You are on page 1of 20

GOVERNMENT OF WEST BENGAL

DIRECTORATE OF PUBLIC HEALTH ENGINEERING


OFFICE OF THE EXECUTIVE ENGINEER, PURULIA DIVISION
RANCHI ROAD, PURULIA- 723101
E-mail:- ee_pur@wbphed.gov.in
Memo. No. 1617/PD Dated, Purulia, the 02 / 11 / 2022

ELECTRONIC NOTICE INVITING TENDER No. 21 OF 2022-23 OF THE


EXECUTIVE ENGINEER, PURULIA DIVISION, PHE DTE.
On behalf of the Governor of West Bengal, e-Tenders are hereby invited in WBF 2911 by
the Executive Engineer, Purulia Division, P.H. Engg. Dte. from the reputed, bonafide, financially
sound agencies having sufficient experience in execution of similar type of work as mentioned in
eligibility 20criteria for the following work(s).

Earnest Money Time of Defect


SL
Name of Work Estimated Cost (Rs.) @ 2% completi Liability
No (Rs.) on Period
A B C D F H
1 Water supply Tap Connection Arrangement for 9
nos AWC within Arsha Block (Part-F),9 nos Awc
Within Arsha block (Part-G) & 2nos AWC within 5 Year from
9464751.00 189295.00 45 the date of
Arsha Block (Part-J) from newly sinked tubewell completion.
Days
by mechanical division of Purulia District under
Purulia Division, PHE Dte.

2 Water supply Tap Connection Arrangement for 6


5 Year from
nos AWC within Baghmundi Block (Part-H) of 4961997.00 99240.00 45 the date of
Purulia District under Purulia Division, PHE Dte. Days completion.

3 Water supply Tap Connection Arrangement for 3


nos AWC within Balarampur Block (Part-P),2 nos 5 Year from
5788997.00 115780.00 45 the date of
Awc Within Balarampur block (Part-Q) & 2nos completion.
AWC within Balarampur Block (Part-R) of Days
Purulia District under Purulia Division, PHE Dte.
4 Water supply Tap Connection Arrangement for 9
5 Year from
nos AWC within Barabazar Block (Part-F)of 7442996.00 148860.00 45 the date of
Purulia District under Purulia Division, PHE Dte. completion.
Days

5 Water supply Tap Connection Arrangement for


5 Year from
11 nos AWC within HURA Block (Part-B-I) from 5205613.00 104112.00 45 the date of
newly sinked tubewell by mechanical division of completion.
Days
Purulia District under Purulia Division, PHE Dte.

6 Water supply Tap Connection Arrangement for


5 Year from
11 nos AWC within HURA Block (Part-B-II) from 5205613.00 104112.00 45 the date of
newly sinked tubewell by mechanical division of completion.
Days
Purulia District under Purulia Division, PHE Dte.

7 Water supply Tap Connection Arrangement for


5 Year from
12 nos AWC within JHALDA-1 Block (Part-A) of 9923995.00 198480.00 45 the date of
Purulia District under Purulia Division, PHE Dte. completion.
Days
8 Water supply Tap Connection Arrangement for
5 Year from
12 nos AWC within JHALDA-1 Block (Part-B) of 9923995.00 198480.00 45 the date of
Purulia District under Purulia Division, PHE Dte. completion.
Days

9 Water supply Tap Connection Arrangement for 3


5 Year from
nos AWC within JHALDA -II Block (Part-G)&2 4134998.00 82700.00 45 the date of
nos Awc Within JHALDA-II block (Part-I) of completion.
Days
Purulia District under Purulia Division, PHE Dte.

10 Water supply Tap Connection Arrangement for


5 Year from
12 nos AWC within MANBAZAR-1 Block (Part-F) 9923995.00 198480.00 45 the date of
of Purulia District under Purulia Division, PHE completion.
Days
Dte.

11 Water supply Tap Connection Arrangement for


5 Year from
12 nos AWC within MANBAZAR-II Block (Part-A) 9923995.00 198480.00 45 the date of
of Purulia District under Purulia Division, PHE completion.
Days
Dte.

12 Water supply Tap Connection Arrangement for


11 nos AWC within NETURIA Block (Part-C-I) 5 Year from
5205613.00 104112.00 45 the date of
from newly sinked tubewell by mechanical completion.
division of Purulia District under Purulia Days
Division, PHE Dte.
13 Water supply Tap Connection Arrangement for
11 nos AWC within NETURIA Block (Part-C-II) 5 Year from
5205613.00 104112.00 45 the date of
from newly sinked tubewell by mechanical completion.
division of Purulia District under Purulia Days
Division, PHE Dte.
14 Water supply Tap Connection Arrangement for
20 nos AWC within NETURIA Block (Part-F) 5 Year from
9464751.00 189295.00 45 the date of
from newly sinked tubewell by mechanical completion.
division of Purulia District under Purulia Days
Division, PHE Dte.
15 Water supply Tap Connection Arrangement for
12 nos AWC within PARA Block (Part-D)& 5 nos 5 Year from
8045039.00 160901.00 45 the date of
Awc Within PARA block (Part-C-II) from newly completion.
sinked tubewell by mechanical division of Days
Purulia District under Purulia Division, PHE Dte.
16 Water supply Tap Connection Arrangement for
5 Year from
20 nos AWC within Para Block (Part-F) from 9464751.00 189295.00 45 the date of
newly sinked tubewell by mechanical division of completion.
Days
Purulia District under Purulia Division, PHE Dte.

