be opened by the Executive Engineer (A-I), Raiganj (Agri-Irrigation) Division, Raiganj.

a) Intending tenders may remain present if they so desire

b) Cover (folder) statutory documents would be open first & if found in order and correct, then Cover(Folder)
for non- statutory documents will be opened. If there is any deficiency in the statutory &non statutory
documents the tender will summarily be rejected.

c) Uploading of summary list of technically qualified tenders.

NB: While Evaluation , the TIA may summon of the tenders & seek clarification / information or
additional documents or original hard copy of any of the documents already submitted & if there are
not produced within the stipulated time frame, their proposals will be liable for rejection.

Opening and evaluation of Financial proposal:-

I. Financial proposals of tenders declared technically eligible by the Tender Evaluation Committee will be
opened electronically from the web portal on the prescribed date and time.

II. The encrypted copies will be decrypted and the rates will be read out to the contractors remaining present
at that time.

7. Acceptance of Tender:
The bidder who’s Bid has been accepted will be notified by the tender Inviting & Authority through acceptance
letter/ letter of Acceptance. The letter of Acceptance will constitute the formation of the Contract. The
Agreement in W.B.F.No. 2911 (ii) will incorporate all necessary documents e.g. N.I.T. all corrigendum, special
terms & condition, specification of work, different filled up forms, B.O.Q , Drawings and the same will be
constituted between the Accepting Authority and the successful Bidder.

8. Special terms & conditions:


Special Terms & Conditions of the Tender are attached with this notice.

9. Penalty for suppression /distortion of facts:


***Submission of false documents by tender is strictly prohibited & if found action may be referred to the
appropriate authority for prosecution as per relevant IT Act with forfeiture of earnest money forthwith and the e-
tender registration authority will be communicated for cancellation of registration of such agencies.

10. REJECTION OF BID:


The Employer (tender accepting authority) reserves the right to accept or reject any Bid and cancel the Bidding
processes and reject all bids at any time prior to the award of Contract without thereby incurring any liability to
the affected Bidder of Bidders or any obligation to inform the affected Bidder or Bidders of the ground for
Employer’s (tender accepting authority) action.

11. Extension of time:-


Time shall be considered as the essence of the contract. The contractor shall request such extension within
one month of the cause of such delay and before expiry of the contract period. No claim what so ever for loss of
labour, additional establishment cost for hire and labour charges of tools and plants, etc. would be entertained
under any circumstances. The contractor should consider all the above factors while quoting his rate.

Sd / -
[SUBHASH BASAK]
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Raiganj
Annexure-I

CHECK LIST
To be checked and ticked and submitted or uploaded (Scan Copy) with the bid documents:-

□ 1) Papers related to Credentials.


□ 2) G.S,T. related Papers.
□ 3) Trade License.
□ 4) I.T. Return (SARAL) of last 3 Years.
□ 5) P.T.C.C. papers.
□ 6) PAN Card.
□ 7) Authentication from Manufacturer. (i), (ii) & (iii)
□ 8) Affidavit.
□ 9) PRE QUALIFICATION APPLICATION
□ 10) TECHNICAL PARTICULARS
□ 11) Online Payment Acknowledgement Receipt Copy uploaded in
Technical Qualification Folder.
□ 12) Valid partnership deed / Power of Attorney.
□ 13) Papers related to Audit Report.
□ 14) For Registered Engineers/Labour Co. Operative society Ltd.
֍ Valid N.O.C. / Audit report and balance sheet / Education fund /
Resolution copy of Annual General Meeting

Signature of Agency or Authorized Person


Annexure-II
PRE QUALIFICATION APPLICATION
(To be made on letter head)
To
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Karnajora, Raiganj, Uttar Dinajpur.

Ref:-Submission of tender for [Name of work and Gr. No.]………………………


………………………………………………………………………………………..
under Raiganj (Agri-Irrigation) Division in reference to e-N.I.T No.: --------------------- of
Executive Engineer (A-I), Raiganj (Agri-Irrigation) Division of Water Resources
Development Directorate.
Dear Sir,
Having read and examined the entire NIT documents, I /we do hereby submit all the necessary
information and relevant documents for evaluation being agreed with that.
The application is made by me / us on behalf of (Name of Agency)
………………………………………………………………………………………………….
Necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of
firms for Application and for completion of the contract documents is attached herewith. We are
interested in bidding for the work(s) given in Enclosure to this letter. We understand that:
(a) Tender Inviting & Accepting Authority/Engineer-in-Charge can amend the scope & value of the
contract bid under this project.
(b) Tender Inviting & Accepting Authority/Engineer-in-Charge reserve the right to reject any
application without assigning any reason.
Enclo:- e-Filling of all requisite documents as per NIT

Please see the details of communication :-


i) Complete postal address with pin code :-…………………………………………
………………………………………………
…………………………………………
ii) Land line No. :-………………………………………

iii) Mobile Nos. :-…………………………………………

v) E-mail Address :-…………………………………………

Date: Signature of applicant


Annexure-III

CREDENTIAL PROFILE

(LIST OF PROJECTS COMPLETED AS PER NIT)

PAYMENT RECEIVED Remarks

Work
Work Actual date
Name of Name of Issuing Order
Sl. No. order No. of
work work authority Value
& Date completion 2016-17 2017-18 2018-19 2019-20 2020-21
(Rs.)

Note: a) Certificate from the Employer is to be attached


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

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


Annexure-IV
AFFIDAVIT
(To be furnished self-signed in Non-judicial Stamp paper of value Rs 20/- or more,
Date of purchase should not be earlier than tender PUBLICATION date)
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 incorrect or fabricated or concealed, the application
may be rejected and no objection /claim will be raised by the under-signed. I will abide by the penal
measures adopted by the Department in the case of any false documents / information uploaded by me
during bid submission.
2. The under-signed also hereby certifies that neither our firm ………………. …….. ……………(Name of
Agency)nor any of constituent partner/ (s) had been debarred to participate in tender anytime by any
authority during the last 3 (three) years prior to the date of this NIT. If debarred, details are specified below in
details.

3. The under-signed would authorize had no objection 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. I had personally visited all the sites and my rate
quotation is entirely on the basis of it.
5. Certified that I have applied in the tender in the capacity of individual or as and authorized power of attorney
holder on behalf of a partnership firm/company and I have not applied severally for the same job.

Signed by an authorized individual person of the firm/company

Title of the Officer

Name of the firm /company with seal

Date:

34 | P a g e
TECHNICAL SPECIFICATION

SUPPLY INSTALLATION OF SOLAR IRRIGATION PUMPING SYSTEM USING DUAL-AXIS


DUAL MANUAL
TRACKING WITH SEASONAL TILTING SYSTEM INCLUDING SUPPLY OF ALL MATERIALS FOR
COMMISIONING 2/3/5 HP SCHEME and COMPREHENSIVE MAINTENANCE FOR 5 YEARS.

Broad objectivee of the project is supply water for irrigation through electrically operated Surface mounted / Submersible
electromotor pump sets , which will be driven by solar power.

The data logger will store specified parameters and transfer them on-line
on too a central server and display through a web
application. Remote monitoring through internet without any necessity to visit the site would be an added requirement.

For effective use of the solar panel, it is essential to tilt the system at an interval
interval to maximize solar power availability.

35 | P a g e
1.0 General

1.1 SPV Water Pumping System set uses the irradiance available through SPV array. The SPV array produces DC
power, which can be utilized to drive a DC or an AC pump set using pump controller.

1.2 A SPV Water Pumping system typically consists of:

1.2.1 Pump Set

Pump set may be of any one of the following types:

i) Mono-set pump;

ii) Open well submersible pump;

iii) Submersible pump;

1.2.2 Motor

The motor of the pump set consists of:

i) AC Induction Motor.

1.2.3 SPV Controller

Pump Controller converts the DC voltage of the SPV array into a suitable DC or AC, single or multi-phase
power and also include equipment for MPPT,protection devices and remote monitoring(optional).

1.2.4 Provision for remote monitoring for the pumps must be made in the pump controller through an integral
arrangement having following basic functions:

• Controller must be assigned with a unique serial number and its live status must be observed remotely on
online portal through login credentials.
• Live status must indicate whether controller is ON/ OFF
• The parameter i.e. the water output, water flow rate, in fault condition, array input voltage/ current, power and
motor frequency should at logged at an interval of 10minutes
• Controller must have a back up to store the data locally ( at least for 1 year)

2.1 Solar Photo Voltaic (SPV) Array:

The Solar Modules should be ISI marked as per IS 14286 and the specification of the components should fulfill the
followings.

Cells : Polycrystalline or Mono crystalline or Mono PERC

Glazing :Low-iron, high-transparency tempered glass (3.2/4.0mm thick) with an antireflection surface
treatment

Back sheet :Polyvinyl fluoride film (e.g. Tedlar)

Encapsulation :The PV modules shall have suitable encapsulation and sealing arrangements to protect the silicon
cells from environment. The encapsulation arrangement shall ensure complete moisture proofing for the
entire life of PV modules.

Frame :The PV module frame shall be made corrosion resistant anodized aluminium which shall be
electrolytically compatible with the structural material used for mounting the PV modules.

36 | P a g e
2.2 Standards & Certifications: All SPV modules should have following certifications(read with latest
amendments)

Sr.no. Applicable Standards Description

a) IEC 61215/IS 14286 Design qualification and type of approval for crystalline silicon Terrestrials
photovoltaic Modules

b) IEC 61853-1/ Photovoltaic (PV) module performance testing and energy rating-Irradiance and
temperature performance measurements and power rating
IS16170-1

c) IS/ IEC 61730-1,2 Photovoltaic (PV) Module safety Qualifications

d) IEC 61701: Salt Mist Corrosion Testing of Photovoltaic (PV) Modules

2.2.1 SPV arrays contains specified number of same capacity, type and specification modules connected in series or parallel
to obtain the required voltage or current output. The SPV water pumping system should be operated with a PV array minimum
capacity in the range of 900 Watts peak to 9000 Watts peak, measured under Standard Test Conditions (STC). Sufficient number
of modules in series and parallel could be used to obtain the required voltage or current output. The power output of individual PV
modules used in the PV array, under STC, should be a minimum of 300 Watts peak, with adequate provision for measurement
tolerances. Use of PV modules with higher power output is preferred.

2.2.2 Modules supplied with the SPV water pumping systems shall have certificate as per IS14286/IEC 61215 specifications
or equivalent National or International/ Standards. STC performance data supplied with the modules shall not be more than one
year old.

2.2.3 Modules must qualify to IS/IEC 61730 Part I and II for safety qualification testing.

2.2.4 The minimum module efficiency should be minimum 15 percent and fill factor shall be more than 70 percent.

2.2.5 Modules must qualify to IEC TS 62804-1:2015 for the detection of potential-induced degradation - Part 1: Crystalline
silicon (Mandatory in case the SPV array voltage is more than 600 V DC)

2.2.6 In case the SPV water pumping systems are intended for use in coastal areas the solar modules must qualify to
IEC TS 61701:2011 for salt mist corrosion test.

2.2.7 The name plate shall conform the IS 14286/IEC 61215

2.2.8 Module to Module wattage mismatch in the SPV array mismatch shall be within ± 3percent.

2.2.9 Variation in overall SPV array wattage from the specified wattages shall be within zero percent to +10 percent.

2.2.10 The PV Modules must be warranted for output wattage, which should not be less than90% of the rated wattage at
the end of 10 years and 80% of the rated wattage at the end of 25 years.

