Professional Documents
Culture Documents
– II bu i ld i ng
OFFICE OF FO U ZDA R I C OU RT C OM PO U ND
THE EXECUTIVE ENGINEER C ant o n me nt R o ad ,
BERHAMPORE DIVISION - I Ber hampo r e * M ur sh id ab ad
PUBLIC WORKS Pi n – 7 42 101 * We s t B e ng al
P h on e & F a x : 0 3 4 8 2 - 25 2 00 6
DIRECT ORATE
e- m a il: e eb di v1 @ gma i l. co m
Memo. No.: 1793 Dated: 30.10.2023
Bidder eligible for exemption of EMD as per West Bengal Govt. rules may avail the same and
necessary documents regarding the exemption of EMD must be uploaded in the EMD folder of
Page 1 of 48
Statutory bid documents.
Technical Bid and Financial Bid both will be submitted concurrently duly digitally signed in the
https://wbtenders.gov.in Tender document may be downloaded from website & submission of
Technical Bid/Financial Bid as per tender Date & Time schedule.
The documents submitted by the bidders should be properly indexed & digitally signed.
2. Both Technical document and Financial Bid are to be submitted in technical (Statutory & Non- Statutory) and
financial folder concurrently duly digitally signed in the website http://etender.wb.nic.
3. The FINANCIAL OFFER of the prospective tenderer will be considered only if the TECHNICAL Document of the
tenderer found qualified by the Executive Engineer (PWD) Berhampore Division No. I. The
decision of the Executive Engineer (PWD) Berhampore Division No. I will be final and absolute in
this respect. The both list of Qualified Bidders will be displayed in the website and also in the Notice
Board of the office of the Executive Engineer, Berhampore Division No. I, P.W.D., on the scheduled
date and time.
ii) Price schedule of the work executed by the agency as credential shall have to
be uploaded along with the credential certificate to substantiate the
eligibility of the intending tenderer for the work otherwise the tender shall
be considered as informal and the tender may be considered as cancelled.
N.B.:- Completion certificate should contain (a) Name of work, (b) Name of Client,
(c) Amount put to tender, (d) Schedule month and year of commencement and
completion as per work order (e) actual month and year of completion. (f) Gross
value of the work done as per final bill.
iii) No extra claim shall be entertained for night works. The successful bidder unable
to complete the work in this time frame shall be barred from participating in any
tenders in this Division within next 3(three) years. Payment may be done on
availability of fund.
iv) Valid up to date clearance of Income Tax return / Professional Tax Clearance Certificate /
P.T. (Deposit Challan) / Pan Card / GST Registration Certificate / Voter ID Card for
self identification to be accompanied with the Technical documents [Non statutory
Documents ] Income Tax Acknowledgement Receipt for latest assessment year to be
submitted. [Non statutory Documents]
v) Declaration regarding Structure and Organization duly digitally signed by the applicant to be
submitted along with application.
vi) Registered Unemployed Engineers’ Co-operative Societies are required to furnish
valid Bye Law, Current Audit Report, Current N.O.C. from A.R.C.S., Minutes of last A.G.M. and
also submit documents of the society consists at least 10 (ten) members out of which at
least 60% should hold degree or diploma in any branch in Engineering as per memo no
44-A/4M-11/2002 dt. 09.01.2004 of Deputy Secretary-III, P.W.D.
vii) Joint venture will be allowed to participate in the NIT as per G.O.No.311-W(C)/1M-
132/15 dated 28.03.2018 of the Additional Chief Secretary, PWD, Works Branch
for building works of value less than Rs.25.00 crore, composite in nature, having
predominantly civil works with electrical components less than 25% of the total
estimated amount put to tender.
viii) A prospective bidder participating in a single job either individually or as partner of a
firm shall not be allowed to participate in the same job in any other form.
Page 2 of 48
ix) A prospective bidder can participate in more than 1(one) work provided bid permits
and the bidder is capable to arrange and deploy separate set of required machineries for
multiple works and complete the work in specified time.
x) Where there is a discrepancy between the unit rate & the line item total resulting from
multiplying the unit rate by the quantity, the unit rate quoted shall govern.
xi) Prevailing safety norms has to be followed so that LTI (Loss of time due to injury) is zero.
xii) Provisions for Extra/Substituted Items & deviations shall be guided by Order No. 6754-
PWD/L&A/2M-312/2017 dated 18.12.2017 of Law & Arbitration Cell, PWD
xiii) BOQ items inclusive of GST and Labour Cess as per PWD Schedule. GST rate has
been considered as per rules.
xiv) This rate has been calculated considering prevailing minimum wages vide No.
210/Stat/RW/108/568/2012/LCS/JLC dated 31.12.2020 of the Labour
Commissioner, Government of West Bengal and also considering contribution to
E.P.F., E.S.I. and Bonus to be made by the agency as per memorandum vide no.
3790-F(Y) Dated 21.07.2014 of Joint Secretary, Finance (Audit) Department, Govt.
of West Bengal
xv) Rate of every item to be offered should be inclusive of everything viz. cost of
materials, labour, transport and installation at site etc. No separate/ additional
payment for any of the above component of any item of work will be made.
xvi) The eligible responsive bidder, whose some total offered price considering all the
items of works stands lowest, will be considered for awarding the entire work. In
no case award of individual item of work will be awarded to the concerned item-
wise Lowest Bidder.
xvii) Credential certificate issued by the Executive Engineer or equivalent or competent authority [not
below the rank of Executive Engineer] of a State / Central Government, State / Central Government
undertaking, Statutory / Autonomous bodies constituted under the Central/ State statute, on the
executed value of completed / running work will be taken as credential as per G.O. No.03-
A/PW/O/10C-02/14.Dated:12.03.2015.
xviii) The Participating bidders must follow the sequence as specified in Table No. -
01, Page- 13 of this eNIT during their uploading of Statutory, non-statutory and
other technical documents. In case of non- Presence of any documents within
designated folder only, the tender evaluation committee shall have the all rights
to disqualify the concerned bidder on the ground of non-submission of
documents in desired sequence.