17 Water supply Tap Connection Arrangement for


10 nos AWC within PURULIA-I Block (Part- 5 Year from
4732376.00 94648.00 45 the date of
K,L,M,N,N,O,P,Q,R) from newly sinked tubewell completion.
by mechanical division of Purulia District under Days
Purulia Division, PHE Dte.
18 Water supply Tap Connection Arrangement for 6
nos AWC within PURULIA-II Block (Part- 5 Year from
2839425.00 56789.00 45 the date of
J,L,M,N,N,O) from newly sinked tubewell by completion.
mechanical division of Purulia District under Days
Purulia Division, PHE Dte.
19 Water supply Tap Connection Arrangement for 4
5 Year from
nos AWC within RAGHUNATHPUR-II Block (Part- 3307998.00 66160.00 45 the date of
I) of Purulia District under Purulia Division, PHE completion.
Days
Dte.

20 Water supply Tap Connection Arrangement for 2


nos AWC within RAGHUNATHPUR-II Block (Part- 5 Year from
C),12 nos Awc Within RAGHUNATHPUR block 6625326.00 132507.00 45 the date of
(Part-G) from newly sinked tubewell by Days completion.
mechanical division of Purulia District under
Purulia Division, PHE Dte.
21 Water supply Tap Connection Arrangement for
5 Year from
12 nos AWC within SANTURI Block (Part-C) from 5678851.00 113577.00 45 the date of
newly sinked tubewell by mechanical division of completion.
Days
Purulia District under Purulia Division, PHE Dte.

Cost of other Tender Documents excluding


Sl.
Estimated cost of work put to tender the cost of Printed Tender Form [as per 4
No.
(b)]
1 Upto Rs.1.25 Lac Rs. 250.00
2 Above Rs.1.25 Lac & upto Rs.5.00 Lac Rs. 750.00
3 Above Rs.5.00 Lac & upto Rs.25.00 Lac Rs. 1,000.00
4 Above Rs.25.00 & upto Rs.125.00 Lac Rs. 2500.00
5 Above Rs.125.00 & upto Rs.500.00 Lac Rs. 5000.00
6 Above Rs.500.00 Lac & upto Rs.2000.00 Lac Rs. 10000.00
7 Above Rs.2000.00 Lac Rs. 15000.00

Price of tender documents should be deposited through GRIPS Challan.

1) The Tender Notice’s available at our website www.wbphed.gov.in


2) In the event of e-Filing intending bidder may download the tender document from the website
http://etender.wb.nic.in directly by the help of Digital Signature Certificate. Submission of
Prequalification Bid/ Technical Bid/ Financial Bid is to follow the stipulated date & time Schedule

3) The documents submitted by the Bidders should be properly indexed & self-attested.
4) Eligibility for participating in the Tender:
Permission for participating in the tender will be given only to those fulfilling the following
eligibility criteria during last 5 (Five) financial years.
Technical Criteria:
a) Completion value of similar work(s) should not be less than 40 % of above estimated cost of each
separate work (supported with payment certificate issued by the officer not below to rank of Executive
Engineer (E.E.) or Divisional Engineer (D.E.) in a single contract in last 5 years OR 2 (two) works of
similar nature of 30% of estimated amount in last 5 years OR Credential of one single running work of
similar nature which has been completed to the extent of 80% or more and value of which is not less
than the desired value of 40% of amount put to tender - (Copy of completion certificate uploaded except
mentioning actual date of completion will not be entertained.) Only work order will not be treated as
credential. (Filling up and submission of Table – 1 in this regard is a MUST).
i) All aforesaid certificates to be related with works under Union/State Govt/PSU/Govt
Undertakings.
ii) Valid Professional Tax Receipt Challan for the year 2019-20, Valid PAN issued by the IT Dept.
Govt. of India, Valid 15- digit goods and Services Taxpayer Identification Numbers (GSTIN) under
GST Act 2017 as per notification No: - 4374 – F(Y) dated 13-07-2017 & Income Tax
Acknowledgement Receipt for assessment year 2018-2019 to be submitted.
iii) The intending bidder have to produce an authorised agreement document made with any of the
MNRE certified sole manufacturers of the Solar panels & pumps as a supplier as mentioned in
the vendor list provided. The scanned copy of this document should be submitted in the
technical bid.
iv) Annual average turn-over of minimum 75 % (Seventy Five percent) of the amount put to tender
in each of last 3 (three) consecutive audited financial year
v) The Joint venture in any form and shape will not be allowed.

