427 dated:- 26.06

31
Public Works (Roads) Department, Government of West Bengal e-NIT No. 01 of 2020-21 OF EE/UDHD Memo No.:- 12-11/ 427 Dated:- 26.06.2020 NOTICE INVITING ELECTRONIC TENDER No. - 01 OF 2020-21 OF THE EXECUTIVE ENGINEER, UTTAR DINAJPUR HIGHWAY DIVISION Tulshitala, Raiganj, Uttar Dinajpur, PIN- 733134 Phone & FAX 03523-252238, e-Mail [email protected] The Executive Engineer, Uttar Dinajpur Highway Division, Public Works (Roads)Directorate, Raiganj-733134, invites e-Tender for the works detailed in the table below.(Submission of Bid through online). List of scheme:- Earnest Price of Technical , Estimated Money Period of Eligibility of Sl. Financial Bid Name of the work Amount (Rs.) (to be Completion of the No documents, 2911(ii) deposited) work Contractor & other Annexures (Rs.) 1. Temporary restoration of rain damaged portion of Durgapur- Patnoliaghat Road from 0.00 kmp to 10.66 km in the dist of Uttar Dinajpur under Uttar Dinajpur Highway Division during the year 2020-21. (Phase-I) 9,87,349.00 19,747.00 1005.00 10 (Ten Days) Bonafied Outsider having credential of similar nature of work of value not less than 40% of estimated amount N.B.:-Intending Tenderers shall not have to pay the cost of tender documents for the purpose of participating in e-tendering (ref. notification No.-199-CRC/2M-10/2012 dated-21.12.2012 of the Secretary, P.W.D., CRC Branch, & No.-452-A/ PW/0/10c-35/10 dated 25.7.2011 of the Secretary, P.W.D., Accounts Branch, Govt. of W.B.)., but the successful L 1 Bidder shall have to pay the cost of tender documents of requisite set during purchase of tender documents for execution of formal agreement 1. In the event of e-Filing intending bidders may download the tender documents from the website directly by the help of Digital Signature Certificate & details of which has been narrated in “Instruction to Bidders”. Technical Bid and Financial Bid both will be submitted concurrently duly digitally signed in the Website http://etender.wb.nic.in . Tender documents may be downloaded from website & submission of Technical Bid & Financial Bid should be maintained as per Tender time schedule stated in clause- 10 of this NIT. The documents submitted by the bidders should be properly as per prescribed indexed & digitally signed. Page 1 of 27

Upload: others

Post on 11-Mar-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

Memo No.:- 12-11/ 427 Dated:- 26.06.2020

NOTICE INVITING ELECTRONIC TENDER No. - 01 OF 2020-21 OF THE EXECUTIVE ENGINEER, UTTAR DINAJPUR HIGHWAY DIVISION

Tulshitala, Raiganj, Uttar Dinajpur, PIN- 733134 Phone & FAX – 03523-252238, e-Mail – [email protected]

The Executive Engineer, Uttar Dinajpur Highway Division, Public Works (Roads)Directorate, Raiganj-733134,

invites e-Tender for the works detailed in the table below.(Submission of Bid through online). List of scheme:-

Earnest Price of Technical ,

Estimated Money Period of Eligibility of

Sl. Financial Bid

Name of the work

Amount (Rs.) (to be Completion of the

No documents, 2911(ii)

deposited) work Contractor

& other Annexures

(Rs.)

1.

Temporary restoration of rain damaged portion of Durgapur-Patnoliaghat Road from 0.00 kmp to 10.66 km in the dist of Uttar Dinajpur under Uttar Dinajpur Highway Division during the year 2020-21. (Phase-I)

9,87,349.00 19,747.00 1005.00 10

(Ten Days)

Bonafied Outsider having

credential of similar nature

of work of value not less than

40% of estimated

amount

N.B.:-Intending Tenderers shall not have to pay the cost of tender documents for the purpose of participating in e-tendering (ref. notification No.-199-CRC/2M-10/2012 dated-21.12.2012 of the Secretary, P.W.D., CRC Branch, & No.-452-A/ PW/0/10c-35/10 dated 25.7.2011 of the Secretary, P.W.D., Accounts Branch,

Govt. of W.B.)., but the successful L1 Bidder shall have to pay the cost of tender documents of requisite set during purchase of tender documents for execution of formal agreement

1. In the event of e-Filing intending bidders may download the tender documents from the website directly by the help of Digital Signature Certificate & details of which has been narrated in “Instruction to Bidders”.

Technical Bid and Financial Bid both will be submitted concurrently duly digitally signed in the Website http://etender.wb.nic.in. Tender documents may be downloaded from website & submission of Technical Bid & Financial Bid should be maintained as per Tender time schedule stated in clause- 10 of this NIT. The documents submitted by the bidders should be properly as per prescribed indexed & digitally signed.

Page 1 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

2. Earnest Money:-

a) 2% (two percent) of the Estimated Amount is to be submitted as Earnest Money by all the bidders irrespective of their business status.

b) Requisite amount of Earnest Money for the work shall be paid by either Net Banking or through RTGS/NEFT as per order No. 3975(Y)

dated 28.07.2016 of Secretary to the Government of West Bengal, Finance Department as given below.

Sub: Online receipt and refund of EMD of e-procurement through State Government e- procurement portal

The State Government procurement portal has already been integrated with the Payment Gateway of ICICI Bank for deposit of EMD and

other fees by the bidders participating in e-procurement.

Now, in cancellation of this Department Memorandum No . 1526-F(Y) dated 18.03.2014, the Governor is pleased to prescribe the

following procedure to be adopted for deposit of EMD / Bid Security related to e- procurement of the State Government Departments and

its subordinate offices, PSUs, Autonomous and local Bodies, PRIs, etc.

1. Login by bidder:

a) A bidder desirous of taking part in a tender invited by a State Government Office/PSU/Autonomous Body/Local Body/ PRls, etc. shall

login to the e-Procurement portal of the Government of West Bengal https: wbtenders.gov.in using his login ID and password.

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

following payments modes:

i) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through ICICI Bank Payment Gateway;

ii) RTGS/NEFT in case of offline payment through bank account in any Bank.

2. Payment procedure:

a) Payment by Net Banking (any listed bank) through ICICI Bank Payment Gateway :

i. On selection of net banking as the payment mode, the bidder will be directed to ICICI Bank Payment Gateway webpage (along with a

string containing a Unique ID) where he will select the Bank through which he wants to do the transaction.

ii. Bidder will make the payment after entering his Unique ID and password of the bank to process the transaction.

iii. Bidder will receive a confirmation message regarding success/failure of the transaction.

iv. If the transaction is successful, the amount paid by the bidder will get credited in the respective Pooling account of the State

Government /PSU/Autonomous Body/local Body/PRIs, etc maintained with the Focal Point Branch of ICICI Bank at R.N. Mukherjee

Road, Kolkata for collection of EMD/Tender Fees.

v. If the transaction is failure, the bidder will again try for payment by going back to the first step.

b) Payment through RTGS/NEFT:

i. On selection of RTGS/NEFT as the payment mode, the e-Procurement portal will show a pre-filled challan having the details to

process RTGS/NEFT transaction.

ii. The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment using his Bank account.

iii. Once payment is made, the bidder will come back to the e-Procurement portal after expiry of a reasonable time to enable the

NEFT/RTGS process to complete, in order to verify the payment made and continue the bidding process.

iv. If verification is successful, the fund will get credited to the respective Pooling account of the State Government /PSU/ Autonomous

Body/Local Body/PRls, etc maintained with the LocaI Point Branch of ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of

EMD/Tender Fees.

v. Hereafter, the bidder will go to e-Procurement portal for submission of his bid.

vi. But if the payment verification is unsuccessful, the amount will be returned to the bidder's account.

3. Refund/Settlement Process:

i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic processing in the

e-Procurement portal of the State Government, the tender inviting authority will declare the status of the bids as successful or

unsuccessful which will be made available, along with the details of the unsuccessful bidders, to ICICI Bank by the e-Procurement

portal through web services.

Page 2 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

ii. On receipt of the information from the e-Procurement portal, the Bank will refund, through an automated process, the EMD of the

bidders disqualified at the technical evaluation to the respective bidders' bank accounts from which they made the payment

transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection

of bid is uploaded to the e-Procurement portal by the tender inviting authority. iii. Once the financial bid evaluation is electronically processed in the e-Procurement portal, EMD of the technically qualified bidders

other than that of the L1 and L2 bidders will be refunded, through an automated process, to the respective bidders' bank accounts

from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the

date on which information on rejection of financial bid is uploaded to the e-Procurement portal by the tender inviting authority.