6. Agencies shall have to arrange land for erection of Plant & Machineries, storing of materials, labour
shed, laboratory etc. at their own cost and responsibility.
7. All materials such as cement steel are to be procured from the departmental store which will be supplied by
the Department and recovery rates for departmental materials if any, as stipulated in the
departmental schedule of rates of PWD under Central Circle (PWD) in force of the date of
tendering with up-to-date corrigendum, addenda effected herein.
8. Location of departmental Go-down from which departmental materials to be issued for work within the
jurisdiction of this division office.
9. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the
selected agencyon all contracts awarded on or after 01/11/2006 in pursuance with G.O. no. 599A/4M-28/06
dated 27/09/2006. GST, Royalty & all other Statutory levy / CESS will have to be borne by the contractor &
the rate in the schedule of rates are inclusive of all the taxes & CESS stated above.
Page 3 of 48
10. In connection with the work, Arbitration will not be allowed. The Clause No. 25 of 2911(ii) is to be
considered as deleted clause vide gazette notification no 558/SPW-13th December, 2011.
11. Bids shall remain valid for a period not less than 120 (One hundred twenty) days after the dead line date for
Financial Bid submission. Bid valid for a shorter period shall be rejected by the Executive Engineer,
Berhampore Division No. I, PWD as non-responsive.
12. The tender for the work invited in this NIT are urgent and shall be completed during stipulated
time as per NIT.
13. Selected agency has to obey the protocol of Hon’ble Judicial Court and Administrative Buildings
while executing the work at Court and Different Administrative Compounds.
15. It is desirable that the participating bidders should have sufficient credential in restoration of
heritage building in Govt. /PSU/Undertaken/ Autonomous Bodies etc.
16. Strict implementation of Direction for Preventive measures to be taken to control air pollution
as per Order No.1M-21/2017/06-R/W(N) dated 16.06.2017 of the Joint Secretary (Project &
Coordination), Public Works Department to the Government of West Bengal:-
i) Wrapping of construction area / buildings with geotextile fabric, installing dust barriers, or
other actions, as appropriate for the location.
ii) Applying water and maintain soil in a visible damp or crusted condition for temporary
stabilization.
iii) Applying water prior to leveling or any other earth moving activity to keep the soil moist
throughout the process.
iv) Limiting vehicle speeds to 15 mph on the work site.
v) Cleaning wheels and undercarriage of haul trucks prior to leaving construction site.
vi) Applying and maintaining dust suppressant on haul routes.
vii) Applying a cover or screen to stockpiles and stabilize stockpiles at completion of activity by
water and maintain a dust palliative to all outer surfaces of the stockpiles.
viii) Stabilizing surface soils where loaders, support equipment and vehicles should operate by
using water and maintain surface soil in a stabilized condition where loaders, support
equipment and vehicles will operate.
ix) Stabilizing adjacent disturbed soils following paving activities with immediate landscaping
activity or installation of vegetative or rock cover.
x) Maintaining dust control during working hours and clean track at the end of the work shift /
day.
xi) Stabilizing sloping surface using soil binders until vegetation or ground cover can effectively
stabilize the slope.
xii) Disposal of debris in consultation with the local authorities following proper environmental
management practice.
xiii) During construction work, including cutting of marbels, ambient noise level should not
exceed more than 65 db(A).
Practices to be discarded:-
i) Disposal of debris indiscriminately.
Page 4 of 48
ii) Allowing the vehicles to run at high speed within the work site.
iii) Cutting materials without proper dust control/noise control facility.
iv) Keeping materials without effective cover.
v) Allowing access to the work area except workers to limit soil disturbance. Access may be
prevented by fencing, ditches, vegetation, berms or other suitable barrier.
vi) Leaving the soil, sand and cement stack uncovered.
vii) Keeping materials or debris on the roads or pavements.
viii) Burning of old tyres in hot mix plant as a fuel during construction and repairing of the roads
for melting coal tar.
17. As per order of the Engineer in Chief & Ex-Officio Secretary, Public Works Department’s Memo
No.385/-ENC/2021 dated 02.08.2021
Guideline for use of reinforcement steel in RCC structures:-
1. In view of the notification no 8(1)/2015-TD (Vol-IV) dt. 12.05.2016 of Ministry of Steel,
Govt. of India in supersession of the same Ministry's notification no 4(8)/2010- SD-1 dt.
24.04.2015 and recent D.O letter No. 5-20027/13/2020-TECH dt. 12.01.2021 of Addi.
Secretary, Ministry of Steel, Govt. of India, different Government Organisations like
Ministry of Road Transport & Highways, Govt. of India and Central Public Works
Department have issued revised guidelines for use of reinforcement steel in structures.
2. After careful consideration, it has been decided to supersede the previous order issued
vide Memo. No. 765-ENC/2020 dt. 10.12.2020 of Engineer in Chief & Ex• officio
Secretary, Public Works Department, Govt. of West Bengal and align the existing policy
of use of reinforcement steel by PWD as being followed by CPWD , MORTH and other
Govt. of India Organisations.
3. The modified guidelines for use of reinforcement steel are as follows:
3.1 The reinforcement steel of any RCC structure shall confirm to the provision of IS
1786:2008 -Indian Standard Specification for High Strength Deformed Steel Bars and
Wires for concrete reinforcement with all its amendments, currently up to
4th amendment, published on 4th July, 2019 and with subsequent forthcoming
amendments, if any.
3.2 The Producer/Manufacturer/Contractor/Supplier shall produce manufacture's
certificate as per cl. no.12.4 of IS 1786: 2008 (Latest amendment).