The intending bidder must have valid electrical licence and electrical supervisory licence
certificate. (Joint venture in any form and shape will not be allowed)
The intending tenderer will have to submit authentic documents in support of acclaimed
credential for all the above works as indicated against all items. All document attached shall be stamped
and signed by a Notary. Original certificate / order copies / other document as required shall have to be
produced on demand during evaluation.
Moreover, the tender inviting authority reserves the right to relax the eligibility criteria, except sl. no. (ii), of
the applicant in respect of any of the technical or financial requirements, if it is deemed to be necessary
for fair & competitive tender without assigning any reason whatsoever.

The application of the intending tenderer who is already working in PHE Dte. and whose
performance, if found unsatisfactory, will not be entertained.
5) The intending tenderer(s) fulfilling the above requirements should bid for the work included in
the Bid notice with all related evidentiary documents. The tender inviting authority reserves the
rights to accept or reject their offered bid as deemed necessary to finalize the tenders
satisfactorily without assigning any reason whatsoever.
6) Selection of eligible agency will be made strictly on the basis of scrutiny and evaluation of the
particulars as to be furnished at the time of bidding. Decision of the tender inviting authority in
this regard shall be final & binding.
7) The tendering process will follow e-tendering methodology and all rules and regulation pertaining
to the tender will be binding to the tenderers.
8) Earnest Money:
A) A bidder desirous for taking part in the tender shall login to the e procurement portal of the
Govt. of West Bengal https://wbtenders.gov.in using his login ID and password and thereafter may
download the tender document from the website directly with the help of digital signature
certificate. As per memo no: PHE/1557/ 0-9/16 dt. 08-08-2016 of the Deputy Secretary
(Technical), PHE Department in concurrence to G.O. No: 3975-F (Y) dt. 28-07-2016 of the
Secretary, Audit Branch, Finance Department a bidder should initiate a payment of pre -defined
EMD for the tender by selecting from either of the following payment modes:
i) Net banking (Any of the banks listed in the ICICI bank payment gateway) in case of payment
through ICICI bank Payment Gateway
ii) RTGS / NEFT in case of offline payment through bank account in any.
Earnest Money in any other form will not be accepted. Without Earnest Money, the tender will be
treated rejected.
Earnest Money @ 2 % as mentioned against each sl. No. of work to be deposited by the Bidder.
The entire 2% (two percent) of deposited amount shall be converted to initial security deposit of
the contract for the successful bidder.
Deposited Earnest money only will be refunded to the unsuccessful Bidder(s) without any
interest after successful execution of the agreement with the successful bidder.
9) Time of completion: Time of completion of the work is 45 (Forty Five) Days.
No time extension will be allowed. If the Agency fails to complete the job with the stipulated
period, he may be barred for participating any further tender with the jurisdiction of Purulia
for a period of 2 (two) years.
10) Security Deposit @ 2% (eight percent) will be deducted from each progressive bill. The
entire amount of such 3% (three percent) of Security Deposit (Initial 2% + additional 1%) will be
refunded without any interest as per clause of tender