However, the L2 bidder should not be rejected till the LOI process is successful. iv. If the L1 bidder accepts the LOI and the same is processed electronically in the e-Procurement portal, EMD of the L2 bidder will be

refunded through an automated process, to his bank account from which he made the payment transaction. Such refund will take

place within T+2 Bank Working Days where T will mean the date on which information on Award of Contract (AOC) to the L1 bidder

is uploaded to the e-Procurement portal by the tender inviting authority. v. As soon as the L1 bidder is awarded the contract (AOC) and the same is processed electronically in the e-Procurement portal – a) EMD of the L1 bidder for tender of State Government offices will automatically get transferred from the pooling account to the State

Government deposit head “8443-00 -103-001-07" through GRIPS along with the bank particulars of the L1 bidder. b) EMD of the L1 bidder for tenders of the State PSUs/Autonomous Bodies/Local Bodies/PRls, etc will automatically get transferred

from the pooling account to their respective inked bank accounts along with the bank particulars of the L1 bidder.

In both the above cases, such transfer will take place within T+1 Bank Working Days where T will mean the date on which the Award

of Contract (AOC) is issued. vi. The Bank will share the details of the GRN No. generated on successful entry in GRIPS with the E-Procurement portal for updation. vii. Once the EMD of the L1 bidder is transferred in the manner mentioned above, Tender fees, if any, deposited by the bidders will be

transferred electronically from the pooling account to the Government revenue receipt head “0070-60-800-013-27" through GRIPS

for Government tenders and to the respective linked bank accounts for State PSU/Autonomous Body/Local Body/PRls, etc tenders. viii. All refunds will be made mandatorily to the Bank A/c from which the payment of EMD & Tender Fees (if any) were initiated. 4. Accounting and Monitoring Process: i. The ICICI Internet Banking will communicate to the State Government e-Procurement portal all details of transactions on daily basis. ii. The Tender Inviting Authority of the Government Offices/PSUs/ Autonomous Bodies/Local Bodies/PRls, etc will be using their

respective e-procurement User ID and Password to view the EMD and Tender Fees deposited by the bidders in the pooling accounts. iii. The nodal officer of the Finance Department, Government of West Bengal will be able to view the Department-wise EMD and Tender

Fees deposited by the bidders to the pooling accounts and fund transferred downstream at various stages of the tender process to

the Government accounts and bidders' accounts, as applicable by using user access as provided by NIC. iv. The details of NIC E-Procurement Help Desk and toll free numbers of ICICI Bank are given in annexure.

The system will become effective from 01/08/2016 and can be used by any Government Offices/PSUs/Autonomous Bodies/Local

Bodies/PRls, etc. with effect from that date. However, with effect from 01/09/2016, all the EMD/Tender fees in respect of e-tender

of all State Government Offices/PSUs/Autonomous Bodies/Local Bodies/PRls, etc will mandatorily be received and

refunds/settlements made as per the procedure stated above.

Page 3 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

NIC & ICICI BANK E-PROCUREMENT HELP DESK

NAME

LOCATION CONTACT MAIL-ID

NIC HELP DESK NO.

ICICI Bank Help desk NA 033·40267512 [email protected]

033·40267513

Page 4 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

Process for payment through Payment gateway (PG) (Annexure I)

Start

Bidder accesses the E-procurement portal of GOWB

Bidder selects the dept/tender to bid and selects

payment option as net banking/cards

On selection of net banking / card option, the bidder will be taken to PG page and will select the bank or card (VISA/MASTER Card) through

which bidder wants to do the transaction

Bidder makes the payment after keying in unique id

or password to process the transaction

Bidder receives a confirmation message for

successful or unsuccessful transaction

If transaction failure

If transaction is success, the funds will bidder will try again

get credited to the pooling account

opened for Dept/PSUs and bidder will

be taken ahead in tendering workflow.

Bidder will go ahead and complete other formalities in the portal for submission of bid

STOP

Page 5 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

Process for payment through RTGS/NEFT (Annexure II)

START ↓

Bidder accesses the E-procurement

portal of GOWB

Bidder selects the dept/tender to bid and selects the payment option as RTGS/NEFT

The portal will show a pre-filled

challan that has the details to process

RTGS/NEFT transaction

The bidder will print the challan and use the prefilled information to make RTGS-NEFT payment through his bank

Once the payment is done, the bidder will come

back to e-proc portal to verify the payment made

and to complete bidding for the tender

↓ If verification Unsuccessful

If verification is success, the

funds will get credited to the

pooling account of the client

Bidder goes on to complete

submission of bid for the

tender

Funds will be returned

back to the account of

the bidder, if funds or

wrong credit is cited

in the pooling account

Stop

Page 6 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

Process of refunds / settlement (Annexure III)

Start

Dept opens the tender and declares

status of bids submitted as successful

or unsuccessful. Details of

unsuccessful bidders made available

through web services by E proc to

Bank will get consumed and

processed for refund.

Status as Successful bidder

EMD of successful bidder is transferred in

case of Autonomous body to their resp. CA

and in case of govt. Dept. To GRIPS Portal

via a special purpose CA opened for it. The

tran is done through RBI and updated in

GRIPS portal. This will happen within T+1

day.

Bank will share the details of

GRN number generated on successful entry in GRIPS with

E proc portal for updation.

STOP

Status as Unsuccessful bidder

Source of the transaction will be

identified using unique codes based on

the details given of unsuccessful bidders. Refund will be done to the source account of the bidders from which they did PG/RTGS/NEFT transaction through an automated process. Refund would happen in T+2 days – in case EMD recd. through RTGS/NEFT and T+2+No. Of days – in case EMD recd. through PG services that is net banking.

STOP

N.B.:-1. Earnest Money is exempted for Three State Government Enterprises, viz. Mackintosh Burn Limited, Westinghouse Saxby Farmer

Limited and Britannia Engineering Limited to exemption from earnest money for participation in Government tenders (Vide Memorandum

No.-6417-F(Y) dated 26.08.2015 of Joint Secretary to the Govt. of West Bengal, Audit Branch, Finance Department and subsequent order

No.-403(3)-W(C)/1M-208/15 dated-31.08.2015 of Joint Secretary to the Govt. of West Bengal, P. W. Department.)

Page 7 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

3 Eligibility criteria for participation in tender:

i) A) Bidders such as Firms, Companies, Organizations, Engineers Co-op. Societies, Labour Co-op. Societies, Bonafide outsiders

etc (as applicable as per Govt. Orders) having validity, experience and requisite credential and also having capacity to fulfill all the criteria upto the mark of satisfaction of Tender Evaluation Committee as narrated in different clauses, terms & conditions of this N.I.T are eligible to participate in bid/ tender.

B) WORK CREDENTIAL:-

For first call of NIT:

a. Intending tenderers should produce credentials of a similar nature of completed work of the minimum value of 40% of the estimated amount put to tender during 5(five) years prior to the date of issue of this tender notice; or,

b. Intending tenderers should produce credentials of 2(two) similar nature of completed work each of the minimum

value of 30% of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice; or,

c. Intending tenderers should produce credentials of one single running work of similar nature which has been

completed to the extent of 80% or more and value of which is not less than desired value at (a) above;

In case of running work, only those tenderers who will submit the certificate of satisfactory running work from the

concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required

certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been

initiated against the executed agency, i.e., the tenderer.

For 2nd Call of NIT:

i) Intending tenderers should produce credentials of a similar nature of completed work of the minimum value of 30%

of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice; or,

ii) Intending tenderers should produce credentials of 2(two) similar nature of completed works, each of the minimum

value of 25% of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender

notice; or,

iii) Intending tenderers should produce credentials of one single running work of similar nature which has been

completed to the extent of 75% or more and value of which is not less than the desired value at (i) above;

In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the

concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required

certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been

initiated against the executing agency, i.e., the tenderer.

For 3rd call of NIT:

i) Intending tenderers should produce credentials of similar nature of completed work of the minimum value of 20% of the estimated amount put to tender during 5(five) years prior to the date of issue of the tender notice; or,

ii) Intending tenderers should produce credentials of one single running work of similar nature which has been

completed to the extent of 70% or more and value of which is not less than the desired value at (i) above;

In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the

concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required

certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been

initiated against the executing agency, i.e., the tenderer.