2.2.11 The terminal box on the module should be IP 65 protected have a provision for “Opening” for replacing the cable, if
required.

2.2.12 RFID Tag

Each PV module must use a RF identification tag (RFID), mandatorily placed inside the module laminate, which must
contain the following information:

a. Name of the manufacturer of PV Module

37 | P a g e
b. Model No

c. Serial No.

d. Month and year of the manufacture (separately for solar cells and module)

e. Country of origin (separately for solar cells and module)

f. I-V curve for the module

g. Peak Wattage of the module Pm, Im, Vm and FF for the module

h. Date and year of obtaining IEC PV module qualification certificate

i. Name of the test lab issuing IEC certificate

j. Other relevant information on traceability of solar cells and module as per ISO 9000 series.

k. A distinctive serial number shall be engraved on the frame of the module or screen printed on the
tedlar sheet of the module. Content of the RFID tag in printed form must be supplied as a part of
documentation.

2.2.13 Modules only with the same rating and manufacturer shall be connected to any single inverter.

3.1 PV System Capacity

The AC and DC Capacity of the PV system shall be based on the pump connection capacity as follows:

Sl.no. Sanctioned load Min. AC Inverter capacity Min. DC (PV Module Capacity)
HP KW KWp@STC
1. 2HP 2.5 2.300
2. 3HP 4.5 3.240
3. 5HP 7.5 5.525

4.1 Motor-Pump Set

4.1.1 The SPV water pumping systems may use any of the following types of motor pump sets:

a) Surface mounted motor-pump set

b) Submersible motor-pump set

c) Floating motor-pump set

d) Any other type of motor pump set after approval from TIA/EIC.

4.1.2 The “Motor-Pump Set” should have a capacity in the range of 1 HP to 10 HP and should have the following features:

a) The mono block AC centrifugal motor pump set with the impeller mounted directly on the motor shaft and with
appropriate mechanical seals which ensures zero leakage.

b) The motor of the capacity ranging from 1 HP to 10 HP should be AC. The suction and delivery head will depend on
the site specific condition of the field.

c) Submersible pumps could also be used according to the dynamic head of the site at which the pump is to be used.

4.1.3 The motor pumpset should have a 5 years warranty and therefore, it is essential that the construction of the motor and
pump should be made using parts which havea much higher durability and do not need replacement or corrode for at least 5
years of operation after installation.
38 | P a g e
4.1.4 The suction/ delivery end shall consists of flexible PVC pipe of appropriate size, electric cables, floating assembly, civil
work and other fittings required to install the Motor Pump set. Flexible PVC pipe shall be as per IS 15265 (read with latest
amendment). However, the column pipe, flat cable, sluice valve for submersible pump shall be supplied departmentally.

4.2 Submersible Motor and Pump Set: (5 HP for LDTW schemes with 150mm housing Bore )

Wet type water filled totally enclosed water lubricated submersible pump set with following specifications:

Motor & Pump should be ISI marked as per relevant IS. (motor as per IS: 9283/1995 with latest amendments
thereof and PUMP as per IS: 8034/2002 with latest amendments thereof or as applicable).

Motor: Submersible type 3 phase AC Squirrel Cage Induction Motor of 5 HP capacity.

Pump

Capacity: 27- 21 Cum./ hour discharge at 30 - 40 m total dynamic head.

a. The pump enclosure should be provided with specially developed mechanical seals so as to ensure zero leakage.

b. All parts of pump and motor should be made as specified in BIS.

4.3 Monoblock Pump sets:

i) 5HP for PDW , Mini RLI and 8Ha Sprinkler Irrigation.

The equipment shall be Electromotor monoset, horizontal, single stage centrifugal pump, conforming to IS:9079/2002(For
Mono block) with latest amendments thereof and must have standard BIS certification mark. The Motor shall have a speed of
3000 r.p.m(synchronous speed). It should be screen protected drip proof, TEFC, Squirrel cage induction Motor with class ‘B’
insulation , suitable for Direct On Line starting in 3 phase 415V AC power supply system.The required parameters for Electric
monoset pump is as below:

1. Horse Power rating : 5 HP


2. Discharge : 13.8lps at 18m for Mini RLI & PDW
5.80 lps at 35m for Sprinkler of 5 HP

3. Delivery size : Compatible to be fitted with 65/80mm pipe for PDW, Sprinkler
and 100mm for Mini RLI scheme.

4.4 Mono block Pump sets:

i) 3 HP for STW & PDW

ii) 2 HP for 1.75 and 3HP for 2.6 Ha Sprinkler Irrigation

The equipment shall be Electromotor monoset, horizontal, single stage centrifugal pump, conforming to IS:9079/2002(For
Mono block) with latest amendments thereof and must have standard BIS certification mark. The Motor shall have a speed of
3000 r.p.m(synchronous speed). It should be screen protected drip proof, TEFC, Squirrel cage induction Motor with class ‘B’
insulation.”

The required parameters for Electric monoset pump is as below:

1. Horse Power rating :3 H.P and 2 HP


2. Discharge :7.14lps at 16m for STW & PDW with 3 HP Pumpset.
2.78 Lps at 26m total head for sprinkler irrigation with 2 HP pumpset.
and
3.80 lps at 28m total head for sprinkler irrigation with 3 HP pumpset.

39 | P a g e
3. Delivery size :Compatible to be fitted with 65/80mm pipe.

4.5 PERFORMANCE REQUIREMENTS

4.5.1 Under the “Average Daily Solar Radiation” condition of 7.15 KWh / sq.m. on the surface of PV array (i.e.
coplanar with the PV Modules) on a clear sunny day with three times tracking of SPV panel, the minimum
water output from a Solar PV Water Pumping System at different “Total Dynamic Heads” should be as specified
below :

Daily minimum discharge requirement for different type of installations:

Type of LDTW STW PDW Mini RLI

structures

5 HP 3 HP 5 HP 5 HP x 2nos
(Monoblock) (Monoblock)
Motor (Submersible) (Monoblock)
capacity

Total dynamic 22.5m 25m 30m 35m 40m 16m 15m 18m
head

Minimum water 205000 185000 160000 135000 120000 1,50,000 3,00,000 4,50,000 LPD
output / Day* LPD LPD LPD LPD LPD LPD LPD

40 | P a g e
Daily minimum discharge requirement for Sprinkler Irrigation:

Type of Solar Powered Solar Powered Solar Powered


Sprinkler Irrigation Sprinkler Irrigation Sprinkler Irrigation
structure
For- 4 Ha For- 1.75 Ha For- 2.6 Ha

Motor capacity 5HP 2 HP 3 HP

(Monoblock) (Monoblock) (Monoblock)

Total dynamic head 35m 26m 28m

Minimum water output / Day* 120000-125000 LPD 55000 LPD 75000 LPD

Operating pressure of sprinkler 1.4 /2.0 kg/cm² 1.4-2.0 kg/cm² 1.4-2.0 kg/cm²

Spray diameter 26-28m 26-28m 26-28m

No. of operating sprinkler at any point of 12nos 05 nos 08 nos


time

4.5.2 The SPV Water Pumping Systems shall be guaranteed for their performance of the nominal volume rate of flow and the
nominal head at the guaranteed duty point as specified in 7.1 under the “Average Daily Solar Radiation” condition of 7.15
KWh/m² on the surface of SPV array (i.e. coplanar with the Photo Voltaic (PV) Modules). The actual duration of pumping of
water on a particular day and the quantity of water pumped could

vary depending on the solar intensity, location, season, etc.

4.5.3 Solar Photo Voltaic Water Pumping Systems shall be guaranteed by the manufacturer against the defects in
material and workmanship under normal use and service for a period of at least 60 months from the date of
commissioning.

4.5.4 Sufficient spares for trouble free operation during the Warrantee period should be made available as and when
required.

4.5.5 The motor pump-set used in SPV Water Pumping Systems shall be securely marked with the following parameters
declared by the manufacturer:

a) Manufacturer's name, logo or trade-mark;

b) Model, size and SI No of pump-set;

c) Motor Rating (kW / HP);

d) Total head, m, at the guaranteed duty point;

e) Capacity (LPD) at guaranteed head;

f) Operating head range, m;

g) Maximum Current (A);

j) Voltage Range (V) and;

41 | P a g e
k) Type - AC or DC Pump set; &

l) Photo Voltaic (PV) Array Rating in Watts peak (Wp)

5.1 Module Mounting Structures and Tracking System

Applicable Standards & Certifications(read with latest amendments):

Sr.no. Applicable Standards Description


a) IS - 2062 Hot Rolled Medium and High Tensile Structural Steel .
b) IS - 1161 Steel Tubes for Structural Purposes
.
c) IS - 4923 HOLLOWSTEELSECTIONSFOR STRUCTURALUSE-S
d) IS - 811 COLD FORMED LIGHT GAUGE STRUCTURAL STEEL SECTIONS
e) IS - 5624 FOUNDATION BOLTS
f) IS - 1079 HOT ROLLED CARBON STEEL SHEET AND STRIP
g) IS - 4759 Hot-dip zinc coatings on structural steel and other allied products
h) IS - 7215 Tolerances for fabrication of steel structures.
i) IS- 822 CODE OF PROCEDURE FOR INSPECTION OF WELDS
j) ER 70S-6 General purpose welding wire for fabrication of mild steel

5.1.1 The PV modules should be mounted on metallic structures of adequate strength and appropriate design, which can
withstand load of modules and high wind velocities up to 150 km per hour. The raw material used and process for manufacturing
of module mounting structure including welding of joints should conform to applicable IS. The module mounting structure should
be hot dip galvanized according to IS 4759. Zinc content in working area of the hot dip galvanizing bath should not be less than
99.5% by mass.

5.1.2 To enhance the performance of SPV water pumping systems arrangement for seasonal tilt angle adjustment and three
times manual tracking in a day should be provided. In order to make structure rigid, the gap between Telescopic pattern supports
should be minimal, further, for bearing of center load of whole structure only pins should be used instead of threaded bolts.

5.1.3 The general hardware for structure fitment should be either SS 304 or 8.8 grade. Modules should be locked with
antitheft bolts of SS 304 Grade. Foundation should be as per the site condition, based on the properties of Soil. Foundation can
be done either with the help of ‘J Bolt’ (refer IS 5624 for foundation hardware) or direct pilling, it should be decided as per the site
and relevant IS i.e. IS 6403 / 456 / 4091 / 875 should be referred for foundation design.

5.1.4 Details of Module Mounting Structure and specification for different capacity of SPV pumps are attached at Annexure-
. The MS sections should be at least as per Bill of Materials attached. These are indicative of minimum standards and an
Implementing Agency may specify higher standards.

The no. of structures should be as follows:

1) For 2 HP – 1 no Standard MMS of 6 Modules or 8 Modules.

2) For 3 HP - Combination of standard MMS of 4 Modules and 6 Modules.

3)For 5 HP - Combination of two standard MMS of 8 Modules .

OR

Combination of three standard MMS of 6Modules .

The weight of each structure should not be less than

1) 195 Kgs- For 4 module structure.


2) 210Kgs – For 6 module structure.
3) 245Kgs- For 8 module structure.

42 | P a g e
5.2 Foundation for MMS

R.C.C foundation for holding MMS should be as per drawing and procedure for RCC foundation is to followed as
detailed in later part of the technical specification.

6.1 SPV Controller

Standards & Certifications: All SPV controllers should comply with the following IEC/ BIS standard (read with
latest amendments.