11) The tendering operation will follow e-tendering process and all rules and regulation pertaining to the
tender will be binding to the tenderers.
12) Retention money against tender item no. 2 (Supply, installation & lowering solar panel based AC
pumping machinery ......) @ 30% will be deducted from the bill & retained for 5 (five) which shall be
relished after Operation & Maintenance (O&M) for a period of 5 (five) year from successful
completion, commissioning and completion of five years of maintenance of the work without any
Interest only at the following manner. After completion of 1 st year Operation & Maintenance (O&M)
30% , after completion of 3 rd year Operation & Maintenance (O&M) 30 % and after completion of 5 th
year Operation & Maintenance (O&M) 40 %
13) The payment for the work will be made as per the provision in this regard in the agreement form
(WBF 2911) subject to availability of fund. The work to be executed by the agency as per direction
with the Engineer-in-charge.
14) Contractors should quote rates in Financial Bids both in words and figure on percentage Less /
Above / At par over the estimated rates and cost of the schedule work all inclusive of taxes and
charges whatsoever as applicable & payable as per Govt. rules in vogue. For any numerical
mistakes, rate quoted in words shall be final.
15) Before Biding, the Bidder(s) may visit the site to satisfy themselves about the local condition & other
matters at their own cost. No claim whatsoever on the ground of insufficient knowledge about the
work site or local condition will be entertained at a later date and no claim in future will be
entertained.
16) The rates quoted in the tender shall remain valid for 180 (one hundred eighty) days from the
date of submission of bid / tender for acceptance.
17) Signatory, who will sign on tender document on behalf of a company or firm must produce the
registered document in respect of their competence to do so, failing which the tender will not be
considered.
18) Income Tax, GST, Labour welfare and CESS etc. as admissible will be deducted from the progressive
bills as per Govt. order in vogue. GST will be deducted and deposited of TDS on GST as per
Government Order and policy time to time.
19) The contractor whose tender will be accepted shall make the formal agreement within seven (7) days
from the date of issue of intimation to that effect by this office on payment o f usual charges to the
Divisional office and submit the same duly signed by him/ them to the of fice of the Executive
Engineer, Project Management Unit, West Bengal Piped Water Supply Project (Purulia), PHED, Govt.
of West Bengal. If the contractor fails to perform the formalities within the specified period, the
tender will liable to be cancelled and earnest money will be forfeited.
20) The acceptance of the tender will rest with the accepting authority who does not bind himself 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.
21) If any Bidder withdraws his tender before its acceptance or refuses to work withi n a reasonable time
without assigning any satisfactory explanation for such act, he shall be disqualified to participate in
subsequent and other tenders for a period of one (1) year or more. The earnest money deposited will
also be forfeited.
22) The successful Bidder will remain liable for following the West Bengal Contract labour (Regulation &
Abolition) Rules in force and necessary certificates from appropriate authority to be submitted
within seven (10) days from the date of work order failing which the work order is liable to be
cancelled.
23) Contractor will not be entitled for any compensation for rejection of his tender.
24) Contractor will not be entitled for any compensation for price escalation in labour or materials or
other item whatsoever.
25) Completion certificate produced as credential should clearly indicate the description of works, value
of contract, executed work value, date of award, actual date of completion etc. and name, address,
telephone no. of the client.
26) Conditional tender will not be accepted under any circumstances and shall be deemed as “informal”.
27) The applicant must furnish a registered / notarised self-declaration in non-judicial stamp paper
stating that he is not under any suspension, banned or debarment to participate in the bidding
process and have not suppressed any fact / facts any under Govt. of West Bengal.
28) The applicant must not be attracted with any penal action by this dept. or he must not be subjecting
to any proceedings / inquiry of the dept. wherein his performance has been questioned during last
Tender Inviting Authority Executive Engineer, Purulia Division, P.H.E.D.
Complex Ranchi Road, Purulia, West Bengal
Engineer-In-Charge Executive Engineer, Purulia Division, P.H.E. Dte.
five years.
29) Name and address of the:

30) In case of sudden closure of office due to reason beyond the control and understanding, the last date
and time as indicated may be extended up to next working date and time without issuance of
further separate notice.
31) No. documents will be entertained, if sent by post/courier.
32) For detailed information & clarification, the intending applicants shall have to contact the office of
the Executive Engineer, Purulia Division, PHE Dte. on any working day during office hours and to
be submitted not later than 48 hours prior to start of submission only.
33) Tender, which do not fulfil the conditions specified in the tender documents or do not fulfil the
requirement of the tender in any respect will be liable for rejection
34) The tender inviting authority reserves the right to deny or accept or reject any or all the applications
and to annul the tendering process, at any point of time without any obligation & assigning any
reasons what-so-ever.
35) Date & time schedule: -

Sl.
Particulars Date & Time
No.
Date of uploading of NIET Tender Documents (online) (Publishing
1 02.11.2022 at 6 P.M.
date)
2 Document download start date (online) 02.11.2022 at 6.30 P.M.
Both Technical and financial bid submission starting date
3 02.11.2022 at 6.30 P.M.
(online)
Both Technical and financial bid submission closing
4 22.11.2022 at 6 P.M.
date(online)
5 Date of opening of Technical Proposals (online) 25.11.2022 at 10 A.M.
Date will be declared
6 Date of uploading of list of technically qualified bidders (online)
after technical scrutiny
Date will be declared
7 Date of opening of financial bid (online)
after technical evaluation
Date of uploading of list of bidders along with the rates through
8 (online), also if necessary for further negotiation through (offline) Next date of financial bid
for final rate.