C) Other terms and conditions of the credentials:

a. Payment certificate will not be treated as credential;

b. Credential certificate issued by the Executive Engineer or equivalent or competent authority of a State / Central Government, State / Central Government undertaking, Statutory / Autonomous bodies constituted under the Central / State statute, on the executed value of completed / running work will be taken as credential.

Page 8 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

ii) Pan Card, Professional Tax receipt Challan for the year 2018-2019 / 2017-2018, valid GST registration Certificate & valid Trade License

to be accompanied with the Technical Bid documents. Income Tax (Saral) Acknowledgement Receipt for assessment year 2017-2018 to be submitted. [Non-Statutory Documents]

iii) Neither prospective bidders nor any of constituent partner had been debarred to participate in tender by the Public Works Department / P.W.(Roads) Department during the last 5 (five) years prior to the date of this NIT. Such debar will be considered as disqualification towards eligibility.

iv) The prospective bidders should have arranged or owned of the required plant and Machinery (in working condition) of prescribed specifications as shown in this N.I.T.

v) Unemployed Engineers’ Co-operative Societies/ Unemployed Labour Co.- Op. Societies having no validity of registration shall not be participate in Bid. Registered Unemployed Engineers’ Co-operative Societies/ Unemployed Labour Co.- Op. Societies having validity are requested to furnish scanned copies of resolution copy of latest Annual general meeting/ general meeting /committee meeting (wherein taken decision regarding delegation of power to a particular member of respective society to use the Digital Signature Certificate has been mentioned, if any). Any discrepancy towards validity of the Society (if reported by the A.R.C.S.) is observed, the respective tender of the default will be then and there rejected prior to issuance of letter of Acceptance without showing any reason thereof and apart from that, penal action as deemed fit will be taken against the Society.[Non-Statutory Documents]

vi) Joint Ventures will not be allowed. vii) A prospective bidder shall be allowed to participate in Bidding system either in the capacity of individual or as a partner of a firm. If

found a prospective bidder has applied severally in a single job of this N.I.T., all his/her/their applications & bid will be rejected without assigning any reason thereof.

viii) The partnership firm shall furnish the partnership deed duly registered or notarized and the company shall furnish the Registered Article of Association and Memorandum. [Non Statutory Documents]

ix) 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 (even Managing Director), 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 provision of the Registration Act, 1908. (As per notification No. 61/SPW/12 dated 08.06.2012 of the secretary, Public Works Department, Government of West Bengal) [Non Statutory Documents].

x) Any Modification/Replacement of/in B.O.Q. template by the Bidder will not be accepted under any circumstances.

4 The executing agency (successful bidder) will have to get payment of bill/bills of the respective work on availability of fund for which

Provisions in Clause(s) 7, 8, & 9 contained in W.B. Form No. 2911 (ii) so far as they relate to quantum and frequencies of payment are to be treated as superseded.

5 Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the selected agency. GST, Royalty & all other Statutory levy/ Cess will have to be borne by the contractor & the rate in the schedule of rates inclusive of all the taxes, cess & all other charges etc. Necessary deduction will be made from the contractor’s bills as per prevailing Govt. orders and rules towards security deposit & other taxes & charges etc.

6 Additional Performance Security in Road Projects: (As per Memorandum No. : 1T-06/2017/444-R/PL, Dated- 18.04.2017) The

Additional Performance Security shall be obtained from the successful bidder, if the accepted bid value is more than 20% less than the estimated amount put to tender, from the successful bidder having own prime machineries for construction of road works as detailed in N.I.T. If the successful bidder not having ownership of any of the prime machineries as stated above, the Additional Performance Security shall be obtained from the successful bidder if the accepted bid value is more than 10% less than the estimated amount put to tender.

The Additional Performance Security shall be equal to 10% of the tendered amount.

Page 9 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

7 Price Adjustment (increase or decrease of price) & Escalation in price and in rates of materials or for anything else will not be

allowed to the agency in any circumstances. 8 Mobilisation Advance and Secured Advance will not be allowed.

9 Bids shall remain valid for a period of 120 (One Hundred Twenty) days from the last date of submission of Bid (Technical &

Financial) or from the date offered final rate through sealed bid/open bid/negotiation (as the case may be) whichever is to be conducted at latter. If the bidder withdraws his/her/their bid during the period of bid validity, the earnest money as deposited by him/her/them will be forfeited forthwith to the govt. of West Bengal without assigning any reason thereof & apart from that, penal action may be taken by the department by the competent authority. Bidder are requested to quote their rate accordingly.

10 Date & Time Schedule :-

Sl. Particulars Date & Time

No.

1 Date of uploading& publish of Tender Documents 26.06.2020 at 06.30 PM

2 Date of Document Download / Sale start 30.06.2020 at 10.00 AM

3 Date of Pre-Bid Meeting with the intending tenderers at office of the Executive 01.07.2020 at 02.00 PM

Engineer, Uttar Dinajpur Highway Division, P.W.(Roads) Directorate, Raiganj

4 Bid Submission Start Date 30.06.2020 at 10.00 AM

5. Bid Submission End Date 06.07.2020 at 05.00 PM

6. Date of opening of Technical proposal at office of the Executive Engineer, Uttar Dinajpur 08.07.2020 at 05.00 PM

Highway Division, P.W.(Roads) Directorate, Raiganj

7. Date of opening of Financial Bid at Executive Engineer, Uttar Dinajpur Highway Division, To be intimated later through online

P.W.(Roads) Directorate, Raiganj

N.B.:- If any above mentioned specified date for opening Technical Proposal, Financial Bid, Pre-Bid meeting falls on declared holiday or days of bandh or for natural calamity, in that cases the specified date/ dates will be read as next working day, but within the above mentioned time frame of respective date/dates.

11 Content of earlier Clause- 25 of W.B Form No. 2911 (ii) will be read as “deleted”:- Replaced the earlier clause by keeping

provision of Dispute Redressal committee vide memo No.-8182-F(Y) dated-26.09.2012 of the Secretary, Finance Department (Audit Branch), Govt. of W.B. is applicable (Ref.-memo No.-1M-15/13/441(8)-R/Adt. Dated-14.08.2013 of Additional Chief Engineer, P.W. (Roads) Directorate) .

12 The Bidder, at his own responsibility and risk is encouraged to visit and examine the site of said work and its surroundings and obtain all information and satisfy himself /herself/ themselves that may be necessary for preparing the Bid, quoting rate in B.O.Q. and entering into a contract in all respect for the work as mentioned in the Notice Inviting Tender & no plea or claim in this regard will be entertained and considered under any circumstances by the department in future. The cost of visiting the site shall be at the Bidder’s own expense.

13 The intending Bidders shall clearly understand that, whatever may be the outcome of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department at any stage.

14 Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instruction to Bidders’, simultaneously readout attentively & carefully all the clauses & contents of this N.I.T. before submission of Bid.

15 Retention towards security deposit amounting to 10% (Ten percent) (including 2% Earnest Money) of the billed amount shall be made by the Executive Engineer from 1

st RA bill. Refund of Security Deposit have been mentioned in clause-17 of W.B. Form No.

2911.

16 The “Defect Liability Period” for the work in the scheme serial no.01 will be as follows :

Scheme Type of Work Defect liability period

Serial.

No.

1.

Repairing and maintenance of Road. 1 Year

Defect liability period as per memorandum vide Memo No. 264/SPW/2016, dated- 10.11.2016 of Principal Secretary, Public Works Department. Refund of security deposit will be made as per provisions laid in Clause 17 of 2911 (ii).

If any discrepancy / execution of addition items / supplementary item arises, then the defect liability period would be

followed as per clause 17 of 2911(ii) Vide Memo. No. 5784-PW/L&A/2M-175/2017Dated: 12.09.2017 of Principal

Secretary, PWD, Govt. of West Bengal, which is stated below :

Page 10 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

“Clause 17” - lf the contractor or his workmen or servants or authorized representatives shall break, deface, injure or

destroy any part of building, in which they may be working or any building, road, road curbs, fence, enclosure, water

pipes, cables, drains, electric or telephone posts or wires, trees, grass or grassland or cultivated ground contiguous to the

premises on which the work or any part of it is being executed, or if any damage shall happen to the work from any

cause whatsoever or any imperfection become apparent in it at any time whether during its execution or within a period

of three months or one year or three years or five years, as the case may be (depending upon the nature of the

work as described in the explanation appended hereto) hereinafter referred to as the Defect Liability Period, from

the actual date of completion of work as per completion certificate issued by the Engineer – in charge, the contractor sh

all make the same good at his own expense, or in default, the Engineer – in –charge may cause the same to be made good

by other workmen and deduct the expense (of which the certificate of the Engineer-in-charge shall be final and binding

on all concerned) from any sums, whether under this contract or otherwise, that may be then, or at any time thereafter

become due to the contractor by the Government or from his security deposit, either full, or of a sufficient portion

thereof and if the cost, in the opinion of the Engineer-in – charge (which opinion shall be final and conclusive against the

contractor), of making such damage or imperfection good shall exceed the amount of such security deposit and / or such

sums, it shall be law full for the Government to recover the excess cost from the contractor in accordance with the

procedure prescribed by any law for the time being in force.