3.3 The bundle containing the bars/wires conforming to the requirements of the standard
IS 1786:2008 may be certified as per the conformity assessment schemes under the
provisions of the Bureau of Indian Standards Act, 2016 and the Rules and regulations
framed thereunder, and the bundle containing the bars/wires shall be marked with the
Standard Mark. [As per cl.no 13.4 BIS certification marking, 4th amendment to IS
1786:2008]. The Manufacturers/Producers/Suppliers shall have to produce valid
license in favour of the original producer to use the standard mark of the Bureau of
Indian Standard.
3.4 For deformed bars produced by re-rolling finished products such as plates and rails
(virgin or used or scrap), or by rolling material, full documentation of the metallurgical
history has to be produced. [As per cl.no.1.6 of IS 1786:2008]
3.5 The reinforcement steel procured should be tested (both physical and chemical tests)
as per required frequencies and as per relevant codes of Bureau of Indian Standards by
procuring Authority I Engineer in Charge of the works at any NABL accredited
laboratory or premier academic institutions like IITs. Cost of such testing will be borne
by the suppliers I contractors from whom the Department is going to procure the
reinforcement steel. The test results (both physical and chemical) should conform to IS
Page 5 of 48
432, IS 1786, IS 13920, IRC:112 (Code of practice for concrete road bridges published
by Indian Roads Congress) [Latest revisions] whichever is applicable.
Authority/ Engineer in Charge of the works are also advised to check the quality of the
HSD bars undergone through heat treatment (Quenching and self tempering) by doing
the "Ring test" with Nital (5% nitric acid in alcohol) as stated in the Annex-A of IS
1786:2008, though this test is not to be regarded as the criterion for rejection. The
reinforcement steel conforming to the requirements of the relevant standard for
chemical and physical properties shall be considered acceptable.
3.6 The Authority/Engineer in Charge shall have the full power to reject the consignment
of the reinforcement steel represented by the sample tested, in case the testing of the
same cannot meet the required criteria of the relevant code .
3.7 The Property of Ductility of reinforcement bars, being the utmost importance to
effectively resist the seismic loads in structures or moving loads inducing stress
reversal in bridges, has to be properly checked following the provisions in IS
13920:2016 (Indian standard specification for ductile design and detailing of
reinforced concrete structures subjected to seismic forces).
3.8 For coastal zone and in abrasive climate, to make the structures disaster resilient,
protection for corrosion of reinforcement steel is an important issue. To do that,
Authority/ Engineer in Charge should make special provision of either of the choices
like Corrosion resistant reinforcement steel I take corrosion protection measures for
rebars as per IS 9077:1979, reaffirmed on 2018/ Fusion bonded epoxy coating of rebars
as per IS 13620:1993 reaffirmed on 2015/ Hot dip Zinc coating on re bars as per IS
12594: 1988 reaffirmed on 2016, with lowering of bond for coated reinforcement as
per provision of IRC:112 (2020).
4. The NIT approving authority may prescribe for important structures like Bridges / Multi-
storied buildings, brands of reinforcement steel like SAIL, TATA, RINL, JSW, JSPL in the
tender notice.
5. The Producers / manufactures, who have their registered office and / or manufacturing /
production units in the State of West Bengal may be given preference of use.
6. For the purpose of monitoring record of the quality of the reinforcement bars, the Planning
and Monitoring Circle, PWD shall maintain a record, the instances of reinforcement bars of
any make which have failed to meet the relevant codal provisions after testing. All EEs in
charge of works are instructed to furnish any such information about non-compliance of codal
provisions to the Superintending Engineer, Planning and Monitoring Circle, PWD .
7. All field officials will strictly follow the above-mentioned guidelines and maintain register at
the sites showing the details of all tests done on reinforcement bars, and cross check with
the test results supplied by the manufacturers for the corresponding lot of bars.
8. This order will take immediate effect and will be in force till further orders.
9. The Bidder’s Net Worth for the last year calculated on the basis of capital, profit and free
reserve available to the firm should be positive.
Page 6 of 48
18a :- Important information
Bid Opening
Office of the Executive Engineer, Berhampore
Division No. I, PWD , 1st floor, B .K . – II bu ild i ng
f ou zd ar i co u rt c o mp o un d
C ant o n me nt R o ad , B er h ampo r e , M ur s hid ab ad
19. The Agency will be liable to maintain the work at working portion at the appropriate service level to the
satisfaction of the Engineer-in-Charge at his own cost for a period as per prevailing Govt. rule from the date
of completion of the work. If any defect/damage is found during the period as mentioned above contractor shall
make the same good at his own cost expense to the specification at par with instant project work. Failure to do
so, penal action against the Agency will be imposed by the Department as deem fit. The Agency will have to quote
his rate considering the above aspect.
No interest would be paid on the Security Deposit.
20. All Bidders are requested to present in the Office of the Executive Engineer, Berhampore Division No. I,
PWD, during opening the financial bid Executive Engineer, Berhampore Division No. I, PWD, may call
Open Bid/Seal Bid after opening of the said bid to obtain the suitable rate further, if it is required. No
objections in this respect will be entertained raised by any Bidder who will present during opening of bid,
or from any Bidder who will absent at the time of opening of Financial Bid. No informal tenderer will be
entertained in the Bid further.
21. Site of work and necessary drawings may be handed over to the agency phase wise. No claim in this
regards will be entertained.
Page 7 of 48
22. As per Finance Department Audit Branch Memorandum No. 4608-F(Y) date 18/07/2018, the successful
bidder shall have to submit additional Performance Security @ 10% of the tendered/quoted amount in the
form of Bank Guarantee if the accepted bid value is 80% or less the estimate put to tender/sanctioned
amount within 7 (Seven) working days from the date of issuance of letter of acceptance failing which
necessary penal measures will be taken as per rules.