Sr.no. Applicable Standards Description


a) IS 16221-1,2 / IEC 62109-1,2 Safety of power converters for use in photovoltaic power systems
b) IEC 62891 Overall efficiency of grid connected photovoltaic inverters
c) IEC 61683 Photovoltaic Systems –Power conditioners:
Procedure for Measuring Efficiency (10%, 25%, 50%, 75% & 90-100%
Loading Conditions)
d) IEC 600682(1,2,14,27,30,64) Environmental testing of PV system –Power Conditioners and inverters
e) IEC 60529 Degree of protection provided by the enclosure
f) IS/IEC 60947(1,2,3), General Requirements for connectors, switches, circuit breakers(AC/DC)
g) IEC 60255-27:2013 Measuring relays and protection equipment - Part 27:
Product safety requirements
h) IEC 60269-6 Supplementary requirements for fuse-links for the protection of solar
photovoltaic energy systems
i) IEC 61643-11/IS 15086-5 Low voltage surge and protection devices, requirements and test methods
j) IEC 62093 Balance-of-system components for photovoltaic systems - Design
qualification natural environments

6.1.1 Maximum Power Point Tracker (MPPT) shall be included to optimally use the power available from the SPV
array and maximize the water discharge. The MPPT unit shall confirm to IEC 62093 Static MPPT efficiency should be
equal or more than 98% during operation of 10 to 100% of rated STC PV power, and average MPPT tracking efficiency in
the dynamic condition should be greater than 97 % with hot and cold profiles when feeding the water pumping loads, so as to
maintain MPPT irrespective of variation in solar energy or irradiance.

6.1.2 The SPV Controller must have IP (65) protection or shall be housed in a cabinet having at least IP (65) protection.

6.1.3 Adequate protections shall be provided in the SPV Controller to protect the solar powered pump set against the
following:

a) Dry running;

b) Open circuit;

c) Accidental output short circuit;

d) Under voltage;

e) Reverse polarity;

f) SPD to arrest high current surge; and

g) Lightening.

6.1.4 A good reliable DC Circuit Breaker as per IS/IEC 60947-2 and 10KA short circuit rated ,suitable for switching DC power
ON and OFF shall be provided in the SPV Controller.
6.1.5 DC input terminals must be in enough numbers so as each terminal is connected to dedicated single input from the PV
string. Two DC inputs cannot be connected to a single input DC terminal of the inverter. If adequate number of inputs are
not available in the selected inverter, then a DC junction box shall be incorporated into the design.

43 | P a g e
6.1.6 Solar Power controller should have built –in EMC filters .
6.1.7 The Power Conditioning Unit should be mounted in IP 54 protected lock and Key enclosure .
6.1.8 Display: The controller shall have local LCD (Liquid crystal display) and keypad for monitoring instantaneous
parameters, event logs and data logs. Display should be simple and self-explanatory, and should indicate:
(a) Instantaneous DC power input
(b) DC input voltage
(c) DC Current
(d) Instantaneous active AC power output
(e) AC voltage (all the 3 phases and line)
(f) AC current (all the 3 phases and line)
(g) Motor frequency
(h) Cumulative energy generation during entire day, for a month, year and 5 years.
6.1.9 The inverter shall have an RS-485 interface and support communication of its operational parameters and logs over
Modbus protocol. The register mapping/memory mapping of the inverter data shall be made available by the Contractor
from the inverter supplier and the Contractor/ inverter supplier shall provide full
support for integration of inverter’s communication data with third- party software and hardware for data logger.
6.1.10 Provision for remote monitoring for the pumps must be provided in the SPV controller through an integral
arrangement having following basic functions:
• Controller must be assigned with a unique serial number and its live status must be observed remotely on online
portal through login credentials.
• Live status must indicate whether controller is ON/ OFF.
• The parameter i.e. the water output, water flow rate, in fault condition, array input voltage, current, power and
output voltage, current &motor frequency should at logged at an interval of 10minutes
• Controller must have a back up to store the data locally ( at least for 1 year)

6.1.11 Should be windows plug and play device with Ethernet/Bluetooth/USB/Wi-Fi connectivity to configure parameters,
notifications, communication interval, set points etc. or to retrieve locally stored data. Controller should have support
of sufficient Internal memory/ SD card / memory card to support remote monitoring.

6.1.12 The controller shall be tested from MNRE approved test centres /NABL/BIS/IEC- accredited testing/ calibration
laboratories.

6.1.13SPV controller shall conform to the following details:

Sl.no. Description Desired requirement


1. Nominal AC Output Voltage 160V(for 2HP), 230V(for 3HP) & 415V(for 5HP)±5%, 3
phase
2. Output frequency 50 Hz +3% to - 5% Hz
3. Characteristic of voltages Pure sinusoidal or Filtered AC output voltage at motor
terminal. No PWM pulses allowed at the motor terminal,
as it generates pronounced voltage spikes. The voltage
output is intended to use for the traditional induction
motors based applications which are design for sinusoidal
grid supply.
4. Total Harmonic Distortion(THD) of Below 3%.
motor terminal voltages
5. THD of motor current (in case of Below 5%
balance/linear motor)
6. Balance supply Three phases should be balanced and no negative
sequence components to be allowed
7. Desired motor operation Constant V by F or constant motor flux control
8. Switching Devices MOSFET/ IGBT-based
9. Maximum Input Voltage Not more than 1000 VDC
10. Power Factor 0.8 lag- 0.8 lead
11. Controller power efficiency ≥ 93%
44 | P a g e
12. Ambient dry bulb temperature 0 to 50˚ deg C
range
13. Humidity 15% to 95 % non- condensing
14. Enclosure At least IP21 for indoor installation and at least IP54 for
outdoor installation.
15. Alarms and Protections Output voltage low, Output frequency low/high, Low
irradiance/PV power, Current overload, Peak Torque
overload
16. Communication protocol and Modbus protocol over RS-485 interface
interface

6.1.14 Controller shall be integrated with GSM/GPRS Gateway with Geo tagging (if RMS is in scope of bidder). GSM/
GPRS Charges to be included in the Costing till the end of Warranty period of the Pumping system.

6.1.15 During the warranty period, the bidder will have to maintain complete Database and submit the data to the Authority at
regular interval in format will be decided in consultation with Authority.

7.1 Remote Monitoring System (RMS)

7.1.1 There will be a State Implementing Agency (SIA), which will have a common SWPS (Solar Water Pumping System)
Management platform for monitoring of operation and performance of SWPS installed under different Scheme.

7.1.2 Remote Monitoring System (RMS) of SWPS should have following minimum features or modules:

a) Solar System Performance: Array input voltage, current, power and output voltage, current & motor frequency,
etc.

b) Pump Performance: Running Hours, Water Discharge (Output) in LPS,LPD etc.

c) RMS Performance: %Device Connectivity, %Data Availability, etc.

d) Geo Location: Real time latitude and longitude should be captured. This is required to ensure that system is
not moved from its original location.

e) Events and Notifications: Faults related to Pump Operation, Solar generation, Controller/Drive faults like
overload, dry run, short circuit, etc.

f) Consumer Management: Name, Agriculture details, Service No. Contact Details, etc.

g) Asset Management: Ratings, Serial Number, Make, Model Number of Pump, Panel and Controller, Geo Location,
IMEI number (of communication module) and ICCID (of SIM).

h) Complaint and Ticket Management: Complaint management system is a part of centralized monitoring software
platform – State Level Solar Energy Management Platform to be operated and maintained by the State implementing agency
(SIA).

i) Consumer Mobile Application: Generation, Running Hours, Water Discharge, Complaint logging, etc.

7.1.3 RMS provided by all bidder, should connect to State Level Solar Energy Data Management platform, which will have
interface with National Level Solar Energy Data Management platform i.e. SIA will provide server infrastructure as well as
software. SIA will maintain the same. All vendors should provide SIM card of suitable ISP having maximum Signal Strength in the
respective location of SWPS and ensure connectivity as well as pushing of data to centralized platform as mentioned in
specifications.

7.1.4 Communication Architecture should be as per following:

a) Communication Connectivity:

45 | P a g e
i. Pump Controller Connectivity: Communication between RMS and Pump Controller( thru data logger) should be
on UART/RS485 MODBUS RTU protocol to ensure interoperability irrespective of make and manufacturer.

ii. Remote Connectivity: RMS of SWPS should be using GSM/GPRS/2G/3G/4Gcellular connectivity

iii.Local Connectivity: Ethernet/Bluetooth/USB/Wi-Fi connectivity to configure parameters, notifications,


communication interval, set points etc. or to retrieve locally stored data.

iv. Sensor Connectivity: RMS should have provision for at least two Analog/Digital inputs with 0.1% accuracy to
address the requirement of local sensors connectivity if required by SIA/Consumer for applications such as

irradiation, flow meter for water discharge, moisture sensor for micro irrigation, etc. Analog/digital sensor inputs will
be required for integration of flow meter for water discharge, moisture sensor for micro irrigation, level sensor for overhead tank
water storage etc. Only provision for Analog/digital inputs with 0.1% accuracy of Full Scale Range is required. Sensors will
not be in scope of bidder.

v.Option for digital Input for authentication of the door opening for theft protection with battery backup at
night.(optional)

vi. RMS should have provision to give remote On/Off command to pump through farmer mobile app. to save
ground water.

b) Communication Modes:

i. Push Data on Event/Notification: such as pump on, pump off, protection operated, etc.

ii.Push Data Periodically: important parameters of solar pump (as mentioned above) should be pushed to central
server on configurable interval. Interval should be configurable for 15 mins. However, if required, it should be possible to
configure the periodic interval in multiple of 1 minute starting from 1 minute and up to 15 minutes. Further, in case of any
abnormalities or event, RMS should push on event immediately.

iii. Command On Demand : It should be possible to send commands via GSM or GPRS to RMS either to control
pump operations or to update configuration.

c) Communication Protocol: RMS should provide data on MQTT protocol to establish communication with
thousands of systems.

d) Security:

i. Communication between RMS and Server should be secured and encrypted using TLS/SSL/X.509 certificate
etc.

ii. As a part of IoT protocol, Authentication and Authorization should be implemented using token/password mechanism

e) Message Format: RMS should provide data in a JSON message format as required by respective SNA

f) Data Storage: In case of unavailability of cellular network, RMS should store data locally and on availability of
network it should push data to central Server. Local data storage in Internal memory/ SD card / memory cardshould
be possible for at least one year in case of unavailability of cellular network.

g) Configuration update over the Air of multiple parameters such as IP, APN, Data logging Interval, Set Points
etc. is essential. Software updating should be possible with 2G and even without the presence of SD card. Software
updating process and/or failure to update software shouldn’t disrupt pumping operations

Use of indigenous components:

46 | P a g e
It will be mandatory to use indigenously manufactured solar modules with indigenous mono/multicrystalline
silicon solar cells. Further, the motor-pump-set, controller and balance of system should also be manufactured
indigenously. The vendor has to declare the list of imported components used in the solar water pumping system.

8.0 Enclosure Standard (IP) :


IP54 Metallic Enclosure with test certificate from CPRI/ERDA/ MNRE accredited test house (issued not more than
10(ten) years from the date of this NIT)to be installed at a suitable position on civil structure / Solar module structure.

• IP54 cable glands and louver filters with cover must be used
• Canopy arrangement provided for protection from rain water

If Stainless Steel enclosure then it must be minimum SS 304 grade.

If Power coated, enclosure must have followingPaint Process:

Triple surface treatment painting on enclosure surface – pass salt spray test upto 760Hrs.