36) In case of Ascertaining Authority at any stage of tender process or execution of work necessary
registered irrevocable power of attorney is to be produced.
37) During scrutiny, if it comes to the notice to tender inviting authority that the credential or any other
papers found incorrect/manufactured/fabricated, the tenderer will not be allowed to participate in
the tender and that application will be rejected outright without any prejudice.
38) In case if there be any objection regarding Prequalification of the Agency, that should be lodged to
the tender inviting authority within 2 days from the date of publication of list of qualified agency
and beyond that time schedule no objection will be entertained.
39) The Technically qualified bidder / L1 will have to submit the hard copy of the tender documents, duly
downloaded with the signature of the authorized signatory in all pages, during formal agreement.
40) Before issuance of the Acceptance / Work Order, the tender inviting authority may verify the credential
& other documents of the lowest bidder if found necessary. After verification, if it is found that such
documents submitted by the lowest Tenderer is either manufactured or false in that case, work order
will not be issued in favour of the lowest bidder under any circumstances.
41) Penalty for suppression / distortion of facts:
If any bidder fails to produce the original hard copies of the documents or any other documents on
demand of the Tender Inviting Authority within a specified time frame or if any deviation is detected in
the hard copies from the uploaded soft copies or if there is any suppression, the bidder will be
suspended from participating in the tenders on e-Tender platform. In addition, his User Id will be
deactivated and Earnest Money Deposit will stand forfeited. Besides, the P.H.E. Directorate may take
appropriate legal action against such defaulting bidder.
42) If any discrepancy arises between two similar clauses on different notifications, the clause as stated
in later notifications will supersede former one in following sequence:
i) West Bengal Form No. 2911
ii) NIT
iii) Special terms & condition
iv) Technical bid
v) Financial bid.
43) Canvassing/other means to influence the individual in the tendering process may lead to
disqualification of bidder participating in the tender.
44) Any legal matter will be settled within the jurisdiction of Hon’ble District Judges Court at P u r u l i a , West
Bengal.
INSTRUCTION TO BIDDERS
SECTION-A
1. General guidance for e-Tendering
Instructions / Guidelines for tenderers for electronic submission of the tenders online have been
annexed for assisting the contractors to participate in e-Tendering.
2. Registration of Bidder / 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://wbtenders.gov.in. The contractor is to click on the link for e-Tendering site as given on
the web portal.
3. Digital Signature certificate (DSC)
Each contractor is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC) for
submission of tenders, from the approved service provider of the National Information’s Centre
(NIC) on payment of requisite amount details of which are available at the Web Site stated in
Clause 1. DSC is given as a USB e-Token.
4. The contractor can search & download NIT & Tender Documents electronically 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.
5. Submission of Tenders.
General process of submission: Tenders are to be submitted online through the website stated in Cl.
2 in two folders as per tender schedule, i.e Technical Proposal & 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 wherever necessary. The documents will get
encrypted (transformed into non-readable formats).
6. Submission of TECHNICAL PROPOSAL
The Technical Proposal is to be submitted in the following two covers (Folders):
(A-1) Statutory Cover Containing:
Following Scanned Documents are to be uploaded virus scanned and digitally signed by the
Consultant: -
(a) Notice Inviting Electronic Tender (NIeT) with addendum / corrigendum
(b) Tender Documents
(c) Table-I (Filled Copy)
(d) W.B.F. 2911
[Note: At the time of submission of technical bid (online), bidders eligible for exemption of EMD have to
select exempted: yes and then upload the undertaking / exemption G.O]
(A-2) Non-Statutory Cover:
This will contain the following scanned documents to be uploaded virus scanned and duly digitally signed
by the bidder:-
(a) Goods & Service Tax (GST) Registration / PAN/ P. Tax Clearance Certificate etc.
(b) Income Tax Return Acknowledgement Receipt for the Assessment Year 2018-2019.
(c) Affidavit (Declaration by the bidder).
(d) Trade License.
(e) Registration Certificate under Company Act. (If any).
(f) Registration Deed of partnership Firm.
(g) Power of Attorney (For Partnership Firm/ Private Limited Company, if any).
(h) Scanned copies of Original Credential Certificates.
(i) Audited Report comprising Audited Balance Sheet & Profit & Loss A/C for the Financial Years 2016-
2017, 2017-2018 & 2018-2019.
(j) Experience Certificate for completion of similar nature of work.
(k) Scanned copies of Original Credential Certificates.
(l) Company balance sheet showing turn over for last 3 years.
Intending Bidders should upload documents as per following folders in My Document:

TABLE-I

Sl. Category Sub- Details Submission


No. Name Category (Yes/No)
A Description 1. GST Registration Certificate & Statement of Accounts
2. PAN Card
Certificates Certificate 3. Professional Tax Challan (Current Year)
4. Electrical License
5. IT Return (Current Year)

B 1. Trade License for Partnership Firm


2. Partnership Deed and Trade License for Partnership Firm
3. Incorporation Certificate, Trade License for Ltd.
Company Company
Company
Details Details
4. Society Registration Certificate and Trade License for
Society

C Certificate for Credential for item 4 of the Notice Inviting


Credential Credential Tender
D Financial Audited Report comprising Balance Sheet and Profit &
Information Loss Account for Last Three years

E Self Notarised self declaration in terms with NIET.


Declaration
F Any other information that the applicant considers being
Additional relevant in connection with the eligibility to participate in
Information the tender.
SECTION - B
Form-I
PRE-QUALIFICATION APPLICATION

To
The Executive Engineer,
Purulia Division,
P. H. Engineering Dte.

Sub.: Tender for _________________________________________________________________________________

Ref.: eN.I.T. No.

Dear Sir,

Having examined the Statutory, Non Statutory& NIT documents, I / we hereby submit all the necessary information
and relevant documents for evaluation.

The application is made by me / us on behalf of __________________________________________________________________ in the


Capacity ______________________________________________________________________________________________________________ duly
authorized to
submit the offer. The necessary evidence admissible by law in respect of authority assigned to us on behalf of the
group 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

1. Statutory Documents.
2. Non Statutory Documents.

Signature of applicant including title


and capacity in which application is made.