Provided further that the Engineer-in-charge shall pass the “Final bill” and certify thereon, within a period of thirty days with

effect from the date of submission of the final bill in acceptable form by the contractor, the amount payable to the contractor

under this contract and shall also issue a separate completion certificate mentioning the actual date of completion of the work

to the contractor within the said period of thirty days . The certificate of the Engineer-in-charge whether in respect of the

amount payable to the contractor against the “Final Bill” or in respect of completion of work shall be final and conclusive

against the contractor. However, the security deposit of the work held with the Government under the provision of clause

1 hereof shall be refundable to the contractor in the manner provided here under:-

(a) For work with three months Defect Liability Period :

(i) Full security deposit shall be refunded to the contractor on expiry of three months from the actual date of

completion of the work.

(b) For work with one year Defect Liability Period :

(i) Full security deposit shall be refunded to the contractor on expiry of one year from the actual date of

completion of the work.

(c) For work with three years Defect Liability Period :

(i) 30% of the security deposit shall be refunded to the contractor on expiry of two years from the actual date

of completion of the work.

(ii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of three years from

the actual date of completion of the work.

(d)For work with five years Defect Liability Period :

(i)No security deposit shall be refunded to the contractor for 1st 3 years from

the actual date of completion of the work.

(ii) 30% of the security deposit shall be refunded to the contractor on expiry of four years from the actual date

of completion of the work.

(iii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of five years from

the actual date of completion of the work.

Page 11 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

Explanation:

The word „work‟ means and includes road work, bridge work, building work, sanitary and plumbing work, electrical

work and / or any other work contemplated within the scope and ambit of the contract . For

(i)The work of patch repair or patch maintenance in nature or a combination thereof, the Defect Liability Period of the

work shall be three months from the actual date of completion of the work.

(ii)Through Bituminous Surfacing work with bituminous thickness less than 40 mm, Repair & Rehabilitation of any road

/ bridge / culvert / building / Sanitary & Plumbing work, the Defect Liability Period of the work shall be one year from

the actual date of completion of the work.

(iii)Extension of building / bridge / culvert, Construction of new flexible pavement up to bituminous level which has

been designed for a period of 3 years or more , Widening and Strengthening of flexible pavement designed for a period

of 3 years or more, Improvement of riding quality / Strengthening of flexible pavement designed for a period of 3 years

or more, Providing only mastic asphalt layer over existing bituminous surface without providing bituminous profile

corrective course / bituminous base course, the Defect Liability Period of the work shall be three years from the actual

date of completion of the work.

(iv)Construction of new building / new bridge / new culvert, Reconstruction of building / bridge / culvert including

construction of approach roads for bridge/ culvert, Construction of rigid pavement, Reconstruction of rigid pavement,

Construction of new flexible pavement covered by mastic work which has been designed for a period of 5 years or more,

Widening and Strengthening of flexible pavement covered by mastic work which has been designed for a period of 5

years or more, Improvement of riding quality / Strengthening of flexible pavement covered by mastic work which has

been designed for a period of 5 years or more, the Defect Liability Period of the work shall be five years from the actual

date of completion of the work.

The following paragraph shall be added to the Interpretation clause of CONDITION OF CONTRACT:-

“The word „Government‟ means the Government of Stat e of West Bengal in Public Works Department”

Additional provisions in substituted clause 17 of the Condition of Contract of the printed tender form as per G.O.

no. 52-CRC/2M-06/2014 dated 27.10.2014 and subsequently modified vide notification no: 5951-PW/L&A/2M-

175/2017 dated: 02.11.2017

16 All intending bidders are requested to be present in the office chamber of the Executive Engineer, Uttar Dinajpur Highway Division, P.W. (Roads) Directorate during opening of the Tender to observe the tender opening procedure and also in pre-bid meeting.

17 No CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances.

18 MAIN TOOLS & PLANTS AND MACHINERY REQUIRED :By fulfillment of criteria as narrated above the bidders having the following

main Tools Plants and Machinery ownership/ arranged (in working condition) have to be deployed by the Bidders as per M.O.R.T. and H’s specification:

Requirement of Principal Machineries which must be possessed by own/ Lease Hold agreement (as the case may be) are

as mentioned in below. i) Power Roller-1 No. (8 to 10 Ton)

Original documents in support of own / lease possession of the aforesaid machineries are to be furnished if required by

the Tender Inviting Authority.

Date of purchase of all machineries should be within 5 (five) years from the date of NIT.

Page 12 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

18 In the event of acceptance of lowest tendered rate no multiple lowest rate will be considered by the Department 19 The Executive Engineer, Uttar Dinajpur Highway Division P.W. (Roads) Directt. reserves the right to cancel the N.I.T. or any work of

this N.I.T. due to unavoidable circumstances and no claim of any bidder in this respect will be entertained by the Deptt.. 20 Before issuance of the work order, the tender inviting authority may verify the credential & other documents of the lowest tenderer

if found necessary. After verification, if it is found that such documents submitted by the lowest tenderer is either manufacture or false, in that case, L.O.A./ work order will not be issued in favour of the tenderer under any circumstances.

21 If any discrepancy arises between two similar clauses on different notifications, the clause as stated in later notification will supersede former one in following sequence:-

a. W.B.Form No. 2911(ii) b. NIT (including Special terms & Conditions and specification of works) outright. c. Technical bid d. Financial bid 22 Qualification Criteria

The Tender Inviting & Accepting Authority through a ‘Tender Evaluation Committee’ will determine the eligibility of each bidder, the bidders shall have to meet all the minimum criteria regarding:- a) Experience/working credential 23 During scrutiny of documents of Technical Bid or prior to issue of letter of acceptance if it is observed and proved that, if any

document uploaded/submitted by a bidder is either fabricated or manufactured or false or incorrect, in such cases the eligibility of the bidder/ tenderer will be out-rightly rejected without any prejudice with forfeiture of earnest money forthwith to the govt. of West Bengal and strict penal action will be taken against the respective intending bidder as per G.O. No. 547-W(C)/1M-387-15, dt. 16.11.2015 by the Joint Secretary to the Government of West Bengal , Public Works Department and may be debarred from participation in any tender within the jurisdiction of Superintending Engineer, Western Highway Circle No.-I, P.W.(Roads) Directorate or under the P.W.(Roads) Department, Govt. of West Bengal for a minimum period of 1 (one) year or more as it deem fit by the tender Inviting authority or competent authority and in this regard due to perform of illegal activities any claim or appeal of the respective bidder will not be entertained by the Department.

24 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 thereunder from time to time.

25 In case if there be any objection/complain regarding Non-Eligibility in Technical Bid Evaluation, only Intending Bidders or authorized

persons on behalf of the Bidders may lodge objection/complain along with specific authentic documents in support of their objection/complain as a proof to the Notice Inviting Authority within 48 (forty eight) hours from the publication time (uploading time in web portal) of the Technical Bid Evaluation and beyond that time schedule (i.e. after expiry of 48 hours) no objection/complain will be entertained as well as without any specific authentic documents as a proof in support of lodged objection / complain, no objection or complain in this regard will be entertained by the Tender Evaluation committee. On the other hand strict penal action may be taken against the respective Bidders for lodging false objection or complain for obligatory attitude/ creating hindrance towards development works of the Govt.

The detailed address of the complainant including e-mail/Fax number, mobile number & telephone number shall invariably have to be provided in their letter (through which if objection/complain has to be lodged). 26 Apart from the content of this N.I.T. further information if required, will be had from the office of the N.I.A. in any working day. 27 Proper safety measure in course of barricading of the work site with proper road safety tape and movable Iron barricade should be

provided by the successful bidder during actual execution of the work at his/her/their own cost. 28 For any typographical mistake in case of Unit, Rate, Quantity, Amount, any type of nomenclature in items of

works / item itself including description etc. whatsoever as stated in BOQ, that can‟t be claimed during agreement or so. In that case sanctioned estimate will be binding criteria

INSTRUCTION TO BIDDERS SECTION – A

1. General guidance for e-Tendering:-

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

2. 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 http://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.