1st Phase: Nano ceramic coating: A pre-treatment procedure for spray coat-priming-the nano ceramic coating.

2nd phase Electrophoretic dip coat-priming: thicknessapprox. 20 µm

3rd phase - Textured powder-coating: thickness approx. 80 µm

9.1 Cabling

9.1.1 DC Cable

a) Standard: UL-1581 (UV Rated).

b) Working voltage: Up to 1100V.

c) Temperature range: -15 Deg C to +70 Deg C.

d) Outdoor Suitability: UV Resistant.

9.1.2 AC Cable :All cables shall be of the following specifications and shall be of sufficient length for inter-connection between
the SPV array to SPV Controller and the SPV Controller to solar powered pump set:

a)PVC insulated (Heavy Duty) 1.5, 2.5 sq.mm. electric cable duly ISI marked as per IS- 694/1990 with latest
amendments.

b)Electrical wire: 1.1 KV single core stranded FR PVC insulated & unsheathed single core stranded copper wire as per
IS: 2551-1963 &IS: 9823-1978 / IS 694 / 1990; BS 2004 (1861)

9.1.3 Electronic Signal Cable:Cat 6 or better and should be protected from mutual interference.

9.2 Cable Conduit

• All DC & AC cable must be laid underground through HDPE PLB cable conduit while goes from one stand to another
stand
• This UPVC pipe must be PE63 grade
• Cable sealing plug must be used for cable entry and exit into the conduit
• In case of pipe joint, pipe coupler must be used
• Underground cable must be laid inside the ground at a trench depth of minimum 600mm

47 | P a g e
10.1 Surge Arrester :
• IEC 61643-1 Class-1 test and IEC 61643-11
• Recommended discharge current 40KA

11.1 Solar Lighting


• The system shall have dusk to dawn lighting arrangement in lighting pole with 12 V, 40Ah 2-in-1 Lithium ion/ Ferro-
Phosphate battery with in-built 11 watt LED lamp , 50 Wp solar panel to cover the scheme area. The lighting system
should be warranted for 5years from the date of installation.

12.1 Earthing: Installation of electrode and connection of grounding conductor:

Earthing of the motor shall be done as per IS 9283 in accordance with the relevant provisions of IS 3043.
Separate earthing shall be provided for Controller, pump and SPV array.For safety purpose, it shall be ensured during installation
that the earthing is capable of taking care of leakage current.In case of uPVC/HDPE pipes used as discharge pipe, a separate
non-corrosive, low resistance conductor from motor earth terminal to control panel earth terminal shall be provided for earthing.

Earthing with 50 mm dia GI pipe 3.64 mm thick x 3.04 Mts. long and 1 x 4 SWG GI (Hot Dip) wire (4 Mts. long), 13 mm
dia x 80 mm long GI bolts, double nuts, double washers incl. S & F 15 mm dia GI pipe protection (1 Mts. long) to be filled with
bitumen partly under the ground level and partly above ground level driven to an average depth of 3.65 Mts. below the ground
level as per attached drawing.

The electrode shall be buried in the ground vertically with its top not less than 200mm below the ground level. The pipe
earth electrode shall be surrounded by, either salt & charcoal in alternate layers or a homogeneous mixture of the both, for a
radius of about 150mm and up to a height of about 350mm below the top of the electrode. The balance portion of the excavated
pit shall be filled with good quality soil and properly compacted.

The earthing lead connecting the earth electrode to the apparatus or installation directly shall be of the same material
as earth electrode. The earthing leads shall be either wires or strips of adequate size as specified and of either G.I. or tinned
copper. The G.I. leads shall be connected to the electrode by means of 16mm dia G.I. nut bolts with flat & spring washer.

The earthing lead from electrode onwards shall be suitably protected from mechanical injury by means of 15mm dia
G.I. pipe for G.I. wires. The portion of this protection pipe within ground shall be buried at least 350 mm deep from ground level.

An earthing electrode shall not be situated within a distance of 2 meter from the building whose installation system is
being earthed. The cross sectional area of earth continuity conductor in electrical installation shall be of 8swg GI wire. The earth
resistance for various installations shall be within 5(five) ohm for installation capacity up to 5 KW and 1(one) ohm for installation of
higher capacity.

All three-phase medium voltage equipment’s shall be earthed by two separate and distinct connections with earth
through earth electrodes. Single phase equipment’s shall be earthed at least at one point. Pipe electrode earthing should be
provided for the system.

Earth bus bar:

Supplying and fixing earth bar of galvanized M.S. Flat 40 mm × 5 mmx250mm on wall having clearance of 25 mm. from
wall including providing 10mm drilled holes (on busbar) about 30 mm. apart complete with G.I. bolts, nuts, washers etc. as
required for tapping.

Testing of electrical installation.

Before the completed installation is put into service, the following tests shall be carried out by the contractor in presence
of the Engineer-in-Charge or his representative.

a) Polarity of switches

It must be ensured by test that all single pole switches have been fitted on the live side of the circuits they control.

48 | P a g e
b) Insulation Test :

i) By applying a 500 volt meter between earth and the whole system of conductors or any section thereof, with all fuses
in place and all switches closed, all lamps in position or both poles of installation otherwise electrically connected together:- The
result in mega ohm shall not be less than 50 divided by the number of points on the circuit, and should not be less than 1 mega
ohm.

ii) Between all conductors connected to one phase and all such conductors connected to the neutral or to the other
phase conductors of the supply after removing all metallic connections between the two poles of the installation and switching on
all switches. The insulation resistance shall be as in (i) above.

c) Earth continuity Test

The earth continuity conductor including metal conduits, and metal sheaths of cables in all cases shall be tested for
electrical continuity. Electrical resistance of the above along with the earthinglead , measured from the connection with the earth
electrode to any point in the earth continuity conductor in the completed installation shall not exceed 1 (one)ohm.

d)Earth Resistance Test

To ensure effectiveness of installation earth, the value of earth resistance shall be within 5(five) ohm for installation
capacity up to 5 KW and 1(one) ohm for installation of higher capacity.

The completed work will be taken over only if the results obtained in above tests are within the limits mentioned above, and in
accordance with I.E. Rules.

13.1 Lightning Protection (pole mounted ): The Bidder has to setup lightning protection system including lightning rod,
ground rod and conductors to protect the entire system. A lightening arrestor shall be provided with every SPV Water Pumping
System.

Lightning protection with 3" X 1.5" G.I pipe with base flange in proper RCC foundation and S & F Lightning Conductor
Air Terminal made of 20 mm dia 1000 mm long GI pipe (ISI Medium) having five discharge prongs of 4 SWG GI (Hot Dip) wire at
top . Earthing with 65 mm dia GI pipe (Medium) 3.0 Mts. long and 1 x 19/10 stranded GI (Hot Dip) wire (4 Mts. long), 20 mm dia x
125 mm long galvanized bolt, double nuts, double washers including socketing at both ends of stranded GI (Hot Dip) wire by
crimping sockets/ thimbles and S & F 65 mm dia GI pipe (ISI-Medium) protection (3 Mts. long) to be filled with bitumen partly
under the ground level and partly above ground level to an average depth of 3.65 Mts.

14.1 License/Certification

In case the equipment needs any special licence or certification (e.g. license for radio transmission in certain frequency
bands), it will be the Bidder’s responsibility to comply with the requirement.

15.1. HDPE Pipes and fittings : All materials should be BIS marked and as per details noted in BOQ.

16.1 Temporary Flooding

All the subsystems and wiring will be installed at a minimum height from ground to avoid damage due to temporary
flooding and also convenient for human operation.

17.1 Documentation

Full documentation for installation, operation and maintenance of the system in both in English and Bengali language,
should be provided with each of the solar PV pumping system. The Manual should have information about solar energy,
photovoltaic, modules, motor pump set, tracking system, mounting structures, electronics and switches. It should also have clear
instructions about mounting of PV module, DO's and DONT's and on regular maintenance and Trouble Shooting of the pumping
system. Two hardcopies (in printed form) and two softcopies in separate media in CDROM/DVD of each manual will be a part of
deliverables.

49 | P a g e
Manuals shall be for the system and each subsystem as detailed in the following sections.

Documentation shall include System Block Diagrams, Layout Diagrams, and Line Diagrams and Wiring Diagrams for external
connections, Interface Specifications, Protocols supported and configuration procedures, as applicable.

Diagnostic Programs and Tools - Diagnostic Hardware and Software (including all necessary tools and tackles) required for
maintenance shall have to be explained in detail in the documentation.

Installation manual of system and each subsystem supplied by the respective manufacturers (solar panel, pump, motor,
data logger etc.) shall be a part of documentation. Installation procedure/guidelines recommended shall have to be followed
during the installation process. Name and address of the person or Centre to be contacted in case of failure or complaint,
should also be provided. A warranty card for the modules and controlling unit should also be provided to the beneficiary.

18.1 Training

Scope of work includes training the users on operation and maintenance of the system. Apart from departmental staff,
the training should include the local WUA, who should be able to take care of minor day-to-day problems. They should also be
able to report the problem properly to the appropriate authorities in proper format. Training plan indicating course outline, brief
contents and schedules shall have to be submitted at time of execution of agreement.

Training will be repeated each year during the Warranty and CMC periods for refreshing the trained staff and training
additional staff.

19.1 Warranty and Comprehensive Maintenance


All goods supplied for installation and commissioning of the project should be new, unused, and most recent or current models
and incorporate all recent improvement in drawing and technical specification unless provided otherwise in the contract. The
entire system will be covered under a warranty against all design and manufacturing defects for a period of 5 years.. The PV
Modules must be warranted for 25 year for its output wattage. The bidder shall provide warranty for 01 year and
comprehensive maintenance for four (4) years thereafter. However, the PV modules must be warranted for output wattage,
which should not be less than 90% at the end of 10 years and 80% at the end of 25 years
The PCU should have free replacement warranty of 5(five) years. The warranty shall cover the following:
a) Complaints about fault (s) received by courier , telephone, fax, email or SMS or whatever communication method
shall be attended by the supplier within three (3) working days by site visit etc.

b) Adequate stock of spare parts should be maintained so that unit becomes operational within maximum 3(three) days
of complaint.
c) Technical backup to the beneficiaries: They shall have to provide training to the beneficiaries regarding capacity building in
all the aspects of the system like use and maintenance of PV modules and associated electrical controlling units for
optimum output etc.
d) Monthly checking up of the system as per requirement, for proper operation of the system.
e) The scope of work includes repairing /replacement to make the system functional within comprehensive warranty period
whenever a complaint is lodged by the user. The contractor shall attend the same within a reasonable period of time and
in any case a breakdown shall be rectified within a period not exceeding 3(three)days.
Day-to-day operation will be done by the beneficiaries.

20.1 Insurance : Insurance coverage shall have to be provided to cover theft and natural calamity, and acceptance for
replacement or repair of any part of the system due to damage or loss for a period of 5 years including warranty period of
1(one) year. The insurance is to be executed in the name of the bidder.

21.1. Performance Criteria


The following performance parameters must be strictly maintained.

50 | P a g e
i) Average uptime – 99% computed over one year

ii) MTBF (Mean Time Between Failures) - 6 months

iii) MTTR (Maximum Time To Repair): 72 hours

Down time will be computed on 24x7 basis from the time Authority communicates the problem to the bidder over
telephone, SMS, email, courier, written report or any other mode of communication.

19. Pre-delivery inspection of G.I structures is mandatory and dispatch clearance is to be obtained
from the tender inviting authority or inspection team to be formed by the TIA.