Date:
SECTION - B
Form-II
FINANCIAL STATEMENT

1. Name of Applicant:

2. Annual Turnover of Last Three years:

2019-2020 2020-2021 2021-2022


Financial Year Year-I Year-II Year-III
Turnover (Rs. in
Lakh)

N.B.: Submit au thentic document in support o f Annu al Turno ver.

Signature of Bidder
SECTION - B
FORM – III

STRUCTURE AND ORGANIZATION

1 Name of Applicant :

(Indicate whether proprietary firm,


Partnership, Limited Company,
Corporation / Others)

2 PAN (Mandate) :

3 GST Registration No. (Mandate) :

4 Office Address :

5 Telephone No. :

6 Fax No. :

7 E-mail Address :

8 Beneficiaries Name, Bank Name :


with IFSC Code & A/c No.
(Mandate)

9 Details of Technical Staff available :

Signature of Bidder
SECTION - B
FORM-IV
WORKING EXPERIENCE DETAILS
1. Name of Applicant:

2. List of similar type of work completed / ongoing:

Present Status (If


Date of
Name of Name, location and nature of Reference of Work Order completed,
Contract Value Commencement
Employer work (Memo. No. and Date) please mention date of
completion)

Note: Copy of Completion Certificate to be attached

Signature of Bidder
FORM – V

Declaration on Antecedents and Performance

(To be submitted in plain paper / letter head as per specimen, duly filled up and uploaded with
digital signature, which shall be treated as the self declaration of the district)

Ref:-eNIT No. ………………. e-Tender ID No…………………….

Work Sl. No. ……………………..

To,
The Executive Engineer,
Purulia Division, PHE Dte.

I/We, Sri/Smt. ________________________________, the authorized signatory on behalf of ___________________ do


hereby affirm that I/We/any of the member of _______________________ bidding against eNIT No.
_____________,Sl. No. __________ are not black listed or debarred from participation in State Government
procurements and tenders in the Public Health Engineering Directorate, Government of West
Bengal, other Departments of the State Government and Government of India on the date of
publication of this Electronics Notice Inviting Tender (eNIT).

If at a latest stage this submission is found incorrect, the bidder company along with all its
contingent members/ owners/ partners would be liable to penal actions as decided by the
Government under the rules.

Dated this _________ day of _________________ 20_____


Full Name of Bidder / Contactor: _______________________
Authorized Signatory: ___________________
In the capacity of: _________________
Duly authorized to sign bid: ______________________
for & on behalf of Name of Firm): _______________________
(In Block Capital letters or typed)

Office address with seal: _________________________


Telephone No.(s) (Office) : _____________________
Mobile No. ___________________
Fax No. _______________________
E-mail ID : _______________________

(SIGNATURE OF BIDDER REQUIRED)


ANNEXURE – II

FORMAT OF THE BANK GUARANTEE FOR ADDITIONAL PERFORMANCE SECURITY DEPOSIT

To
_______________________________[Designation of Engineer -In - Charge]
_________________________________ [Office address of Engineer -In - Charge]
_______________________________

WHEREAS__________________ [name and address of Contractor] (hereafter called "the Contractor") has
undertaken, in pursuance of Contract No. ____________, dated: ____________ to execute _____________ [name of
Contract and brief description of Works] (hereinafter called "the Contract").
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with
a Bank Guarantee by a Scheduled commercial bank for the sum specified therein for 'ADDITIONAL
PERFORMANCE SECURITY DEPOSIT' for compliance with his obligation in accordance with tile Contract;

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

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

We _____________________ (Indicate the name of the Bank & Branch hereby waive the necessity of your
demanding the said debt from the contractor before presenting us with the demand.

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

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

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

We _______________________ (Indicate the name of the Bank & Branch) lastly undertake not to revoke this
guarantee except with the previous consent of you in writing.

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

Signed and sealed this ______________ day ____________ of 20_____ at ____________

SIGNED, SEALED AND DELIVERED

For and on behalf of the BANK by:


(Signature)
(Name)
(Designation)
(Code Number)
(Address)

NOTES:
(i) The bank guarantee should contain the name, designation and code number of the officer(s)
signing the guarantee.

The address, telephone number and other details of the Head Office of the Bank as well as of issuing Branch
should be mentioned on the covering letter of issuing Branch.
DECLARATION BY THE TENDERER
IN RESPECT OF GENERAL CONDITION OF CONTRACT

[Affidavit to be affirmed on a Non Judicial Stamp Paper of Rs. 10/- (Rupees ten only) and to be
enclosed with the Tender Documents which is required to be mentioned in the forwarding letter of
the Tenderer.]