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 are available at the Web Site stated in Clause -2 of Guideline to Tenderer DSC is given as a USB e-Token.

Page 13 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

4. The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the website

(http:// etender.wb.nic.in) using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. No payment is to be made to the department for downloading the Bid Documents.

5. Participation in more than one work:-

A prospective bidder (including his participation in partnership) shall be allowed to participate in a maximum of 1(one) no. building work as mentioned in the list of schemes.

6. Submission of Tenders:-

General process of submission, Tenders are to be submitted through online to the website in two folders at a time for each work, one in Technical Proposal & the other in Financial Proposal within the prescribed date & time using the Digital Signature Certificate (DSC). The documents free from virus, scanned, transformed into in editable formats and duly Digitally Signed are to be uploaded in web portal

A. Technical proposal:-

The Technical proposal should contain scanned copies of the following further two covers (folders). At the time of downloading of Technical bid (for evaluation) if it is observed that, after trying best (even getting advice from N.I.C. or going through Revocation process) if any folder/file of web portal can not be opened or found not in a readable format, it may be established that, there is some deficiency (due to missing operation) at intending tenderer’s part in uploading of requisite documents in web portal, accordingly for such cases the Technical bid of the respective bidder will be summarily rejected. So, At the time of uploading bid & its related supporting documents in web portal care should be taken, so that during evaluation all the documents (as to be submitted by the Bidders) can be opened & can found neat and clean in a readable format and as per prescribed indexed.

A-1. Statutory Cover (to be submitted through online) Containing:-

i. Application duly typed/ written in letter headed pad (as per Format given in Section-B, Form-1) & also duly signed in hard

copy (if it is observed that, prescribed proforma duly typed/ printed/written is pasted or affixed or pin-up to the letter head pad by the intending Bidder, that will not be treated as application, for which respective bidder’s bid may be summarily rejected). (Format as given Sec-B, Form – I)

ii. Structure and organization (Format as given Sec-B, Form – II) iii. Experience profile (Format as given Sec-B, Form– III) iv. Tender in W.B.Form No. 2911(ii) & NIT (including Special Terms & conditions and specification of works)with all addenda

& corrigendum (download & upload the same Digitally Signed, quoting rate will only encrypted in the B.O.Q. under

Financial Bid. In case quoting any rate in W.B.Form No. 2911(ii) (by the Bidder) the tender is liable to be summarily rejected).

A-2. Non - statutory Cover(which are to be uploaded) Containing:-

Sl Category Details

No Name

A CERTIFICATES i) Professional Tax (P.T.) deposit receipt challan for the financial year 2018-19 / 2017-2018, Pan Card,

Receipt of I.T. (Saral) for the Assessment year 2016-2017, GST Registration Certificate, valid Trade License. Audit report for the years 2015-16,2016-17,2017-18,2018-19

ii) a. Valid Registration Certificate issued by the Co-operation Deptt. are to be submitted by the Registered labour Co-Op. Societies and Engineers’ Co.-Opt. Societies.. b. Registered Unemployed Engineers’ Co-operative Societies/ Unemployed Labour Co.- Op. Societies having validity are requested to furnish resolution copy of latest Annual general meeting/ general meeting /committee meeting (wherein taken decision regarding delegation of power to a particular member of the respective society to use the Digital Signature Certificate has been mentioned, if any).

B COMPANY i) Registration Certificate under Company Act. (If any)./Registered contractors. (as applicable as per G.O.). DETAILS ii) Registered or Notarized Deed of partnership Firm/Registered Article of Association & Memorandum. iii) Registered Power of Attorney (For Partnership Firm/ Private Limited Company, if any)

C CREDENTIAL Credential is applicable as mentioned in as mention in ‘List of scheme’. Scanned copies of Original Credential Certificate along with work order & priced schedule of the respective work of credential certificate as stated in clause 3(i) & read with N.B. below Clause-3/i of this NIT shall have to be submitted along with Bid. Fax no., e-mail address & phone No. of the credential issuing officer in a separate sheet may please be submitted for verification.

Note:- Failure of submission by the Bidders of any of the above mentioned documents & for non-compliance (as stated above in Clause-5,6/A,6/A-1 & 6/A-2) may render the tender to be summarily rejected for both statutory & non statutory covers.

Page 14 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

B. Tender Evaluation committee(TEC):-

i. Opening of Tender and Technical proposal:-

Technical proposals will be opened by the Executive Engineer, Uttar Dinajpur Highway Division, Public Works (Roads) Directorate.

ii. Intending tenderers are requested to read content of this N.I.T. with terms & conditions, specifications, W.B.F.No.-2911 (ii) & B.O.Q. thoroughly & carefully and considering all aspects rate to be quoted in the B.O.Q. & no plea or claim in this regard will be entertained by the Deptt. in future.

iii. Cover (folder) of statutory documents (vide Clause-6.A-1) under section-A should be opened first & if found in order,

then cover(Folder) for non- statutory documents (vide Clause – 6.A-2) under section-A will be opened. If there is any deficiency in the statutory documents, the tender will summarily be rejected as well as if there is any deficiency in the Non-Statutory documents, the tender also be summarily rejected.

iv. Decrypted (transformed in to readable format) documents of the non-statutory cover will be downloaded & handed

over to the Tender Evaluation Committee. v. Uploading of summary list of technically qualified tenderers.

vi. Pursuant to scrutiny & decision of the evaluation committee the summary list (in Technical Bid Evaluation) of eligible

tenderers & the serial number of work for which their proposal will be considered in financial bid will be uploaded in the web portal.

vii. While evaluation, the committee may summon of the tenders & seek clarification / information or additional supporting

documents or original hard copies against copy/copies of any of the documents only which are already submitted/ uploaded in the web portal by the bidders and if these are not produced by the intending Bidders within the stipulated time frame, his/her/their proposals will be liable for rejection.

viii Intending tenderers are requested to remain present during opening of tenders & in pre-bid meeting if they so desire.

C. Financial proposal:-

i. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of Quantities (BOQ). The contractor is to quote the rate (percentage above/ below/ At par) online through computer in the space marked for quoting rate in the BOQ.

ii. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the contractor.

7. Penalty for suppression / distortion of facts:- Submission of false/fabricated/manufactured/incorrect documents or suppression of any running or incomplete works (including the work which is not declared as completed including works under PMGSY or any work in any other Department under the govt. of India/govt.of West Bengal/govt. undertaking organisations, also work-order issued to the respective Bidder but work not started) or suppression or distortion of facts by the intending tenderers is strictly prohibited, yet, if it is found/proved prior to issue of letter of acceptance; his/her/their bid will summarily be rejected and the case may be referred to the appropriate authority for prosecution as per relevant IT & I.P.C. Act with forfeiture of earnest money forthwith to the govt. of West Bengal and penal action will be taken by the Deptt. as it deem fit and may be debarred from participation in any tender within the jurisdiction of Superintending Engineer, Northan Highway Circle , P.W.(Roads) Directorate or under P.W.(Roads) Department or P.W.D. for a minimum period of 1 (one) year or more as it deem fit by the tender Inviting authority or competent Authority of the P.W.(Roads) Department or P.W. Department.

8. REJECTION OF BID

The Employer (tender accepting authority) reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject any or all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer’s (tender accepting authority) action. Also if any bidder withdraws his/her/their bid without assigning any reasonable grounds within bid validity period , his/her/their EMD will be forfeited and legal action may be imposed as per norms.

9. AWARD OF CONTRACT

The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through Letter of Acceptance. The Letter of Acceptance will constitute the formation of the Contract. An Agreement will be constituted in between the Tender Accepting Authority and the successful Bidder (L1 Bidder) in W.B.F.No.-2911(ii) along with all necessary documents e.g. N.I.T. (including special terms & conditions and specification of works), all addenda- corrigendum, different filled-up forms (Section –B), B.O.Q., Affidavits, original application, comparative Statement, Acceptance letter

etc. Successful tenderer (L1 Bidder) shall have to purchase requisite copies of contract documents (on payment of requisite cost for formal agreement) from concerned Division & submit the same accompanied with hard copy of Application, Affidavit in original to this office within time limit (within seven days from the date of receipt of letter of Acceptance of the tender) as to be stated in the letter of acceptance positively & failure to comply content of this Clause & failure to submit the requisite documents (instrument) by the successful bidder necessary penal action may be taken by the Notice Inviting Authority including cancellation of tender with forfeiture of earnest money to the govt. of West Bengal as the case may be and also may be debarred from participation in any

Page 15 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

tender within the jurisdiction of Superintending Engineer, Northern Highway Circle , P.W.(Roads) Directorate for a minimum period of 1 (one) year or more as it deem fit by the tender Inviting authority or competent authority and in this regard appeal of the respective bidder will not be entertained by the Department.