Acceptance of Materials : Materials shall be accepted at site on the basis of quality assurance
certificates and physical verification at site by Departmental Officers.
Stacking of HDPE Pipes:

Pipes should be stacked on a surface flat and free from sharp objects, stones and projections in order to avoid
deformation or damage. Ends of pipes should be protected from abrasion and chipping. The pipes should be supported evenly
over their whole length. The bottom layer of the stack should be supported on wooden battens of uniform size, at least 50mm
wide and placed not more than 2 m apart.

Approved makes based on technical papers and installations in the department:-


1. For SPV modules- WEBSOL, RENEWSYS, SOVA, NAVITAS and Waaree.
2. For Solar Power Conditioning Unit (PCU)-ABB, Schneider, DELTA, Fuji, Kirloskar, Shenzen
INVT and Yashkawa.
3. For ISI marked Surface and Submersible pump sets- Kirloskar, CRI, Falcon, Aquasub.
4. For IP54 enclosure – RITTAL, Bhartia Curtler Hammer (BCH), Greenovera, S. N. Polymer and
Kirloskar.
5. For Sprinkler Irrigation System- Jain Irrigation, Rungta, Premier, Hallmark, Umex Polymer and
Oasis.

For the above makes- detail technical documents are not required to be uploaded. But the specific
authorisation in respective formats (MFGs) mentioning the present tender no. & IDs along with valid
BIS license copy of SPV modules, surface Submersible pump sets and Sprinkler irrigation system
have to be uploaded without which the tender will not be accepted and the same has to reflect in
Annexure-V.

Besides, the above list of manufacturers, bidder has to upload all technical documents as
mentioned under statutory cover (clause-4 of ITB) and clause no. 8a and 8b of NIT, otherwise, the
offer will not be accepted.

TABLE 1

TECHNICAL PARTICULARS

(To be filled in by Bidders and submitted along with offer)

(Additional sheet shall be used if required)

51 | P a g e
The following particulars are to be submitted by the Tenderer along with Technical Proposal. However, all particulars are subject
to the approval of the EIC and no claim shall be accepted in the course of the approval process or thereafter.

Materials to be installed must be of same specification as declared here. (Type separate sheet in company letter head).

SL. Particulars To be Filled By the Tenderer


No.

P.V. ARRAY

1.01 Name of the Manufacturer

1.02 Peak capacity at STC : min5525 Wp/ min3240Wp & min2300Wp

1.03 Peak wattage of each module :

1.04 Type of PV Module :

1.05 Tested and certified by : Modules should be IEC 61215 & IEC 61730 Part-I &
Part-II ,qualified , properly Laminated and hermetically sealed.

1.06 Efficiency of the P.V modules (min 15 %)

1.07 Fill Factor (Not less than 70%)

1.08 Power(watt peak) :

1.09 Open Ckt Voltage, Voc :

1.10 Short Ckt. Current,Isc :

1.11 Module Dimensions L x W x H (mm)

1.12 Weight(Kgs)

1.13 Junction Box Protection : i) IP 65 rated

ii) Each PV Module must use a RF Indicator Tag(RFID) with required


information

1.14 Warrranty : i) Complete System should be warranted for 5 years.

i) SPV Module shall cover warranty of 10 years for 90%


wattage output & warranty of 25 years for 80% wattage output.

2. Submersible /Surface mounted Motor-Pump Set

2.01 Capacity of motor : 5 H.P/3 HP / 2HP

2.02 Name of the Manufacturer

2.03 Name & address , of service centre

2.04 Pump discharge with head :

2.05 BIS Lic. no. for Submersible Pump motor set

2.06 BIS Lic. No for Surface Pump motor set

52 | P a g e
2.07 Total head

2.08 Pump type

2.09 Combined Efficiency

2.10 Rated rpm

2.11 Rated voltage

2.12 Rated Current

2.13 Insulation Class :

2.14 Guarantee:

2.15 All protections provided in controller or not:

3.00 SPV Module Mounting Structure

3.01 Name of Manufacturer :

4.00 Make of Battery with 5 years warranty:

5.00Solar Power Control Unit:

5.01 Name of the Manufacturer:

5.02 IEC- IEC-61683 & 60068 Certificate No

5.03 Functional Safety compliance certificate

5.04 Temperature withstand Capacity : Required 50 degree

5.05 Voltage class:

5.06 Applicable Motor Output(KW)

5.07 Rated output capacity(KVA)

5.08 Rated Output Current

5.09 Maximum output voltage

5.10 Rated Frequency(Hz)

5.11 Rated Input Current

5.12 Maximum Input Voltage

5.13 Overload Endurance (150%)

5.14 IP protection class(IP 65)

5.15 Operating Temperature range ( 0 to 50°C)

5.16 Controller Efficiency( ≥93%)

53 | P a g e
5.17 Protection Provided or not as mentioned in Technical Specification

6.00 Cables, Switches & Accessories

6.01 Name of AC cable manufacturer

6.02 Name of DC cable manufacturer

6.03 AC cables ISI marked as per IS 694 and 1554

6.04 DC Cables UV resistant as per standard UL 4703

7.00 Name of Changeover switch manufacturer

7.01 Complying as per Tech. Spec.

8.00 Name of UPVC pipe manufacturer

8.01 Whether PE63 grade compound with silicon & double coated

9.00 Data Logger

9.01 Name of manufacturer

9.02 Whether complying all requirements of Tech. Spec.

10.00 Name of IP54 enclosure manufacturer

11.00 Scheme drawing along with PV voltage and current calculation, wiring
diagram of PCU & PV array mentioning make of each and every
component.

Note: Please provide data against the specified component, Do not mention “as per attached sheet” anywhere in the above data
sheet.

Annexure-MA-I

ON NONJUDICIAL STAMP PAPER OF ANY DENOMINATION

ANNEXURE- MFG-I (For complete Photo voltaic Water Pumping System )

UNDERTAKING

WHEREAS M/s..............................................................................who is our authorized


Dealers / Distributers have tendered to supply the PV Water Pumping System to WRIDD integrated
byus, have requested us to guarantee the quality, quantity and delivery schedule of our manufactured
materials to be supplied by the above Dealer / Distributor, we here by guarantee as under:-

1. That we shall be responsible for the quality and standard of the materials supplied by the above
authorized Dealers / Distributers in the same way as if it was supplied by us.
54 | P a g e
2. That the materials will be ar I.E.C /C.E /I.S.I / MNRE accredited laboratory Certification Mark
& our BRAND MARK (wherever applicable) according to the license issued to us vide No.
..................... dated....../....../20........which is valid upto...................................... a photocopy of
which will be supplied to the WRIDD.

3. That in case any material is found sub-standard or defective the same will be immediate replaced
by the above selling authorized Dealers / Distributers failing which we undertake replace such
materials free of cost.

4. That we guarantee to supply the quantity guaranteed by the above authorized Dealers /
Distributers so that the WRIDD is able to get the required quantities according to the delivery
schedule given by the WRIDD. In case of Failure of the authorized Dealers / Distributers, we
ourselves under take to supply the materials at the prices quoted by the Dealer / Distributor directly.
The necessary adjustment in price, if any, will be settled by us with the authorized Dealers /
Distributers directly.

5. That the WRIDD will have the right of pre-delivery testing and inspection in our factory of the
materials to be supplied through the authorized Dealers / Distributers in the same where a sit was
supplied by us.

6. The warrantee of our branded items shall be for a period of 5 years from the date of acceptance
of the delivery by the consignee (s) of each item for any replacement free of cost to the Authority.

7. SPV Module shall cover warranty of 10 years for 90% wattage output & warranty of 25 years
for 80% wattage output.(attach separate guarantee/ warranty declaration of PV module
manufacturer).

8. That we have been permitted to issue authorization of PV module / Solar Power conditioning unit /
Motor pump set by the manufacturer and a valid copy of permission is enclosed.

Group No: PV module make:

Sl No: Solar controlling unit make:

Make of structure:

Make of motor:

Attach Copy of Dealer ship/ Distributorship / Channel Partner .

M/s...........................................................................

Signature of Manufacturer / Authorized Dealers / Distributers / Channel Partners

Mobile no-

Email- GST No:

55 | P a g e
Annexure-MA-II
ON NON JUDICIAL STAMP PAPER OF ANY DENOMINATION

ANNEXURE- MFG-II (Solar Panels / Motor Pump Set / Solar Control unit / IP 54 ENCLOSURE/
UPVC pipe & fittings / Module Mounting Structure)

(Undertaking for components if procured from Manufacturer)

UNDERTAKING

WHEREAS M/s.................................(bidder) who is our authorized Dealers / Distributers have


tendered to supply the … … … … … … ( m a t e r i a l ) manufactured by us to WRIDD have requested
us to guarantee the quality, quantity and delivery schedule of our manufactured materials to be
supplied by the above Dealer / Distributor, we hereby guarantee as under:-

1. That we shall be responsible for the quality and standard of the materials supplied by the above
authorized Dealers / Distributers in the same way as if it was supplied by us.

2. That the materials will bear I.E.C /C.E /I.S.I / MNRE accredited laboratory Certification Mark
& our BRAND MARK (wherever applicable) according to the license / certificate issued to us vide No.
..................... dated....../....../20........which is valid upto...................................... a photocopy of
which will be supplied to the WRIDD.

3. That in case any material is found sub-standard or defective the same will be immediate replaced
by the above selling authorized Dealers / Distributers failing which we undertake replace such
materials free of cost.

4. That we guarantee to supply the quantity guaranteed by the above authorized Dealers /
Distributers so that the WRIDD is able to get the required quantities according to the delivery
schedule given by the WRIDD. In case of Failure of the authorized Dealers / Distributers, we
ourselves undertake to supply the materials at the prices quoted by the Dealer / Distributor directly.
The necessary adjustment in price, if any, will be settled by us with the authorized Dealers /
Distributers directly.

5. That the WRIDD will have the right of pre-delivery testing and inspection in our factory of the
materials to be supplied through the authorized Dealers / Distributers in the same whereas it was
supplied by us.

6. The warrantee of our branded items shall be for a period of 5 years from the date of acceptance
of the delivery by the consignee (s) of each item for any replacement free of cost to the buyer.

*7. SPV Module shall cover warranty of 10 years for 90% wattage output & warranty of 25 years for
80% wattage output.

Group No: PV module make:


56 | P a g e
Sl No: Solar controlling unit make:

Make of structure:

Make of motor:

(Whichever is applicable)

M/s...........................................................................

Signature of Manufacturer

Mobile no-

GST no.-

Email

*Only for SPV module

57 | P a g e
Annexure-MA-III

ON NON JUDICIAL STAMP PAPER OF ANY DENOMINATION

MFG-III (Solar Panels / Motor Pump Set / Solar Control unit / UPVC pipe & fittings)

(Undertaking for components if procured from Dealers/ Distributers/ Channel Partners)

UNDERTAKING

WHEREAS M/s...................................................(bidder) has tendered to supply the


……………………………(material) to Water Resources Investigation and Development Department,
GoWB, manufactured by ……………………(manufacturer) has requested us being the authorized
Dealers / Distributers/ Channel Partner of the material to guarantee the quality, quantity and delivery
schedule of the materials to be supplied by …………………………(bidder).

We hereby guarantee as under:-

1. That we shall be responsible for the quality and standard of the materials supplied by
……………………………(bidder)in the same way as if it was supplied by us.