23. Additional / Supplementary / substitute items should be as per Finance Department Audit Branch
Memorandum No. 4609-F(Y) date 18/07/2018.
24. Earnest Money : The amount of Earnest Money @ 2% (two percent) of the Estimated amount put to tender.
As per Finance Department order No. 6417-F (Y) dated 26.08.2015, the three State Government
Enterprises viz, Mackintosh Burn Limited, Westinghouse Saxby Farmer Limited and Britannia
Engineering Limited are exempted from Deposit of Earnest Money for participating in Government
tenders, subject to the condition that they will furnish Security deposit if selected in the tender
25. 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 a contract
for the work as mentioned in the Notice Inviting Tender, before submitting offer with full satisfaction, the cost of
visiting the site shall be at his own expense.
26. The intending Bidders shall clearly understand that whatever may be the outc ome of the present
invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The Executive Engineer,
Berhampore Division No. I, PWD reserves the right to reject any application for purchasing Bid
Documents and to accept or reject any offer without assigning any reason whatsoever and is not liable for any
cost that might have incurred by any Tenderer at the stage of Bidding.
th
27. Refund of EMD : As per Finance Department Order No. 3975-F(Y) dated 28 July, 2016 (Annexure –
A).
28. Prospective applicants are advised to note carefully the minimum qualification criteria as
mentioned in ‘Instructions to Bidders’ before tendering the bids.
29. Conditional/ Incomplete tender will not be accepted.
30. The intending tenderers are required to quote the rate on line.
31. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act.
1970 (b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or any other laws
relating thereto and the rules made and order issued there under from time to time.
32. Guiding schedule of rates : For Building Works : Schedule of rates of Central Circle, P.W.D. with effect from
01.07.2014 for Building, Sanitary & Plumbing works, materials and labour and PW(R) Dte. Schedule of rates
with effect from 01.07.2014 along with up-to-date corrigenda and addenda to be applicable on the date of
issue of this notice if any.
33. During the scrutiny, if it come to the notice to tender inviting authority that the credential or any other paper
found incorrect/ manufactured/ fabricated, that bidder would not allowed to participate in the tender and
that application will be out rightly rejected without any prejudice.
The Executive Engineer, Berhampore Division No. I, PWD, reserves the right to cancel the N.I.T. due
to unavoidable circumstances and no claim in this respect will be entertained.
34. In case if there be any objection regarding prequalifying the Agency that should be lodged to the
Executive Engineer, Berhampore Division No. I, PWD within 24 (twenty four) hours from the date of
publication of list of qualified agencies and beyond that time schedule no objection will be entertained by the
Executive Engineer, Berhampore Division No. I, PWD
35. Before issuance of the WORK ORDER, the tender inviting authority may verify the credential and other
documents of the lowest tenderer if necessary. After verification if it is found that the documents
submitted by the lowest tenderer is either manufactured or false in that case work order will not be issued in
favour of the said Tenderer under any circumstances.
36. If any discrepancy arises between two similar clauses on different notification, the clause as stated in later
notification will supersede former one in following sequence.
i) Form No. 2911.
ii) NIT
iii) Special terms & conditions.
iv) Technical Bid., v)Financial Bid
Page 8 of 48
37. Qualification criteria.
The tender inviting & Accepting Authority will determine the eligibility of each bidder, the
bidders shall have to meet all the minimum regarding.
a) Financial Capacity.
b) Technical Capability comprising of personnel & equipment capability.
c) Experience/Credential
The eligibility of a bidder will be ascertained on the basis of the digitally signed documents in
support of the minimum criteria as mentioned in a, b, c above. If any document submitted
by a bidder is either manufacture or false, in such cases the eligibility of the bidder/ tenderer
will be out rightly rejected at any stage without any prejudice.
38. Where an individual person holds a digital 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
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
provisions of the Registration Act, 1908 vide Order of the Governor, Secretary to the Govt. of West
Bengal’s No.61/SPW/12 dated 08.06.2012.
39. Any intending bidders who have failed to execute more than one works contract under any Directorate of this
Department and was terminated by any sub rule under clause 3 of Tender Form No.2911 or terminated under
any clause of Standard Bidding Document by the Engineer-in-Charge / Employer during last 3(three) years will
not be eligible to participate in any bid under any Directorate under this Department for another 2(two) years
from the date of imposition of last termination notice by the Engineer-in-Charge / Employer vide Assistant
Chief Engineer-II, PWD’s Memo No.6607/CE/PWD dated 18.02.2014.
40. Special Note: In terms of Order No.736-F(Y) dated 10.02.2015 and also Order No.2705-F(Y) dated
30.03.2015, discontinuation of LOC system made w.e.f. 01.04.2015. Payment will be made w.r.t e-Bantan
Module (Allotment of Fund) and e-Pradan (e-payment), through electronic media. For imposition of new
system all the contractor should have to submit a) Bank A/C number b) IFSC Code of Bank c) One cancelled
cheque d) Photo copy of PAN card and VAT registration certificate. Payment will be made by Pay & Accounts
Officer, Kolkata. Paymentable amount will deposited in respective Bank A/C of each contractor, no cheque will
be issued from this Division.
(A). The Tenderer have to submit an agreement in non-judicial stamp paper of requisite value with an
Electrical contractor for execution of the Electrical components of the work. However, the onus and
full responsibility for execution of the total work (Civil & Electrical) will be on the tenderer who will
execute the agreement with the Department.
(C). The Electrical Contractor should posses :- a). Valid Electrical Contractor License issued by the
Licensing board, Government of West Bengal. b). Have Valid electrical supervisor’s certificate of
competency (SCC) part No. 1,2, 11,6-A & 10 issued by the Licensing board, Government of West
Page 9 of 48
Bengal. c). Have sufficient credential of similar nature of Electrical works. d). Have to give necessary
undertaking for presence and engagements of licensed Electrical supervisor and licensed Electrician
for supervision and execution of work.