Executive Engineer Uttar Dinajpur Highway Division

P.W.(Roads) Deptt.

Memo No.:- 12-11/427/2(1) Dated:- 26.06.2020

Copy forwarded to the Director of Information, Information Division, Department of Information and Cultural Affairs, West

Bengal, Writers Buildings, Block-I, Top Floor, Kolkata- 700001, with the request to kindly arrange for publication in one leading

English , one Bengali News paper for consequtive-1 (one day with an intimation to this office.

Executive Engineer Uttar Dinajpur Highway Division P.W. (Roads) Directorate

Memo No.:- 12-11/427/3(24) Dated:- 26.06.2020

Copy forwarded to:

1. The Sabhadhipati, Uttar Dinajpur Zilla Parishad for information and necessary action. 2. The Chief Engineer, P.W.(Roads)Deptt. Writers’ Buildings, Kolkata-1 for information and necessary action. 3. The District Information & Cultural Officer, Uttar Dinajpur for information and publication in any one of the local

Newspapers once as per gist of NIT enclosed herewith to ensure wide publicity. 4-7. The Superintending Engineer, Northern Highway Circle/ Northern Circle, PWD/Design & Planning Circle/N.H.Circle

_____ /for information and necessary action. 8. The District Magistrate, Uttar Dinajpur for information and necessary action.

9. The Superintendent of Police, Uttar Dinajpur for information and necessary action. 10-16. The Executive Engineer, Darjeeling/Jalpaiguri/Coochbehar/Dakshin Dinajpur/Malda Highway Division/Uttar

Dinajpur Divn. PWD/North Dinajpur Irrigation Division/ for information and necessary action. 17-19.The Assistant Engineer, Raiganj/Islampur Highway Sub-division /Kaliyaganj Quality Control Sub-Division for information and necessary action. 20. The Assistant Registrar of Co-operative Societies, Raiganj for information and necessary action. 21-23. The Secretary, Contractors’ Association, Raiganj/Islampur/Engineers Co-operative Association, Raiganj/Labour Co-

operative Association, Raiganj for information and necessary action. 24. This office Notice Board.

Executive Engineer Uttar Dinajpur Highway Division P.W. (Roads) Directorate

In case of any clarification / assistance required for the process of e-Tendering please contact during office hours to Executive Engineer, Uttar Dinajpur Highway Division , Raiganj, Public Works (Roads) Directorate.

Help desk of the Public Works (Roads) Directorate to be settled :- Pranjali, Ph. No. 22236236.

Executive Engineer

Uttar Dinajpur Highway Division P.W.(Roads) Deptt.

Page 16 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

SECTION – B FORM –I

APPLICATION

To The Executive Engineer, Uttar Dinajpur Highway Division , P.W.(Roads) Deptt. Ref: - Tender for______________________________________________________________________________ ________________________________________ (Name of work) ______________________________________ ____________________________________________________________________________________________ ____________________________________________________________________________________________ N.I.T.No.: ……….(Sl. No. ………..) of 2018-19 of Executive Engineer, Uttar Dinajpur Highway Division, P.W.(Roads) Directorate. 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_(Name of Agency)___________ _______ ___________ _______ ______ ________________________ _____________________ _____ 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 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 Date: - Signature of applicant including title

and capacity in which application is made.

Page 17 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

SECTION – B

FORM- II STRUCTURE AND ORGANISATION

A.1 Name of applicant

A.2. Office Address with Pin code no.

Telephone No.

Fax No.

E-mail Address:

Signature of applicant including title And capacity in which application is made.

Page 18 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

SECTION – B

FORM – III PROFORMA FOR EXPERIENCE PROFILE TO BE FILLED-UP

1) Name of the Firm:

2) LIST OF PROJECTS COMPLETED BY THE BIDDER THAT ARE SIMILAR IN NATURE THE LAST FIVE YEARS.

Name of Name of Contract Schedule date Schedule

Actual Date of Actual Date Final value Reasons for

of date of of of work delay in

Employer work price in (Rs.) commencement

commencement completion completion (Rs) completion

of work of work (if any)

Note: a) Certificate from the Employers to be attached b) Non-disclosure of any information in the Schedule will result in disqualification of the firm

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

Page 19 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

SECTION – C

Special terms and conditions and specification of works:

C.1 General :

Unless otherwise stipulated all the works are to be done as per general conditions and general specifications as mentioned either in— (i) ‘Departmental Schedule’, which means the Public Works (Roads) Department Schedule of Rates for Road works, Bridge & Culvert Works and Carriage etc. in different district of West Bengal for the working area including up-to-date addenda and corrigenda, if any, issued by the Superintending Engineer, Bridge Planning Circle up to the date of Technical Sanction of the estimate of the respective work or in

(ii) Latest edition of the book of name ‘Specification for Road and Bridge Works’ of the M.O.R.T. & H., Surface Transport (Roads Wing), Government of India, published by Indian Roads Congress, New Delhi, for the specification of various works.

For general conditions and general specifications of items of works including supply and carriage works, not appearing in the aforesaid S.O.R./ specification book, relevant Public Works Department (W.B.)Schedule of Rates for Building Works and Materials and Labour in force including up-to-date addenda and corrigenda and Schedule of Rates of N.H. works ,P.W. (Roads) Dte. issued from competent authority as applicable (up to the date of Technical Sanction of the estimate of the respective work) for the working area of concerned State Highway Circle at the time of submission of tender for the working area will be considered.

C.2 Definition of Engineer-in-Charge and commencement of work :

The word “Engineer-in-Charge” means the Executive Engineer, P.W. (Roads) Directorate of the concerned Division. The word “Department” appearing anywhere in the tender documents means P.W.(Roads) 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. In case, the work is transferred to any other Division, the Executive Engineer under whom the work will be executed should be treated as the Engineer-in-Charge. The work shall have to be taken up within seven days of the receipt of the work order or otherwise mentioned therein. Failure to do so will constitute a violation of the contract stipulation as regards of proportionate progress and timely completion of work and the contractor will thereby make himself liable to pay compensation or other penal action as per stipulation of the printed tender form.

C.3 Terms & Conditions in extended period :

As Clause 5 of W.B.F. No. 2911 (ii) as the case may be when an extension of time for completion of work is granted by the Engineer-in-Charge for cogent reasons for which the contractor have no control, it will be taken for granted by the working contractor that the validity of the contract is extended automatically upto the extended period with all terms and conditions rates etc. remaining unaltered, i.e. the tender is revalidated upto the extended period.

C.4 Co-operation with other agencies and damages and safety of road users :

All works are to be carried out in close co-operation with the Department and other contract or contracts that may be working in the area of work. The work should also be carried out with due regard to the convenience of the road users and occupants of the adjacent locality, if any. All arrangements and programme of work must be adjusted accordingly. All precautions must be taken to guard against chances of injury or accidents to workers, road users, occupants of the adjacent locality etc. The contractor must see that all damages to any property which, in the opinion of the Engineer-in-Charge are due to the negligence of the contractor are promptly rectified by the contractor at his own cost and expenses and according to the direction and satisfaction of the Engineer-in-Charge.

C.5 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 booking of railways wagons etc. But, in case of failure of the department to help the contractor in this respect, the contractor will have arrange at his own initiative so that progress of work will not hamper and no claim whatever on this ground will be entertained under any circumstances. If railways facilities are not available, the contractor will have to depend on transport of materials by road as necessary to complete the work without claiming any extra payment from department in this regard. The contractor must consider this aspect while quoting rate.

C.6 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 or sent by post to such office or delivered to the contractor’s authorised agent or representative. For such intimation to the contractor’s site office, it shall be deemed to the sufficient enough to be served upon the contractor.

Page 20 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD C.7 Incidental and other charges :

The cost of all materials, hire charges to Tools and plants, labour, Corporation/Municipal Fees for water supply, Royalty or road materials (if any), electricity and other charges of Municipalities or statutory local bodies, ferry charges, Toll charges, loading and unloading charges, handling chargers, overhead charges etc. will be deemed to have been covered by the rates quoted by the contractor inclusive of also Sales Tax (Central and/or State), Income Tax, Octroi Duty/Terminal Tax, Turnover Tax, GST etc. All other charges for the execution of the specified work, including supply of materials and related carriage, complete or finished in all respect upto the entire satisfaction of the Engineer-in-charge of the work. No claim extra claim in this regard beyond the specified rate as per work schedule whatsoever in this respect will be entertained.