2. That the materials will bear CE /IEC/ I.S.I / MNRE accredited laboratory Certification Mark &
the BRAND MARK (wherever applicable) according to the license issued to
………………………(manufacturer) vide No. ..................... dated....../....../20........which is valid
upto..............................a photocopy of which will be provided to WRDD.

3. That in case any material is found sub-standard or defective the same will be immediate
replaced by the above ……………………………….(bidder) failing which we undertake replace such
materials free of cost.

4. That we guarantee to supply the quantity guaranteed by ……………………………(bidder)so that


the Water Resources Investigation and Development Department, GoWB is able to get the required
quantities according to the delivery schedule given by the WRDD. In case of failure of
…………………………….(bidder), we ourselves undertake to supply the materials directly at the
prices quoted by ………………………….(Bidder) The necessary adjustment in price, if any, will be
settled among us.

5. That the WRDD will have the right of pre-delivery testing and inspection of the materials to be
supplied by……………………….(bidder) in the same where as it was supplied by us.

6. The warrantee of our branded items shall be for a period of 5 years from the date of
commissioning of the system by ………………………………(bidder) for any replacement free of cost
to the buyer.

58 | P a g e
7. That we have been permitted to issue authorization of PV module / Solar Power conditioning unit /
Motor pump set by the manufacturer and a valid copy of permission is enclosed.

*8. . SPV Module shall cover warranty of 10 years for 90% wattage output & warranty of 25 years
for 80% wattage output.(attach separate guarantee/ warranty declaration of PV module
manufacturer)

Group No: PV module make:

Sl. No: Solar controlling unit make:

Make of motor:

*Only for SPV module ( Whichever is applicable)

Attach Copy of Dealer ship/ Distributorship / Channel Partner .

M/s...........................................................................

Manufacturer/ Authorized Dealers / Distributers/ Channel Partners

Mobile no-

GST no.:- Email-

59 | P a g e
TEHNICAL GUIDE LINES DRILLING AND INSTALLATION OF STW
TECHNICAL SPECIFICATIONS:
A. TUBEWELL PORTION:

a) SELECTION OF SITES AND PRELIMINARIES:

i. The works are located at different places of the districts mentioned in the tender notice. Pin pointed sites for drilling of the tube
wells will be shown to the Contractor by Engineer in Charge or his representative. The Engineer in Charge reserves the right to
change any site prior to starting of drilling and the Contractor shall have to undertake work in the changed site.

ii. Contractor will have to procure water for drilling operations, drinking and other requirements of his working Personnel, if
necessary, by sinking tube wells and/or installing temporary pipe lines for tapping other existing resources at his own cost.

iii. After the completion of the work, the Contractor shall remove all plants, machinery etc and dress; level the ground as directed
by the Engineer in Charge. All temporary construction at the site necessary for work and dismantling the same after completion
of the work will be done by the Contractor at his own cost.

iv. The Contractor shall inform the Engineer-in-Charge in writing sufficiently in advance about programme of works relating to the
sites handed over to him and also submit letter of authority to the Engineer-in-charge, in favour of his representative/s
attesting his signature, in respect of receipt of departmental pipes, signing technical records, measurements and accepting
payments.

v. A site Order Book containing duplicate pages serially machine numbered shall be maintained in the site. The site order book
shall be authenticated by Engineer in Charge under his signature.

b) MATERIALS AND TRANSPORT:

During preparation of consumption statement for the materials supplied by the agency, handling wastage not exceeding
1.67% may be allowed, only in the case the material be supplied by the Department.

c) DRAWING AND RECORDS:

Continuous records of drilling and the strata passed through shall be maintained most carefully by the
Contractor. Samples of underground formation shall have to be collected by the Contractor at every 3(three) meter of the depth
of drilling and at every change of formation/strata/layer, throughout the drilling process. The collected samples are to be kept in
suitable sample boxes indicating the depth of collection and full geological description. The cost on this account will be borne by
the Contractor.

A strata chart should be prepared on the basis of the samples so collected and under the joint signature of the
Contractor and Engineer-in-Charge or his authorized representatives (not below the rank of Assistant Engineer). The samples,
strata chart and an assembly chart depicting suggested design of the tube well shall be submitted to the Engineer-in-Charge.
The lowering of tube well assembly in the bore hole should be strictly according to the designed assembly approved by
Engineer-in-charge under his signature.

d) TESTING INSTRUMENTS:

The Contractor shall arrange and always maintain in good condition at site, steel tape and such other
instruments and appliances and other testing instruments of approved specification, quality and make, as are necessary for
proper control of work during its execution.
e) FEES PAYABLE BY THE DRILLING AGENCY:

All quarry fees, royalties, duties, taxes etc, if payable, on any materials brought for use at work site and/or for
transportation of machineries and equipment shall be borne by the Contractor.

f) METHOD OF DRILLING OPERATIONS:


The drilling of bore hole of suitable diameter for accommodating 100 mm diameter pipes shall be carried out by
water jet or hand sludge method in presence of Engineer-in-Charge or his authorized representative not below the
rank of Sub-Assistant Engineer till suitable aquifer is available within approximately 50 meters below ground level. Drilling
60 | P a g e
may have to be continued in search of good aquifer beyond 50 meter below G.L. in exceptional cases when so directed by the
Engineer-in-Charge in writing.

The diameter of the bore hole shall be of such size so that there remains at least 50 mm wide annular space around
the tube well assembly.

g) TUBEWELL ASSEMBLY:

The tube well assembly should be constructed by joining the pipes, strainers, reducer and the plug cutter with sockets
and lowering the same into the bore hole. The entire lowering process shall be done in presence of Engineer-in-Charge, or his
authorized representative not below the rank of Sub-Assistant Engineer.

Immediately after the tube well assembly has been placed in position according to the approved design, the clean
Coarse Sand has to be poured to fill up the annular space around the tube well assembly with simultaneous application of
water. Care should be taken both by the Contractor to see that sand filling is done all round the annual space uniformly during
the entire operation.

The contractor shall be paid for sand filling for the quantity of sand actually consumed in the work calculated
as difference of stack measurement of sand before and after work as per standard procedure increased by 5% towards
handling wastage and allowing deduction of 1/13th the volume for shrinkage.

h) DEVELOPMENT AND YIELD TEST OF TUBE WELL:

Development of tube well shall be taken up immediately after the lowering of tube well assembly and
completed Development shall be done by a 30 cum capacity pump till the water is sand free and the discharge is around 30cum
per hour.

If the development of the tube wells is not taken up within the period as stipulated above, the Contractor shall be liable
in case of eventual abandonment of tube wells and no payment of the unsuccessful tube wells shall be made. All costs of
materials supplied to him and consumed in that particular well, shall also be recovered from him at cost price.

After the tube well has been satisfactorily developed the Contractor shall arrange to conduct Yield test. For this
purpose, the discharge shall be measured by standard method in presence of Engineer in charge or his authorized
representative not below the rank of Sub- Assistant Engineer.

The final measurement of the tube well shall be taken by sounding method.

SUCCESSFUL AND UNSUCCESSFUL TUBE WELLS:

A-1. A tube well will be considered successful when about 12 metres of good granular aquifer/s have been tapped
and the tube well has been developed to yield discharge as follows:

MINIMUM DISCHARGEINIGPH
AREA
4000 to 5000
UTTAR DINAJPUR
A-2 In case of non-availability of minimum thickness of aquifer capable of yielding expected discharge as
stipulated above, the borehole may be declared abandoned by Engineer-in-charge in writing and payment shall be made to the
Drilling Agency against item no.1 and 12 only of the schedule of work in the agreement. As a result subsequent of work such as
construction of Pump house, internal wiring and Energisation work is likely to be cancelled automatically.

B The Engineer-in-Charge however, reserves the right to order for lowering the tube well assembly into the
borehole where the length of aquifer is less than 12.00 metre or where the expected discharge may fall below the limit as
prescribed against ‘A-1’ above particularly in dry areas where discharge below stipulated minimum is considered beneficial for
agriculture purpose.

If in exceptional case, where lowering of tube well assembly has been ordered in terms of para above, the discharge
actually available on yield test, after carrying out all items of works strictly as per specification, is found too low for economic
use for agriculture purpose, the tube well may be declared abandoned by the Superintending Engineer (AI), Raiganj AI Circle
on going through the records of the case and the Drilling Agency will be entitled to payments as per schedule for all items of
61 | P a g e
work executed by him. In such abandoned tube well the Drilling Agency should immediately arrange for withdrawal of pipe
assembly to the maximum extent possible within 7 (Seven) days from the date of intimation to him at his own cost. The quantity
of pipe that cannot be withdrawn will be treated as consumed against the particular work.

i) SUPERVISION:

All works such as drilling, recording of formation, construction of tube well assembly and its lowering, , etc. are to be
conducted strictly under the supervision of Engineer-in-Charge or his authorized representative.

j) MODE OF MEASUREMENT:

The Drilling Agency shall be paid on actual measurement of finished work on the basis of accepted rates as per
agreement.

Sd/-
[SUBHASH BASAK]
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Raiganj

62 | P a g e
CIVIL CONSTRUCTION & MATERIALS
CEMENT CONCRETE WORKS (PLAIN OR REINFORCED):

I. Shuttering and staging: Wherever necessary, shuttering and staging must be provided. Unless otherwise stated, no
payment will be made for such shuttering or staging and the cost thereof will be deemed to have been covered by the
rate for relevant finished item of work. Where payment for shuttering has been specified, the rate shall be deemed to
cover the cost of the necessary staging as well. Payment, if any, for shuttering will be on the basis of surface area of
shuttering in actual contact with concrete.

II. Shuttering may be of approved dressed timber true to line not less than 2.5 cm. thick, Surface to be in contact with
concrete are to be planed smooth except where otherwise stated. As an alternative, sufficiently rigid steel shuttering may
be used for which same rate of timber shuttering shall be allowed. In every case, joints of the shuttering are to be such as
to prevent the loss of liquid from the concrete. In timber shuttering the joints shall therefore be either tongued or grooved
or the joints must be perfectly closed and lined with craft paper or other types of approved materials. In case of steel
shuttering also, the joints are to be similarly lined. All shuttering and framing must adequately be stayed and braced to
the satisfaction of the Engineer-in-charge for properly supporting the concrete during the period of hardening. It shall be
so constructed that it may be removed without shock or vibration to the concrete.

III. Before the concrete is placed, the shuttering shall, if considered necessary, be coated with an approved
preparation for preventing the adhesion of the concrete of the finished concrete is not stained. Care shall also be taken
that such approved preparation shall be kept out of contact with reinforcement. In no circumstances, shall forms be struck
until the concrete reaches strength of at least twice the stress of which the concrete may be subjected at the time of
striking.
Interior of all mould and boxes must be thoroughly washed out with a hose pipe or otherwise so as to be perfectly
cleaned and free from all extraneous matter previous to the deposition of concrete.
All form-work shall be removed without shock or vibration. Before the form work is stripped, the concrete surface shall be
exposed where necessary in order to ascertain that the concrete has hardened sufficiently. In normal weather and with
ordinary cement vertical or side shuttering may be removed after three days and the bottom shuttering of horizontal
members after fourteen days in case of slabs and twenty-one days in case of beam and cantilevers etc. from the date of
placing the last portion of the concrete in the structure. The above period are the minimum and may be extended if found
necessary. Before stripping the shuttering of structural members, the contractor shall take previous permission of the
Engineer-in-charge or his representative.