Page 10 of 48
SECTION A
INSTRUCTION TO BIDDERS
SECTION – A
I
Instructions/ Guidelines for tenders for electronic submission of the tenders online have been annexed for
assisting the contractors to participate in e-Tendering.
1. Registration of Contractor
Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered
with the Government e-Procurement system; through logging on to https://etender.wb.nic.in (the web
portal of public works department) the contractor is to click on the link for e-Tendering site as given on
the web portal.
2. Digital Signature certificate (DSC)
Each contractor is required to obtain a class-II or Class-III Digital Signature Certificate (DSC) for
submission of tenders, from the approved service provider of the National Information’s Centre(NIC) on
payment of requisite amount details are available at the Web Site stated in Clause-2 of Guideline to
Bidder DSC is given as a USB e- Token.
3. The contractor can search & download NIT & Tender Documents electronically from computer once he
logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only
mode of collection of Tender Documents.
4. Participation in more than one work
A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a
partner of a firm. If found to have applied severally in a single job all his applications will be rejected for
that job.
A prospective bidder(including his participation in partnership) shall be allowed to participate in single
road /building work as mentioned in the list of schemes.
5. Submission of Tenders.
General process of submission, Tenders are to be submitted through online to the website stated in Cl. 2
in two folders at a time for each work, one in Technical Proposal & the other is Financial Proposal
before the prescribed date &time using the Digital Signature Certificate (DSC) the documents are to be
uploaded virus scanned copy duly Digitally Signed. The documents will get encrypted (transformed into
non readable formats).
A. Technical proposal
The Technical proposal should contain scanned copies of the following in two covers (folders).
A-1. Statutory Cover/ Technical file Containing
i. Prequalification Application (Sec-B, Form – I).
ii. Demand Draft/ Bankers Cheque towards cost of tender documents as prescribed in
the NIT, against each serial of work in favour of Executive Engineer concerned with
the work
iii. Demand Draft/ bankers Cheque towards earnest money(EMD) as prescribed in the
NIT against each of the serial of work in favour of the Executive Engineer,
Berhampore Division No. I, P.W.D.
iv. Fixed security Deposit of 12.5 lack (Certificate of such deposit by the P.W.
Department needs to be furnished.(For the intending tender who possess such
certificate & wants to submit against EMD)
v. Tender form No. 2911 & NIT(Properly upload the same Digitally Signed). In case
quoting any rate in 2911 the tender liable to summarily rejected).
vi. Special Terms, condition & specification of works.
Financial Proposal (in cover folder)
A-2 . The rate will be quoted in the BOQ. Quoted rate will be encrypted in the B.O.Q. under
Financial Bid.
Page 11 of 48
B. Non statutory / Technical Documents
i. Professional Tax (PT) deposit receipt challan (up to date), Pan Card, IT Saral for the Assessment year
2020-21, GST Registration Certificate (Valid 15-digit Goods and Services Taxpayer Identification
Number (GSTIN) under GST Act-2017 (As per G.O. No.-4374-F(Y) dated 13.07.2017,).
iv. Power of Attorney (For Partnership Firm/ Private Limited Company, if any).
v. Current Year no objection Certificate issued by the Assistant Register of Co-Op(S) (ARCS). Valid bye
laws are to be submitted by the Registered labour Co-Op(S), Engineers’ Co.- Opt.(S).
vi. List of Technical staffs along with structure & organization (Section – B, Form – III).
vii. Credential for completion of at least one similar nature of work under the authority of State/ Central
Govt. statutory bodies under State/Central Govt. constituted under the statute of the State/ State Govt.
having a magnitude of 40(Forty) percent of the Estimated amount put to tender during the last 5(five)
years prior to the date of issue of this NIT is to be furnished.(Ref. Cl. No. 4(i) of this NIT(Section – B,
Form – V). Scanned copy of Original Credential Certificate as stated in 5(i) of NIT.
Note:- Failure of submission of any of the above mentioned documents (as stated in A1, A2 & B) will
render the tender liable to summarily rejected for both statutory & non statutory cover.
Page 12 of 48
THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGE IN THE
FOLLOWING MANNER
Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit
Non Statutory Documents” to send the selected documents to Non-Statutory folder. Next Click the tab “Click to
Encrypt and upload” and then click the “Technical” Folder to upload the Technical Documents.
Table No.- 01
Sl. Category Sub Category Details
No. Name Description
A. CERTIFICATES CERTIFICATES 1. GST Registration certificate.
(Valid 15-digit Goods and Services
Taxpayer Identification Number (GSTIN)
under GST Act-2017 (As per G.O. No.-
4374-F(Y) dated 13.07.2017)
2. PAN
3. P. Tax Challan (Up to date)
4. IT Receipt (Up to date)
5. IT-Return (Up to date)
B. Company Details Company Details – I 1. Proprietorship Firm (Trade
License Up to Date).
2. Partnership Firm (Registered deed
as per Indian Partnership Act,
Registered Power of Attorney, upto
date Trade License)
3. LTD Company (Incorporation
certificate, Trade License)
4. Society (Society Registration copy,
Trade License)
Page 14 of 48
SECTION – B
FORM-I
To
The Executive Engineer,
Berhampore Division No. I, P.W.D.
Dear Sir,
Having examined the pre-qualification documents (N.I.T. & Volume-I), I /we hereby submit all the
necessary information and relevant documents for evaluation.
The application is made by me / us on behalf of………………………………………………………… In the
capacity……………………………………………………………………………………………….. duly authorized to
submit the order.
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the
group of firms for Application and for completion of the contract documents is attached herewith.
We are interested in bidding for the works given in Enclosure to this letter.
We understand that:
(a) Engineer -in-Charge/ Employer can amend the scope & value of the contract bid under this
project.