C.8 Authorised Representative of Contractor :

The contractor shall not assign the agreement or sublet any portion of the work. The contractor, may however, appoint and authorised representative in respect of one or more of the following purpose only.

a) General day to day management of work. b) To give requisition for Departmental materials, Tools & Plants etc. to receive the 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 authorised representatives shall be subject to the prior approval of the Engineer-in-Charge concerned and the contractor shall in writing seek such approval of the Engineer-in-Charge 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 here-in-above, which the representative will be authorised for. Even after first approval, the Engineer-in-Charge may issue at any subsequent date, revised directions about such authorised representative and the contractor shall be bound to abide by such directions. The Engineer-in-Charge shall not be bound to assign any reason for his revised directions. Any notice correspondence etc. issued to the authorised representative or left at his address, will be deemed to have been issued to the contractor.

C.9 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.

C.10 Extension of time :

No extension of time will be granted due to preliminary works and non-availability of materials etc. 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, enhanced 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 this 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).

C.11 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 solid raised flooring is made, cement is to be stored on bamboo or timber dunnage 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 remove from the site by the contractor as per directed of the Engineer-in-Charge.

C.12 Arrangement of Land :

The contractor will arrange land for installation of his Plants and Machinery, his godown, storeyard, labour camp etc. at his own cost for the execution of the work. Departmental land, if available and if applied for, may be spared for the purpose on usual charges as fixed by the Competent Authority.

C.13 Use of Government Land :

Before using any space in Government land for any purpose whatsoever, approval of the Engineer-in-charge will be required. Departmental land, if available and if applied for, may be spared for the purpose on usual charges as fixed by the Competent Authority. The contractor shall make his own arrangements for storage of tools, plant, equipments; materials etc. of adequate capacity and shall clear and remove on completion of work and shed, huts etc. which he might have erected in Government land. If after such use, the contractor failed to clear the land, Department will arrange to remove those installation and adequate recovery will be made from the dues of the contractor.

Page 21 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

C.14 Work Order Book :

The contractor shall within seven days of receipt of the order to take up work, supply at his own cost one Work Order Book to Sub-Divisional Officer/Assistant Engineer Concerned, who is authorised to receive and keep in custody the Work Order Book on behalf of the Engineer-in-Charge. The Work Order Book shall be kept at the site of work under the custody of Sub-Divisional Officer/Assistant Engineer or his authorised representative. The Work Order Book shall have machine numbered pages in triplicates. Directions or instruction from Departmental officers to be issued to the Contractor will be entered (in triplicate) in the Work Order Book (except when such directions or instructions are given by separate letters). The contractor or his authorised representative shall regularly note the entries made in the Work Order Book and also record thereon the action taken or being taken by him complying with the said directions or instruction on any relevant point relating to the work. The contractor or his authorised representative may take away the triplicate page of the Work Order Book for his own record and guidance. Cases 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: a) Name of the Work b) Reference to contract number c) Contractual rate in percentage d) Date of opening of the Work Order Book e) Name and address of the Contractor f) Signature of the Contractor

g) Name & address of the Authorized representative (if any of the

contractor authorized by him)

h) Specific purpose for which the contractor’s representatives is authorized to act on behalf if the Contractor.

i) Signature of the authorized representative duly attested by the Contractor. j) Signature of the Sub-Divisional Officer/Assistant Engineer 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/Assistant Engineer.

C.15. Site Condition :

The contractor before tendering must visit the site and satisfy himself as to the extent of the proposed construction difficulties and problems, if any, to start, to continue and complete the work within the time as stipulated in this tender without dislocation of normal traffics during day as well as to night considering all these aspects the rate shall be quoted and the department will not be entertained any appeal/claim of the bidder in future in this regard. No interruption in works due to any site condition will be allowed towards complete the work in time. The execution of the work should however be planned and phased so that there are no undue hazards to the movement of normal traffic over the Road. No additional payment will be entertained on this account. Difficulties and inconveniences in transporting materials over the bad Roads, Kutcha Roads, incomplete Roads and over the weak and damaged culverts should be taken into consideration by the Contractor. The materials for the work may be required to carry over kutcha Roads. These approach Roads should be maintained by the Contractor at his own cost. Difficulties in collection of different materials in lot, over the Road flank due to insufficient space if there be, should be noted by the bidder for which no rate or time will be allowed on these accounts as stated. The bidder should quote his rate taking into consideration regarding security of the materials. Nothing would be entertained under any circumstances beyond the respective tendered provisions.

C.16 Preliminaries :

During execution of the work contractor will remain responsible for providing reasonable facilities to traffic on the Road and also lighting and guarding of the Road during night for its safety while the work is in progress and no extra payment will be made on this account before/or after taking up the work. Approximately half of the Road width including one flank shall be kept clear to the traffic from all obstruction and the surface shall be properly cleaned and leveled as far as possible. Sign Boards / Direction Boards are to be erected at required points of specified size indicating in red letters on a white back ground as per direction of the Engineer-in-charge. Cost of which should be borne by the agency. Road barriers shall be placed wherever the existing Road surface disturbed with proper' Road signs. During night, these should be provided with the light, Night Guard e.g. 'Chowkidar' for watching the barrier etc. shall also be maintained by the Contractor to give due warning to Road users specially at night.

Page 22 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

C.17 Clearing Of 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. Total length (in case of road project) shall be demarcated by proper chainaging along with fixing 200m post as per direction of Engineer-in-Charge on both side of the alignment and Bench Marking at desired locations as per direction of 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.

C.18 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 machinery and equipments like Level Machine, Staff, Theodalite etc. and other sundry material like, pegs, strings, nails flakes instruments etc. and also skill labour require for setting out the levels for laying out different structures and alignment shall also be supplied by the contractor (as per direction of Engineer-in-Charge) at his own cost without any extra claim towards the department.

C.19 Supplementary / Additional items of Works :

Notwithstanding the provisions made in the related printed tender form any item of the work which can be legitimately be considered as not stipulated in the specific price 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 in the 1

st instant extended possible from the rates of the allied items of work

appearing in the tender schedule. (b) Rate of supplementary items shall be analyzed to the maximum extend possible from rates of 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 Rates for the working area enforce up to the date of Technical Sanction of the estimate of the work of this N.I.T.

(c) In Case, addition items do not appear in the above Public Works (Roads) Department Schedule of Rates, such items for the

works shall be paid at the rates entered in the Public Works Department/N.H.Works Schedule of Rates for the working area enforce up to the date of Technical Sanction of the estimate of the work of this N.I.T.

(d) 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 of work. Profit and overhead charges (both together) at 10% (Ten percent) will be allowed only; the contractual percentage will not be applicable.

Unbalanced market rates shall never be allowed. Contractual percentage shall only be applicable with regard to the portions of the analysis based on clauses (a), (b) & (c) 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 by the tender accepting authority.

C.20 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/Assistant Engineer, as the authorized representatives of the Engineer-in-Charge and order given by him for 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/Assistant Engineer may do this inspection in respect of minor works and issue order regarding the latter item.

C.21 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 and brand of such materials shall have to be done by the concerned Department or as directed by Engineer-in-Charge prior to utilization in the work.

C.22 Water and energy :

The contractor shall have to arrange on his own cost, required energy for operation of equipments and machinery, for operating of pumping set, illuminating work site, office etc. that may be necessary in different stages of execution of work. No facility of any sort will be provided for utilization of the departmental sources of energy existing at site of work. Arrangement for obtaining water for the work should also be made by the contractor at his own cost. All cost for getting energy and / or for any purpose whatsoever will have to be borne by the contractor for which no claim will be entertained. All materials, tools and plants and all labour (skilled and unskilled) including their housing, water supply, sanitation, light, procurement of food for contractors staff & crews, medical aids etc. are to be arranged for by the contractor at his own cost. The cost for transportation of labour, materials and all other incidental items as required for work shall also have to be borne by the Contractor without any extra claim from department.