I, _____________________________________________________________, son of _____________________aged about ________ years


by occupation _____________ do hereby solemnly affirm and say as follows:

1) That I am the __________________________________________ (designation) of ______________________________ (Name of


Tenderer) and I am duly authorized and competent to affirm on behalf of the said Tenderer.
2) That my / our authorized and competent personnel including myself have inspected all the sites of
work covered under Electronic Tender No. ____ of EE/PD of 2022-23 (Sl. No. _____) vide circulated
Memo No. - _______/PD, dated – / /20___ of Executive Engineer, Purulia Division, PHE Dte.,
Government of West Bengal and have made ourselves fully acquainted with the site conditions and
local conditions in or around the site of work. We have also carefully gone through the Notice Inviting
Tender and Tender Documents and W.B.F. 2911 mentioned therein. Tender of the above named
Tenderer is offered upon due consideration of all factors and if the same is accepted, I, on behalf of the
aforesaid Tenderer, being duly authorized, promise to abide by all the covenants, conditions and
stipulation of the contract document and to carry out, complete design, construction, supply, erection,
commissioning, performance guarantee test and operation and maintenance of the work to the
satisfaction of the EIC of the work and abide by his instruction as may be given by him from time to
time to that effect. I also undertake to abide by the provisions of law including of Contract Labour
(Regulation & Abolition) Act, 1970, Apprentice Act, 1961, West Bengal Sales Tax Act. Income Tax as
would be applicable to the Tenderer upon entering into formal contract / agreement with the
Government of West Bengal.
3) That I declare that no relevant information as required to be furnished by the Tenderer, has been
suppressed in the Tender Documents.
4) That I declare that we will not claim any compensation in any manner whatsoever in the event of
becoming unsuccessful Tenderer.
5) That I declare that Public Health Engineering Directorate / Department, Govt. of West Bengal shall not
be held responsible for making payment against any anticipated profit and / or compensation for any
losses, whatsoever for the works as stated in this Tender Document and we shall not claim any
payment for such purpose in the event of becoming successful Tenderer.
6) That the statement made in paragraph No. 1 to 5 are true to the best of my knowledge and belief.
7) Having no penal measures taken by any authority/ client on any account against the organization /
firm for any project of similar nature or any other project executed during the last 5 (Five) years

Solemnly affirmed by the

Said _______________________ Deponent before me


4. II. Financial Proposal:

The financial proposal should contain the following documents in one cover (folder)

(a) Bill of quantities (BOQ) in which the contractor is to quote the rate online through the website
http://etender.wb.nic.in directly in the space marked for quoting rate in BOQ. Only downloaded
copies of the above Documents are to be uploaded virus scanned & Digitally Signed by the
contractor.
(b) The percentage (above/AT PAR/below) rate both in figure & word will have to be quoted only in
the BOQ under the financial bid. In case of quoting any rate in WBF-2911or any other documents,
the tender is liable to be summarily rejected.

5. Opening & Evaluation of Tender :

5.1 Opening of Technical proposal :


i) Technical proposals will be opened by the Executive Engineer, Purulia Division, Public Health
Engineering Directorate electronically from the web site stated in Clause No. 2 using their Digital
Signature Certificate.
ii) Intending tenderers may remain present if they so desire.
iii)Statutory documents will be opened first & if found in order, non-statutory documents will be
further opened. If there is any deficiency in such documents the tender will summarily be rejected.
iv)Pursuant to scrutiny & decision of the Tender inviting authority the summary list of eligible tenders
will be uploaded in the web portal.
v) While evaluation the Tender Inviting Authority may summon the tenderers & seek clarification
/ information or additional documents or original hard copy of any of the documents already
submitted & if these are not produced within the stipulated time frame, their proposals will be
liable for rejection.

5.2 Opening of Financial Proposal

i) Opening proposals of the tenderers declared technically eligible by the Tender Evaluation
Committee will be opened electronically from the web portal stated in Clause 2 on the prescribed
date, by the and the Executive Engineer, Purulia Division, Public Health Engineering Directorate
electronically from the web site stated in Clause No. 2 using their Digital Signature Certificate.
ii) The encrypted copies will be decrypted and the rates will be read out to the contractors remaining
present at that time.
iii)The Financial Proposals shall be evaluated by the Tender Inviting Authority i.e. the Executive
Engineer, Purulia Division, Public Health Engineering Directorate Finally summary result
containing inter-alia, name of contractors and the rates quoted by them shall be uploaded
provided he is satisfied that the rate obtained is fare and reasonable and there is no scope of
further lowering down of rate.
iv)However, if there is any scope for lowering down of rates in the opinion of the Tender Inviting
Authority, further negotiation meeting with the lowest bidder may be held at his office which will
be done off line. The final negotiation statement shall be uploaded in the website.