(b) Engineer -in-Charge/ Employer reserves the right to reject any application without assigning
any reason;
Encl:-
Date:-
Page 15 of 48
SECTION – B
FORM-III
STRUCTURE AND ORGANISATION
(Mandatory)
(Following Field must be filled up clearly)
: Office Address
Telephone No.
: Mobile No.
: Fax No.
A. 2. Office Address
I) Telephone No.
: Mobile No.
: Fax No.
II) E-mail id :
Page 16 of 48
SECTION-B
Page 17 of 48
FORM-V
EXPERIENCE PROFILE (Mandatory)
TENDER FOUND TO HAVE SUBMITTED UNDER FALSE NAME : When a Contractor, whose tender has been
accepted under a given name is subsequently discovered to have given a false name, his contract may at the
discretion of the Authority accepting the tender be annulled his Security Deposit will be forfeited.
Page 18 of 48
SECTION — 3
GENERAL :
Unless otherwise stipulated all the works are to be done as per general conditions and general
specifications in the “Departmental Schedule” which means the Public Works Department,
Schedule of Rates for works in West Bengal for the working area including upto date addenda and
corrigenda, if any, published by the Superintending Engineer, P.W.D., Planning & Monitoring
Circle.
The project should be executed as per IS code /IRC/MOST/MORTH standards
regarding the quality of materials and various item of works.
If the stipulations of the various components of the contract documents be at variance in any
respect, one will over-ride the other (only in so far as those are at variance) in the order of
precedence as given below:
All works covered in the clause appearing hereinafter shall be deemed to form a part of the
appropriate item or items of works appearing in the schedule whether specifically mentioned in
any clause or not and the rates quoted shall include all such works unless it is otherwise
mentioned that extra payment will be made for particular works.
Page 19 of 48
ENGINEER-IN-CHARGE AND COMMENCEMENT OF WORK :
The word “Engineer-In-Charge” means the Executive Engineer, P.W. Directorate of the concerned
Division. The word “Department” appearing anywhere in the tender documents means P.W.
Department, Government of West Bengal, who have jurisdiction, administrative or executive over
part of whole of the works forming the subject matter of the tender or contract. The word
“approved” appearing anywhere in the documents means approved by the Engineer-In-Charge.
TRANSPORTATION ARRANGEMENT :
The contractor shall arrange for all means of transport including Railways Wagons required for
carriage and supply of materials and also the materials required for the construction work. The
Department may however, at their own discretion grant necessary certificates, if required, for
procurement of railways Wagons. But, in case of failure of the Department to help the Contractor
in this respect, the contractor will have to procure wagons at his own initiative and no claim
whatever on the ground of non-availability of wagons shall be entertained under any
circumstances.
If Railways Wagons are not available, the Contractor will have to depend on transport of materials
by road as necessary to complete the work in time and the contractor must consider this aspect
while quoting rate.
Page 20 of 48
CONTRACTOR’S SITE OFFICE :
The contractor shall have an office adjacent to the work as may be approved by the
Engineer-In-Charge where all directions and notice of any kind whatsoever which the Engineer-
In-Charge or his representative may desire to give to the contractor in connection with the contract
may be left and same when left at or sent by post to such office or delivered to the
Contractor’s authorized agent or representative shall be deemed to the sufficiently served upon
the contractor.
b) To give requisition for Departmental materials, Tools & Plants etc. to receive the same and sign
hand receipts thereof.
c) To attend measurements when taken by the Departmental Officers and sign the records of such
measurements which will be taken of acceptance by the Contractor.
The selection of the authorized representatives subject to the prior approval of the
Executive Engineer concerned and the contractor shall in writing seek such approval of the
Executive Engineer giving therein the name of work, Tender No., the Name, Address and the
specimen signature of the representative he wants to appoint and the specific purposes as
specified in Clause 9 (a), (b) and (c) which the representative will be authorized for even after first
approval, the Executive Engineer may issue at any subsequent date.
Page 21 of 48
Revised directions about such authorized representative and the contractor shall be bound to abide
by such directions. The Executive Engineer shall not be bound to assign any reason for any of
his directions with regard to the appointment of authorized representative. Any notice
correspondence etc. issued to the authorized representative or left at his address, will be
deemed to have been issued to the contractor himself.
POWER OF ATTORNEY :
The Provision of the power of attorney, if any, must be subject to the approval of the
Department. Otherwise the Department shall not be bound to take cognizance of such of attorney.
EXTENSION OF TIME :
For cogent reasons over which the contractor will have no control and which will retard the
progress, extension of time for the period lost will be granted on receipt of application from the
contractor before the expiry date of contract. No claim whatsoever for idle labour, additional
establishment, cost of materials and labour and hire charges of tools & Plants etc., would be
entertained under any circumstances. The contractor should consider the above factor while
quoting his rate. Applications for such extension of time should be submitted by the contractor
in the manner indicated in Clause 5 of the printed form of W.B.F. No. 2911 (ii).
CONTRACTOR’S GODOWN :
The contractor must provide suitable godowns for cement and other materials at the site of work.
The cement godown is to be sufficient in capacity and it must be water tight with either an elevated
floor with proper ventilation arrangement underneath the floor or if a solid raised flooring is
made, cement is to be stored on bamboo or timber tonnage to the satisfaction of the Engineer-In-
Charge. No separate payment will be made for these godowns or for the store yard. Any cement
which is found at the time of use to have been damaged shall be rejected and must immediately
to removed from the site by the Contractor or deposited as directed by the Engineer-In-
Charge.
ARRANGEMENT OF LAND :
The contractor will arrange land for installation of his Plants and Machineries, his godown, store yard,
labour camp etc. at his own cost for the execution of the work. Departmental land, if available may
be spared for the purpose on usual charges as fixed by the Engineer- In-charge.