IV. Scaffolding: The scaffolding must be strong and rigid stiffened with necessary cross bracers and always decked and
boarded on the sills with close boarded veiling and swings to prevent any injury to persons or materials. The contractor
shall have to allow other traders to make reasonable use of his scaffolding as and when directed by the Engineer-in-
Charge.
If for the interest of the work contractors have to erect scaffolding in other‘s properties including local bodies or
corporation, the arrangement for the same including the cost of licensing fees etc. shall have to be borne by the
contractor and the department should be kept free from any liability on this account.

V. MIXING, PLACING AND COMPACTING: The proportion specified is by volume in dry ridded condition of the different
constituents. Boxes of suitable sizes shall be used for measuring sand and aggregate. The unit of measurement for
cement shall be bag of cement weighing 50 Kg. and this shall be taken as 0.035 cubic metres while measuring the
aggregate, shaking, ramming or hammering shall not be done. The proportioning of sand shall be on the basis of its dry
volume and in case of damp sand allowances for bulk age is made. The aggregate in each batch of concrete are to be
proportioned as to contain full bags of cement. Normally all structural concrete shall be mixed in mixture machine in
appropriate proportion, shall have to be vibrated with suitable vibrator. Mixing shall be continued until there is uniform
distribution of the materials and the mass is uniform in colour and consistency, but in no case mixing shall be done for
less than two minutes. For a particular job the Engineer- in- Charge may allow hand mixing and or hand tapping of
concrete In case of hand mixing concrete, extra cement up to 10% over the standard requirement of cement for
machine mix of particular mix shall have to be provided by the contractor at his own cost. As the bulking of sand may
vary from day to day and at different parts of the day on account of varying moisture content, frequent tests for bulking
shall be carried out with the sand to be used and amount of bulking allowed for in the field mix so as to keep the actual
proportion constant throughout. Only such quantities as are required for immediate use are to be mixed at any one time.
Sufficient water is to be added to obtain proper workability so that the mixture may flow readily round the reinforcement

63 | P a g e
and into every part of the moulds. The workability shall be measured by the amount of slump.
The quantity of water to be used for each mix of 50 kg. cement to give the required consistency shall not be more than
32 liters for 1:2:4 mix, 30 liters for 1:11/2:3 mix and 27 liters for 1:1:2 mix. In the case of vibrated concrete, the limit
specified may be suitably reduced to avoid segregation.

VI. PROTECTION AND CURING : The contractor shall adequately protect freshly laid concrete, about 1 to 2 hours after its
laying, from too rapid drying due to sunshine, drying winds etc. and also from running of surface water and shocks. After
24 hours of laying of concrete, the surface shall be cured by flooding with water of minimum 25 mm depth or by covering
with wet absorbent materials. The curing shall be done for a minimum period of 10 days. Over foundation concrete
masonry work may be started after 48 hours, but curing shall be continued for 10 days.
The proposed foundation area for the concrete structure shall be cleaned of all growths and stripped to designed level/
hard surface. The suitability of foundation be in confirmation with approved drawing, water loss test of the sub soil and
the safe bearing capacity of the soil shall be tested for laying the concrete. Green cutting of concrete by air –water jet
and suitable measures for bonding of concrete between two faces and adjacent layers shall be done properly as
directed. For works involving substantial quantities of concrete, design mix concrete shall be used for concrete of grade
M10,M15,M20 etc. and proportioning of concrete mix ingredients will be by weight. The class or grade of concrete to be
used shall be as shown on the table.

Concrete Class/ Grade Cube strength at 28 days(kg/cm²) Mix proportion if design mix is not adoptable.
M-20 200 1:1.5:3
M-15 150 1:2:4
M-10 100 1:3:6
M-7.5 75 1:4:8
No reinforced concrete shall be of grade less than M-20, in respect of concrete work. Concrete mix ingredients shall be mixed in
a mechanical mixer. In exceptional cases when the quantity is very small, the Engineer-in –charge may allow hand
mixing of concrete to a limited quantity. Exposed surface of concrete shall be kept continuously in a damp or wet
condition by covering the same with sacs, canvas, hessian or similar material for a period of 28 days.
Table for nominal cover to meet durability requirements
Exposure Nominal Concrete cover in mm not less than
Mild 20
Moderate 30
Severe 45

BRICK

All bricks shall be of approved quality of standard specifications, made of good brick earth, uniform deep red, cherry or
copper colour, thoroughly burnt in kiln (machine made) without being vitrified, regular in shape and size, sound, hard,
homogeneous in texture, true to shape and of standard dimension and shall be free from cracks, chips flaws, stones or
humps of any kind and shall not show appreciable signs of efflorescence either dry or subsequent to soaking in water.
The size of bricks shall be 9¾ '’ × 4¾ '’ × 2¾ '’ (conventional), 190 × 90 × 90 mm (modular). The Bricks shall emit a
clear ringing sound on being struck and have minimum crushing strength of 105 kg./sq.cm. All the bricks which absorb
water more than 20% of their own dry weight after 24 hours immersion in cold water shall be rejected.

64 | P a g e
COARSE AGGREGATE

Stone chips of stone ballast for cement concrete work (plain or reinforced shall be hard, of uniform and fine texture, free from
faults or plane of weakness and free from weathered faces. The ballast or chip must be free from, loamy clay or any surface
coating free from organic matter or other impurities and screened free of dust. Stone of black and hard variety as is generally
available from quarries in Pakur areas will be normally used. Stone aggregates from other sources may also be used provided the
same is found suitable in the opinion of the Engineer-in-charge. The ballasts or chips shall be obtained by breaking from large
blocks and must be more or less cubical in shape. Stone chips and Ballast should be graded in a way to give maximum density
(i.e. minimum void.).All course aggregate for concrete work must be well graded. These shall be screened for removal of dust and
if so necessary in the opinion of the Engineer-in-Charge shall be washed at the cost and expense of the contractor

SAND

All sand shall be clean, sharp and free from clay loam organic or any other foreign matter and shall be obtained from approved
sources. The contractor shall get the samples of sand to be used in different kinds of work approved by the Engineer-in-charge
before using the same in work. Sand which in the opinion of the Engineer- in-charge or his representative, is dirty, must be
washed to his satisfaction at the cost and expense of the Contractor.

(i) Sand for all cement concrete works should be coarse (heavier). The sand shall pass through a mess of 5 mm.
Square measured clear. Sand shall not be used for concrete work if it contains more than 10 per cent of fine grains
passing a 76 mesh sieve as used for cement test nor should the fineness modulus be less than 2:00 unless specific
permission is obtained from Engineer-in-charge.
(ii) Medium coarse sand should be used for cement mortar for masonry, plaster etc.
(iii) Fine sand should be used for building plinth-filling and the like.

EXCAVATIONS OF FOUNDATION AND FILLING UP TRENCHES:

I. Foundation when excavated to the level shown in the drawing will be shown to the Engineer-in-Charge and if
on account of bad ground or for any reason whatsoever he decides to go deeper with the foundation, the
contractor shall excavate further to the depths required by the Engineer-in-Charge. In no case shall
the foundation soling or concrete be laid prior to receiving orders to that effect from the Engineer-in-Charge
or his authorized representative.
II. Excavation shall include throwing the excavated earth at least one meter or half the depth of excavation,
whichever is more, clear of the edge. Excavation, in all sorts of soil shall include removing, spreading or
stacking the spoils within a lead of 75 m., necessary trimming the sides of trenches, leveling, dressing and
ramming the bottom, bailing out water as required.
III. The excavated areas around the foundation of structures are to be filled up properly to the required
levels with earth obtained from excavation or other materials as directed, well rammed with water and
consolidated in layers not exceeding 150 mm. at a time. The quantity for this item of work will be measured
on the basis of quantity of excavation paid for less the volume occupied by the structure in foundation.

SAND FILLING

The sub grade shall be levelled to profile and rammed before sand filling in foundation or plinth by silver sand in layers. The area
shall first be saturated with water. Then sand, free of all impurities shall be spread in 150mm layers uniformly, watered and
rammed.

BRICK FLAT SOLING

Single brick flat soling of picked jhama bricks are to be rammed after dressing bed to proper level and joints are to be filled with
powdered earth or local sand.

BRICK WORK

Cement mortar shall be prepared by mixing sand and cement in specified proportion. Sand shall be measured on the basis of its
dry volume. In case of damp sand, its quantity shall be increased suitably to allow for bulk age. Only such quantity of mortar shall
be prepared at a time as could be completely used up in masonry within 30 minutes of mixing. Mortar that remains unused for
longer period than 30 minutes or becomes stiff or set shall not be used. It shall be rejected and wasted. Brick shall be laid in
65 | P a g e
English bond. The brick shall be laid by layering method. A layer of mortar shall be spread on full width for suitable length of the
lower course. Each brick shall first be laid so as to project over the one below, suitably pressed to embed the brick and fill its
inside face fully with mortar. The thickness of joints shall not exceed 10mm and all joints are full of mortar. The face joints shall be
racked to a minimum depth of 15mm so as to provide proper key for plaster. The walls shall be taken up true to plumb with plumb
bob. The thickness of each brick course shall be kept uniform and all courses shall be laid truly horizontal and all vertical joints
shall be truly vertical. Faces of walls found not in plumb shall be dismantled. All connected brickwork shall be carried on nearly at
one level and no portion of the work shall be left more than 1 metre below the rest of the work. Where this is not possible, the
work shall be racked according to bond at an angle not steeper than 45°.The face of brickwork shall be cleaned the very day that
brickwork is laid daily and all mortar droppings removed. Green work shall be protected from rain by suitable covering. The
brickwork shall be kept wet for a period of at least 7 days. The top of masonry work shall be left flooded at the close of the day.
Scaffolding shall be sound and strong and holes left in masonry work for supporting the scaffolding shall be filled and made good,
before plastering. Curing of masonry wall shall commence after 4 to 8 hours of construction (depending upon weather condition)
and water sprayed gently. All exposed surface of masonry shall be kept moist for a period of 14 days.

PLASTERING AND NEAT CEMENTING.

The surface shall be moistened sufficiently. Plaster of specified grade shall be applied to the surface from top and worked down.
The mortar shall be stiff enough to cling to the surface and hold when laid. At the end of the day, the plaster shall be kept in a
clean horizontal or vertical line. The fresh plaster shall be adequately protected about 1 to 2 hours from too rapid drying due to
sunshine, dying wind etc. and also from rains. After 24 hours of plastering, the surface shall be cured. When recommencing the
work on the next day, the edges of old plaster shall be scrapped clean and wetted and treated with cement slurry before the new
plaster is laid adjacent. Water curing of plastering shall be done uninterruptedly for 14 days. Any cracks which appear on the
surface and all such portions which sound hollow when tapped or found soft or otherwise defective shall be cut in rectangular
shape and redone. Required rounding off or chamfering corners and raking out joints, including throating, nosing and drip course,
scaffolding/staging are to be done as required. Neat cement punning in wall, dado, window, sills, floor, drain etc. should be 1.5
mm. thick.

PAINTING ON MASONARY WALL.

White wash:- The surface is to be brushed free from mortar droppings and foreign matter before application of the treatment. The
white wash ( 3 coats on inside surface) is to be prepared with 5 parts of stone lime and 1 part of shell lime with necessary
gum(2kg per cum of lime) using indigo as necessary. The operation of each coat shall consist of four consecutive strokes of the
brush, one horizontally from right to left and from left to right and the third stroke bottom to upward and the fourth from top to
downward before the previous stroke dries.

Each coat shall be allowed to dry before the next coat applied. No portion of the surface shall be left out initially to patch up latter
on. The brush shall be dipped in white wash or colour wash, pressed lightly against the wall of the container and then applied by
lightly pressing against the surface with full swing of hand. The white wash on ceiling should be done prior to that on walls.