7. Penalty for suppression / distortion of facts :


If any tenderer fails to produce the original hard copies of the documents or any other documents
on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is
detected in the hard copies from the uploaded soft copies or if there is any suppression, the
tenderer will be suspended from participating in the tenders on e-Tender Platform for a period of 3
(three) years. In addition, his user ID will be deactivated and Earnest Money Deposit will stand
forfeited. Besides, the P. H. Engineering Directorate may take appropriate legal action against such
defaulting tenderer.
Award of contract :

The Tender inviting authority reserves the right to accept or reject any Tender and cancel this
Tendering processes and reject all Tender at any time or distribute the work prior to the award of
Contract without thereby incurring any liability to the affected Tenderer or any obligation to inform
the affected Tenderer or Tenderers of the Ground for Authority’s action. The Award of Contract to
be notified by the Tender Inviting Authority through acceptance letter. The notification of award
will constitute the formation of the Contract. The Agreement in W.B.F. – 2911 and all others
documents comprising of Tender documents will incorporate all terms and conditions between the
EIC and the successful Bidder.
GOVERNMENT OF WEST BENGAL
DIRECTORATE OF PUBLIC HEALTH ENGINEERING
OFFICE OF THE EXECUTIVE ENGINEER, PURULIA DIVISION
RANCHI ROAD, PURULIA- 723101

ADDITIONAL TERMS & CONDITION

1. The Clause as laid down in W.B.F. 2911 & other relevant terms & condition an current schedule of Rates
of P.W.D. are binding upon the contractor. If any specification do not cover the schedule of rates, the
direction of E.I.C. will be binding upon the contractor also.

2. The contractor comprises for the above work as described & set for in the specification & schedule of
items together with all additions & alternations including quiring of Tools & Plants are to be followed
for satisfactory completion of the work & also maintaining the work upto 3months/6months/1(One)
year as deemed fit.

3. Any materials supplied by the contractor must be in good condition & quality & should confirm the
specification. The contractor have to provide adequate supply of free & clear water at site.
Transportation of cost of materials/ T & P will have to be borne by contractor upto 20 K.M. from the
place of issue. The recoveries will be made from the progressive bills of the contractor as follows.

4. ISSUE RATE (SUPPLIED BY THE DEPARTMENT)


A.
i) Cement :- Rs. 6289.00 per M.T. including cost of containers for PPC/PSC/OPC(33/43 grade).
ii) Cement :- Rs. 6460.00 per M.T. including cost of containers for OPC(53Grade).

B. Steel materials
i) Mild Steel Rods (Fe 250) (SAIL / TATA / RINL) Rs.41300=00 per MT.
ii) Tor Steel Rods /HYSD / TMT Bars / Fe 415 / Fe 500/Fe 500D) (SAIL / TATA / RINL) Rs. 41300.00
per M.T.
iii) Steel materials M.S. Rod (Fe 250) (Other than SAIL / TATA / RINL) Rs.39300.00 per MT
iv) Tor Steel / HYSD / Fe 415 / Fe 500 / Fe 500 D (Other than SAIL / TATA / RINL) Rs.39300.00 per MT

5. Terms of payment :-
a) 25% (Twenty Five) percent of total value of work against item of lead joint, tyton and flange
joint and 20%(twenty) percent of the total value of work against item of laying H.D.P.E./U.P.V.C.
shall be held up as retention money till successful performance of hydraulic test of pipe lines.
b) The retention money will be returned after giving satisfactory hydraulic test of the pipe line.
c) Over and above 10% (ten) percent of the total value against all items of work will be retained as
S.D. Money as per clause of W.B.F. 2911. Testing of pipe (H.D.P.E./U.P.V.C.) - All H.D.P.E. /
U.P.V.C. pipes have to be inspected by third party inspection agency will be selected by E.I.C.
Necessary Cost involved for the purpose will have to be borne by the contractor.
6. H.D.P.E. / U.P.V.C. pipe have to be procured as per “approved vender list of PHE Dte. (Current)” and
to be informed accordingly to the EIC.

7. The value of any materials which cannot be satisfactorily accounted for deemed to have misused shall
be received from contractors bill or other dues at the rate 100% in excess of issue rate of the than
market rate whichever is higher.
Memo No.-. 1617/ PD Dated –02/ 11 / 2022

Copy forwarded for information & necessary action to;


1) The Sabhadhipati, Purulia Zillla Parishad.
2) The District Magistrate, Purulia.
3) The Project Director, PMU, WBPWSP (Purulia), P.H.E Dte.
4) The Chief Engineer, Head Quarter / Western Zone / Mechanical/Electrical, (Southern Zone),
PHE Dte.
5) The Superintending Engineer, PMU, WBPWSP (Purulia), P.H.E Dte.
6) The District Information & Cultural Officer, Purulia.
7) The Executive Engineer, Purulia Mechanical Division, P.H.E Dte.
8) The Assistant Engineer, HQ / PSSD/ RWS/RNP, P.H.E Dte.
9) The Divisional Accounts Officer(Gr.-I) /Estimator/Cashier, Purulia Division, P.H.E Dte.
10)Notice Board /Notice File.
11)Up loaded in www.wbtenders.gov.in portal for information to all concern.

Signature Not Verified


Digitally signed by SUPRIYA
CHAKRABORTY
Date: 2022.11.02 12:31:24 IST
Location: West Bengal-WB

You might also like