Page 22 of 48
ROYALTY:
The Contractor will have to submit the receipt of payment of royalty to the Government for use of
sand, stone materials, laterite, Moorum, gravel etc. to the Engineer-In-charge before preparation
of bill for payment, when they collect the materials directly from the source. If they collect the
materials from the authorized quarry holder or commercials establishment who directly or
indirectly pay the royalty to the Government, necessary certificate or cash memo for sale in that
respect from them shall have to be produced to the Engineer-In-Charge, failing which necessary
deduction from the dues of the contractor may be made as fixed by the Engineer-In-Charge.
In Case of supplementary items or of claims may not be entertained unless supported by entries in
the Work Order Book or any written order from the Tender Accepting Authority.
The first page of the Work Order Book shall contain the following particulars:
Page 23 of 48
h) Specific purpose for which the contractor’s representatives is authorized to act on behalf of
the Contractor
i) Signature of the authorized representative duly attested by the Contractor
j) Signature of the Sub-Divisional Officer concerned
k) Date of actual completion of work
l) Date of recording final measurement
Entries in (k) & (l) above shall be filled in on completion of the work and before the Work
Order Book is recorded in the office of the Sub-Divisional Officer.
CLEARING MATERIALS:
Before starting any work, work site, where necessary, must be properly dressed after cutting
clearing all varieties of jungles shrubs, bamboo clusters or any undesirable vegetation from
the alignment or site of works on completion of works all temporary structure or obstruction
including some pipes in underground work, if any, must also be removed. All scars of construction
shall be obliterated and the whole site shall be left in a clear and neat manner to the satisfaction
of the Engineer-In-Charge. No separate payment shall be made for all these works, the cost
thereof being deemed to have been included in the rates of various items of works quoted by the
contractor in the schedule of probable items of works.
SUNDRY MATERIALS:
The contractor must erect temporary pillars, master pillars etc. as may be required in suitable
places as directed by the Engineer-In-Charge at his own cost before starting and during the work by
which the departmental staff will check levels layout different works and fix up alignment and the
contractor shall have to maintain and protect the same till completion of the work. All petty and
sundry material like, pegs, strings, nails, flakes instruments etc. and also skill labour require
for setting out the levels for laying out difference structures and alignment shall also be
supplied by the contractor at his own cost.
SUPPLEMENTARY/ADDITIONAL ITEM OF WORKS :
Notwithstanding the provisions made in the related printed tender Form (if any) any item of the
work which can be legitimately be considered as not stipulated in the specific schedule of
probable items of work but has become necessary as a reasonable contingent item during actual
execution of work will have to be done by the Contractor if so, directed by the Engineer-In-Charge
and the rates will be fixed with manner as stated below :-
(a) Rate of supplementary items shall be analyzed to the maximum extent possible from rates o f
the allied items of work appearing in the P.W. (Roads) Department schedule of rates of probable
items of work forming part of tender document.
(b) In Case, extra items do not appear in the above Public Works Department (WB) Schedule
of Rates for building works materials and labour, sanitary & plumbing works , such items for the
Page 24 of 48
works shall be paid at the rates entered in the Public Works Department (Roads) Schedule of Rates
for the working area.
(c) If the rates of the supplementary items cannot be computed even after applications of clauses
stated above, the same shall be determined by analysis from market rates of material, labour
and carriage cost prevailing at the time of execution of such items work. Profit and overhead
charges (both together) at 10% (Ten percent) will be allowed, the contractual percentage will
not be applicable.
(e) Contractual percentage shall only be applicable with regard to the portions of the analysis based
on clauses (a) & (b) stated above only.
It may be noted that the cases of supplementary items of claim shall not be entertained unless
supported by entries in the Work Order Book or any written order from the tender.
COVERED UP WORKS:
When one item of work is to be covered up by another item of work the latter item shall not be
done before the formal Item has been measure up and has been inspected by the Engineer-in-
charge or the Sub-Divisional Officer, as the authorized representatives of the Engineer-In-
Charge and order given by him or proceeding with the latter item of work. When however, this
is not possible for practical reasons, the Sub-assistant Engineer, if so, authorized by the Sub-
Divisional Officer may do this inspection in respect of minor works and issue order regarding the
latter item.
APPROVAL OF SAMPLE:
Samples of all materials to be supplied by the contractor and to be used in the work shall have to be
approved by the Engineer-in-charge and checking the quality of such materials shall have to be done
by the concerned Department prior to utilization in work.
Page 25 of 48
All materials and Tools and Plants and all labour (skilled and unskilled) including their housing,
water supply, sanitation, light, procurement of food staff, medical aid etc. are to be arranged for by
the contractor. The cost of transport of labour, materials and all items as aforesaid shall also have
to be borne by the Contractor.
DRAWINGS :
All works shall be carried out in conformity with the drawings supplied by this Department. The
Contractor shall have to carry out all the works according to the departmental general arrangement
drawing and detail working drawings to be supplied by the Department from time to time.
SERVICEABLE MATERIALS:
The responsibility for stacking the serviceable materials obtained during dismantling of existing
structure/road (to be decided by the Engineer-in-charge) and handling over the same to the
Engineer-in-charge of work of this Department lies with the contractor and nothing will be paid on
this account. In case of any loss or damage of serviceable materials prior to handling over the same
to this Department, full value will be recover from the Contractor’s bill at rates as will be
assessed by the Engineer-in-charge.
UNSERVICEABLE MATERIALS:
The Contractor shall remove all unserviceable materials, obtained during execution at place as
directed. The contractor shall dressed up and clear the work site after completion of work as per
direction of the Engineer-in-charge. No extra payment will be made on this account.
IDLE LABOUR:
Whatever the reasons may be no claim of idle labour, enhancement of labour rate additional
establishment cost, cost of TOLL and hire and labour charges of tools and plants Railway
freight etc. would be entertained under any circumstances.