Decorative cement based paint:-


Decorative cement based paint of approved quality after preparing the surface including scraping the same thoroughly (plastered
or concrete surface) as per manufacturer's specification and direction of Engineer in charge.

PRIMING & PAINTING ON METAL SURFACES

All surfaces for painting shall be properly sand papered and cleaned and where necessary good quality putty shall be used to
hide all holes, cracks, open joints etc. Paint shall be applied with approved brushes and surfaces shall be sand papered after
every coat. All work when completed shall present a smooth, clean solid and uniform surface, to the satisfaction of the Engineer
in- Charge.

Steel Primer:
For steel surface red oxide primer, zinc chromate primer of approved brand and manufacture and as per direction of the
Engineer-in-Charge is to be applied on the surface. The surface should be made free of grease, rust, moisture and loose
particles.

Synthetic Enamel Paint:


Synthetic enamel paint of approved brand and manufacture and of the required shade shall be used for the top coat and an
undercoat of shade to match the coat as recommended by the manufacturer shall be used. Undercoat of the specified paints of
66 | P a g e
shade suited to the shade of the top coat shall be applied and allowed to dry overnight. It shall be rubbed next day with the fine
grade of wet abrasive paper to ensure a smooth and even surface free from brush marks and all loose particles dusted off. Top
coats of specified paint of the desired shade shall be applied after the undercoat is thoroughly dry. Additional finishing coats shall
be applied if found necessary to ensure properly uniform glossy surface.

SIGN BOARDS

FITTING OF DANGER BOARD AND SHOCK TREATMENT CHART.


200 mm x 300 mm EI Danger Board/mark as per IS 2551-1963 &IS 9823-1978 in two distinguishing position in the door of kiosk
(outside) Shock treatment chart in a wooden frame with brass screw.

SIGN BOARD
Sign board should be made 3 mm thick MS plate of size 300 mm × 600 mm and fitted and fixed on 50 mm GI Pipe of IS 1239/90
(part-1) including cutting, welding and writing on both sides of Sign board. Base – Yellow and word Black. Both bottom end of the
stands pipe will be grouted in M-15 CC(1:2:4) on a single brick flat soiling for identifying the exact location of Solar Tube Well
scheme (one at road side and other at site) .
Tentative nos. of painting block letters or digits in

Sd/-
[Subhash Basak]
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Raiganj

67 | P a g e
GENERAL TERMS & CONDITIONS
1. No claim out of typing, printing, arithmetical and/or clerical mistakes anywhere in the tender
shall be entertained.

2. In case of confusion over any clause/terms/conditions of the tender the decision of Superintending Engineer
(A-I), Raiganj (A-I) Circle, Raiganj shall be final and binding.

3. The site of work may be changed within the District under special circumstances for which no extra
claim shall be entertained.

4. No claim for any idle labour shall be entertained under any circumstances.

5. The exact location of the site for execution of the works will be shown and handed over to the contractor by the
Engineer-in-charge or his authorized representative. After completion of the work the site will have to be handed over
to the Executive Engineer or to the authority as directed by the Executive Engineer.

6. Time is the essence of the contract and the contractor shall have to put in full endeavour to maintain the target
schedule by arranging required tools and plants and adequate labour force for completion of the work within the
stipulated completion period. Under normal circumstances no extension of time shall be allowed.

7. Immediately after taking over the site, the contractor shall inform the Engineer-in-charge, about the work
programme in writing.

8. The work shall be carried out strictly according to the tendered schedule of work and specification laid down
therein. No extra or supplementary item of work shall be taken up nor shall any deviation from scheduled specification
or drawing be made without prior written approval of the Engineer-in-charge.

9. The mode of execution of all construction work and mode of measurement shall be as laid down in the current
WRDD schedule if not otherwise mentioned in this contract.

10. All provisions of labour laws including all amendments thereof shall be strictly followed by the
contractor for execution of the work under this contract.

11. Contractor shall make necessary arrangement for water required for work and for drinking purpose of
his labour force including accommodation of the workers at the site at his own cost.

12. All fittings that are to be supplied by the contractor shall be of best quality and up to the full
satisfaction of the Engineer-in-charge. The fittings shall be used in the work only after approval of the Engineer-in-
charge. All rejected materials whatsoever shall be removed from the site within 48(forty-eight) hours of such rejection
otherwise the Department shall arrange to dispose of these rejected materials through auction.

13. (A) The contractor shall maintain a Site register having duplicate pages serially machine numbered at site.

13 (B) The contractor will remain present at the time of lowering of Pump Motor assembly and solar Installations by
Resource Circle and Co-Operate with the agency during the work.

14. On successful completion of work in all respect by the agency 80% payment will be made and the rest 20 %
payment will be made on completion of rest of the work of solar installation and lowering of pump motor and after
making deductions as per Government Rules in force. The total Security Deposit will be released after successful
completion of warranty period.

15. Mode of Payment:-The payment for the work will be made after successful completion of the work subject to
availability of fund. Payment for the work will be made by the Concerned Executive Engineer (A-I)

16. The contractor whose tender will be accepted shall make the formal agreement within seven (7) days from the
date of issue of acceptance letter by this office with the concerned Executive Engineer on payment of usual charges
of tender documents and submit the same duly signed by him / them to this office. If the contractor fails to perform the

68 | P a g e
formalities within the specified period, the tender will liable to be cancelled and earnest money will be forfeited.

17. The acceptance of the tender will rest with the accepting authority that does not bind him to accept the
lowest or any other tender and reserves the right to reject in part or in full of all tenders received or to split up the work
in Different groups without assigning any reason thereof.

18 The successful Tenderer /Bidder will remain liable for following the West Bengal Contract Labour
(Regulation& Abolition) Rules in force.

19 Contractor will not be entitled for any compensation for rejection of his tender.

20. Contractor / Tenderer / Bidder should furnish self-declaration of history of arbitration/


litigation/suspension and /or banning of the firm, if any.

Sd/-
[Subhash Basak]
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Raiganj

69 | P a g e
SPECIAL CONDITIONS OF CONTRACT
1. LABOUR :
The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of
all staff and labour, local or other, and for their payment, housing, feeding and transport.

The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at such
intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time
to time employed by the Contractor on the Site and such other information as the Engineer may require.

2. COMPLIANCE WITH LABOUR REGULATIONS :

During continuance of the contract, the Contractor and his sub-contractors shall abide at all times by all existing
labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central
Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or
notification that may be issued under any labour law in future either by the State or the Central Government or the
local authority. Salient features of some of the major labour laws that are applicable to construction industry are
given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by
the competent authority on account of contravention of any of the provisions of any Act or rules made there under,
regulations or notifications including amendments. If the Employer is caused to pay or reimburse, such amounts as
may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall
have the right to deduct any money due to the Contractor including his amount of performance security. The
Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required
for making good the loss or damage suffered by the Employer. The employees of the Contractor and the Sub-
Contractor in no case shall be treated as the employees of the Employer at any point of time.

Sd/-
[Subhash Basak ]
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Raiganj

70 | P a g e
SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS
ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK
(The law as current on the date of bid opening will apply)

a) Work men Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out of and during
the course of employment.
b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain conditions on
separation if an employee has completed 5 years’ service or more or on death the rate of 15 days wages for every
completed year of service. The Act is applicable to all establishments employing 10 or more employees.
c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly contributions
by the employer plus workers @ 10% or 8.33%. The benefits payable under the Act are:
(i) Pension or family pension on retirement or death, as the case may be. (ii)
Deposit linked insurance on the death in harness of the worker.
(iii) Payment of PF. accumulation on retirement/death etc.
d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of confinement
or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be provided by the
Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the
Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the Contractor is
required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal
Employer if they employ 20 or more contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by appropriate
Government as per provisions of the Act if the employment is a scheduled employment. Construction of
Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lies down as to by what date the wages are to be paid, when it will be paid and what
deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male and
Female workers and for not making discrimination against Female employees in the matters of transfers, training and
promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The Act
provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to
employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per month or
above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per month only. The Act does not
apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances.
Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this
Act and up to date modification if any will also be applicable.

j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial disputes, in
what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the
employees or closing down the establishment.

k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or more
workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying
down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same
certified by the designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and employers.
The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities.

71 | P a g e
m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years
of age in certain occupations and processes and provides for regulation of employment of children in all
other occupations and processes. Employment of Child Labour is prohibited in Building and Construction
Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979: The Act is
applicable to an establishment which employs 5 or more inter-state migrant workmen through an
intermediary (who has recruited workmen in one state for employment in the establishment situated in
another state). The Inter-State migrant workmen, in an establishment to which this Act becomes
applicable, are required to be provided certain facilities such as housing, medical aid, travelling expenses
from home upto the establishment and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act
1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction
work and employs 10 or more workers are covered under this Act. All such establishments are required to
pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government.
The Employer of the establishment is required to provide safety measures at the Building or construction
work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing
accommodations for workers near the work place etc. The Employer to whom the Act applies has to
obtain a registration certificate from the Registering Officer appointed by the Government.

p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory,
health and safety provisions, welfare provisions, working hours, annual earned leave and rendering
information regarding accidents or dangerous occurrences to designated authorities. It is applicable to
premises employing10 persons or more with aid of power or 20 or more persons without the aid of power
engaged in manufacturing process.

3. DELETED.

4. DELETED.
5. PROTECTION OF
ENVIRONMENT: Add
thefollowingasGCCClause16.2:

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

During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing
enactments on environmental protection and rules made there under, regulations, notifications and bye-
laws of the State or Central Government, or local authorities and any other law, bye-law, regulations that
may be passed or notification that may be issued in this respect in future by the State or Central
Government or the local authority.

Salient features of some of the major laws that are applicable are given below:
The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of water
pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such
contamination of water or such alteration of the physical, chemical or biological properties of water or such
discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water
(whether directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or
injurious to public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate
uses, or to the life and health of animals or plants or of aquatic organisms.
The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of air

72 | P a g e
pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any
solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as
may be or tend to be injurious to human beings or other living creatures or plants or property or
environment.

The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and for
matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants
and property. 'Environment' includes water, air and land and the inter-relationship which exists among
and between water, air and land, and human beings, other living creatures, plants, micro-organism and
property.
The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of
providing immediate relief to the persons affected by accident occurring while handling hazardous
substances and for matters connected herewith or incidental thereto. Hazardous substance means
any substance or preparation which is defined as hazardous substance under the Environment
(Protection) Act 1986, and exceeding such quantity as may be specified by notification by the Central
Government.

[Employers should note that the Loan Agreement between IBRD and the borrowing country may establish specific
measures to be taken during construction of the Works for the protection of the environment. Sub- clause
16.2 should be modified/expanded to take into account such specific measures or other measures
considered appropriate by the Employer]

6. LIQUIDATED DAMAGES:
Sub-clause 49.1: Please substitute the last sentence with the following:
“Time is the essence of the contract and payment or deduction of liquidated damages shall not relieve the
contractor from his obligation to complete the work as per agreed construction program and milestones or
from any other of the contractor’s obligations and liabilities under the contract.

Sd/-
[Subhash Basak ]
Executive Engineer (A-I)
Raiganj (Agri-Irrigation) Division
Raiganj

Signature Not Verified


Digitally signed by SUBHASH BASAK
Date: 2021.01.21 19:44:42 IST
73 | P a g e Location: West Bengal-WB

You might also like