CHARGES AND FEES PAYABLE BY CONTRACTOR:
a) The contractor shall be all notices and pay all fees required to be given or paid by any statute or
any regulation or by law and any local or other statutory authority which may be applicable to the
works and shall keep the department against all penalties and liability of every kinds for breach of
such statute regulation or law.
b) The Contractor shall have save harmless and indemnify the department from and against
all claims demands suit and proceedings for or an account of infringement of any patent rights
design, trade mark of name of other protected write in respect of any constructional Plant
machine, work, materials, thing or process used for or in connection
with works or temporary works or any of them.
Page 26 of 48
ISSUE OF DEPARTMENTAL TOOLS AND PLANTS:
All Tools and Plants required for the work will have to be supplied by the Contractor at his own
cost, all cost of fuel and stores for proper running of the Tools and Plants must be borne by the
Contractor.
Page 27 of 48
opinion of the Engineer-In-Charge and is modified by him. The contractor must pray in writing,
showing sufficient reasons therein, for modification of programme. The conditions laid down in clause
2 of the printed tender form regarding the division of total period and progress to work and the
time table therefore as provided in the said clause shall be deemed to have been sufficiently
complied with it the actual progress of work does not fall short of the progress laid down in the
approved time table for one fourth, half and three fourth of time allowed for the work.
Page 28 of 48
TESTING OF QUALITIES OF MATERIALS & WORKMANSHIP:
All materials and workmanship shall be in accordance with the specifications laid down in
the contract and also as per M.O.R.T. & H’s specification for Road and Bridge Works (4 th
Revision) and IS codes and the Engineer-In-Charge reserves the right to test, examine and
measure the materials/workmanship direct at the place of manufacture, fabrication or at
the site of works or any suitable place. The contractor shall provide such assistance,
instrument machine, labour and materials as the Engineer-In-Charge may require for
examining, measuring and testing the works and quality, weight or quantity of materials
used and shall supply samples for testing as may be selected and required by the Engineer- In-
Charge without any extra cost. Besides this, he will carry out tests from outside
Laboratory as per instruction of Engineer-In-Charge. The cost of all such tests would be
borne by the agency.
TIMELY COMPLETION OF WORK:
All the supply and the work must have to be completed in all respects within the time
specified in Notice Inviting Tender from the date of work order. Time for completion as
specified in the tender shall be deemed to be the essence of the contract.
PROCUREMENT OF MATERIALS:
All materials required for complete execution of the work shall be supplied by the contractor
after procurement from authorized and approved source.
REJECTION MATERIALS:
All materials brought to the site must be approved by the Engineer-In-Charge. Rejected
materials must be removed by the Contractor from the site within 24 hours of the issue of
order to that effect. In case of non-compliance of such order, the Engineer-In-Charge shall
have the authority to cause such removal at the cost and expense of the contractor and the
contractor shall not be entitled to claim for any loss or damage of that account.
FORCE CLOSURE:
In case of force closure or abandonment of the works by the Department the contractor
will be eligible to be paid for the finished work and reimbursement of expenses actually
incurred but not for any losses.
Page 29 of 48
TENDER’S RATE:
The contractor should note that the tender is strictly based on the rates quoted by the
Contractor on the priced schedule of probable item of work. The quantities for various other
items of works as shown in the priced schedule of probable items of works are based on the
drawing and design prepared by the Department. If variations become necessary due to design
consideration and as per actual site conditions, those have to be done by the contractor at the
time of execution at the rate prescribed in the tender clause. No conditional rate will be
allowed in any case.
a) Rate quoted shall be inclusive of clearing site including removal of surplus earth, rubbish,
materials etc. as per direction of the Engineer-In-Charge.
b) Rate quoted shall be inclusive of West Bengal Sales Tax, Income Tax Octroi and all other
duties, if any.
c) Display board to size 150cm X 90cm is to be provided at site of work with Sal Bullah Post to a
height of 1.5 Metre at the cost of the contractor including insertion as directed by the Engineer-In-
Charge.
e) Deep excavation of trenches and left out for days should be avoided.
f) The Contractor or supplier should not import into West Bengal on competitive price basis.
g) The whole work will have to be executed as per Departmental drawings available in this
connection at the tender rate.
h) As per Finance (Taxation) Department of Income Tax Will be made from each bill of the
contractor as per applicable rate in force.
i) In accordance with the West Bengal Taxation Laws (amendment) Ordinance Value
Added Tax will be deducted from contractor’s bill as per existing VAT rules.
ARBITRATION:
There shall be no provision for Arbitration under this contract, Provision under clause
25 of WBF No. 2911 (ii) is thus considered deleted.
Page 30 of 48
DECLARATION BY THE TENDERER
I/We have inspected the site of work and have made myself/ourselves fully
acquainted with local conditions in and around the site of work. I /We have
carefully gone through the Notice Inviting Tender and other tender documents
mentioned therein along with the drawi ng attached. I/We have also carefully
gone through the 'Priced schedule of Probable Items and Quantities'.
My/Our tender is offered taking due consideration of all factors regarding the
local site conditions stated in this Detailed Notice Inviting Tender to complete the
proposed construction as per drawings referred to above in all respects.
I/We promise to abide by all the stipulations of the contract documents and
carry out and complete the work to the satisfaction of the department.
I/We also agree to procure tools and plants, at my/our cost required for the
work.
Signature of Tenderer
Page 31 of 48
Page 32 of 48
Page 33 of 48
Page 34 of 48
Page 35 of 48
Page 36 of 48
Page 37 of 48
Page 38 of 48
Page 39 of 48
Page 40 of 48
Annexure-A
Page 41 of 48
Page 42 of 48
Page 43 of 48
Page 44 of 48
Page 45 of 48
Page 46 of 48
Page 47 of 48
Signature Not Verified
Digitally signed by MANAS KUMAR SAHA
Date: 2023.10.30 16:16:08 IST
Page 48 of 48 Location: West Bengal-WB