Page 23 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

C.23 Road opened to traffic :

It should be clearly understood that the contractor will be responsible to keep the road open to all kinds of traffic during execution of the work. The work should be so arranged and the programme of work must be as adjusted as would not disturb the smooth flow of road traffic in any way. If necessary diversion road should be provided and maintained by the contractor at his own cost for the entire period of work, if not separately provided in the tender. The Contractor should take all necessary precautions including guarding, lighting and barricading as necessary, to guard against the chances of injury or accident to the road user and traffic and ferry users during execution of the work for which nothing extra will be paid except otherwise mentioned in specific price schedule. The contractor will also indemnify the Department and the contractor is liable to compensate against consequences of any such injury or accident, if so happens, as per opinion of the Engineer-in-Charge, due to contractor’s fault in compliance with any of such obligations. Suitable road sign as and where necessary should be provided by the contractor at his own cost as per direction of the Engineer-in-charge and shall also be maintained till the completion of the work. Road barriers with red light at night are to be placed where the existing surface is disturbed with proper road signs. All these shall be done at the cost of the contractor without any extra claim towards department.

C.24 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.

C.25 Serviceable Materials :

The responsibility for stacking the serviceable materials (as per decision of the Engineer-in-Charge) obtained during dismantling of existing structures/roads and handing 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 handing 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.

C.26 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.

C.27 Contractor’s risk for loss or damage :

All risk on account of railway or road carriage or carriage by boat including loss or damage of vehicles, boats, barges, materials or labour, if any, will have to be borne by the contractor without any extra claim towards department.

C.28 Idle labour & additional cost :

Whatever may be the reason no claim on 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.

C.29 Charges and fees payable by contractor :

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

b) The Contractor shall 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 right 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.

C.30 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.

C.31 Realization of Departmental claims :

Any sum of money due and payable to the contractor (including security deposit returnable to him) under this contract may be appropriated by the Government and set off against any claim of Government for the payment of sum of money arising out of this contract or under any other contract made by the contractor with the Government.

Page 24 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

C.32 Compliance of different Acts :

The contractor shall comply with the provisions of the Apprentices Act, 1961, Minimum Wages Act, 1848. Contact Labour (Regulation and Abolition) Act 1970 and the rules and orders issued hereunder from time to time. If he fails to do so, Engineer-in-Charge or Superintending Engineer of the concern Circle of P.W. (Roads) Directorate may at his discretions, take necessary measure over the contract. The Contractor shall also make himself for any pecuniary liabilities arising out on account of any violation of the provision of the said Act(s). The Contractor must obtain necessary certificate and license from the concerned Registering Office under the Contract Labour (Regulation & Abolition) Act, 1970. The contractor shall be bound to furnish the Engineer-In-Charge all the returns, particulars or date as are called for from time to time in connection with implementation of the provisions of the above Acts and Rules and timely submission of the same, failing which the contractor will be liable for breach of contract and the Engineer-in-Charge may at his discretion take necessary measures over the contract.

C.33 Safety, Security and Protection of the Environment :

The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein: (a) have full regard for the safety of all persons and the Works (so far as the same are not completed or occupied by the department),

(b) provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when and where necessary or required by the Engineer-in-Charge for the protection of the Works or for the safety and convenience of the public or others, (c) take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation,

(d) ensure that all lights provided by the Contractor shall be screened so as not to interfere with any signal light of the railways or with any traffic or signal lights of any local or other authority.

C.34 Commencement of work :

The work must be taken up within the date as stipulated in the work order and completed in all respects (including preparatory works or for any causes thereof) within the period specified in Notice Inviting Tender.

C.35 Program of work :

Before actual commencement of work the contractor shall submit a program of construction of work with methodology clearly showing the required materials, men and equipment. The contractor will submit a program of construction in the pattern of Bar Chart or Critical Path Method and a time table divided into four equal periods of progress of work to complete the work within the specific period for approval of the Engineer-In-Charge who reserves the right to make addition, alterations and substitutions to such program in consultation with the contractor and such approved program shall be adhered to by the contractor unless the same is subsequently found impracticable in part or full in the opinion of the Engineer-In-Charge and is modified by him. The contractor may pray in writing, showing sufficient reasons therein for modification of program. The conditions laid down in clause 2 of the printed W.B.F.No.-2911(ii) regarding the division of total period and progress to work and the time table there for as provided in the said clause shall be deemed to have been sufficiently complied with the actual progress of work and 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.

C.36 Setting out of the work :

The contractor shall be responsible for the true and perfect setting out of the work and for the correctness of the position, levels, dimensions and alignments of all parts of work, if any rectification or adjustment becomes necessary the contractor shall have to do the same at his own cost according to the direction of the Engineer-in-Charge. During progress of works, if any, error appears or arises in respect of position, level, dimensions or alignment of any part of the work contractor shall at his own cost rectify such defects to the satisfaction of the Engineer-in-Charge. Any setting out that may be done or checked by either of them shall not in any way relieve the contractor from their responsibility for correctness and rectification thereof.

C.37 Precautions during works :

The contractor shall carefully execute the work without disturbing or damaging underground or overhead service utilities viz. Electricity, Telephones, Gas, Water pipes, Sewers etc. In case disturbances of service utilities is found unavoidable the matter should immediately be brought to the notice of the Engineer-in-Charge and necessary precautionary measures as would be directed by the Engineer-in-Charge shall be carried out at the cost and expenses of the contractor. If the service utilities are damaged or disturbed in any way by the contractor during execution of the work, the cost of rectification or restoration of damages as would be fixed by the Engineer-in-Charge concerned will be recovered from the contractor.

C.38 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 (Latest Revision) and relevant 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 shall be borne by the agency and that must be considered during quoting rate.

Page 25 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD C.39 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 commencement as mentioned in work order. Time for completion as specified in the tender shall be deemed to be the essence of the contract.

C.40 Procurement of materials :

All materials required to complete execution of the work shall be supplied by the contractor after procurement from authorised and approved source.

C.41 Rejection of 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.

C.42 Implied elements of work in items :

Except of such items as are included in the Specific Priced Schedule of probable items and approximate quantities no separate charges shall be paid for traffic control measures, shoring, shuttering, dewatering, curing etc. and the rates of respective items or works are to be deemed as inclusive of the same.

C.43 Damaged cement :

Any cement lying at contractor’s custody which is found at the time of use to have been damaged shall be rejected and must immediately be removed from the site by the contractor or disposed of as directed by Engineer-in-Charge at the costs and expenses of the contractor.

C.44 Issue of Departmental Materials :

Different materials such as bitumen , bitumen emulsion , steel , cement etc. will be supplied from different departmental stack yard as and when available.

C.45 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.

C.46 Tender 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 condition. No conditional rate will be allowed in any case. The Intending Bidders are requested to read carefully & go through all the Terms & Conditions, Specifications etc. etc. as stipulated in the tender documents (duly uploaded in the web portal by the N.I.A.) and considering all aspects rate in the B.O.Q. shall be Quoted.

C.47 Delay due to modification of drawing and design :

The contractor shall not be entitled for any compensation for any loss due to delays arising out of modification of the drawing, addition & alterations of specifications.

C.48 Additional Conditions :

A few additional conditions under special terms and conditions :

C.48.1. Rate quoted shall be inclusive of clearing site including removal of surplus (both serviceable & unserviceable) earth, rubbish, materials etc. as per direction of the Engineer-in-Charge.

C.48.2. Rate quoted shall be inclusive of West Bengal Sales Tax, Income Tax, Octroi and all other duties/charges/Taxes if any. C.46.3. Display board (Informatory) of size 150cm X 90cm is to be provided at starting and end chainage of the work-site with aluminum plate hoisted on steel tubular pipe/ angle post to a height of 1.5 Metre at the cost of the contractor including fitting, fixing, painting, lettering etc. complete as per direction of Engineer-in-Charge.

C.48.4.The Contractor is to display caution board maintaining I.R.C. norms at his own cost as per requirements at work site & as per direction of Engineer-in-Charge. C.48.5. Deep excavation of trenches and left out for days shall be avoided, simultaneously precautionary measures shall be taken. C.48.6. Labour welfare Cess will be deducted from bills @ 1(one) % of gross bill value as per rule. C.48.7. The whole work will have to be executed as per Departmental drawings available in this connection at the tender rate.

Page 26 of 27

Public Works (Roads) Department, Government of West Bengal

e-NIT No. – 01 of 2020-21 OF EE/UDHD

C.48.8. Income Tax and other taxes & charges (as applicable) will be deducted from each bill of the contractor as per applicable rate and Govt. rules in force. C.48.9. In accordance with the West Bengal Taxation Laws (amendment) Ordinance, 1993 amending the West Bengal Finance (Sales Tax) Act, 1994 necessary Sale Tax / GST will be deducted as per rate in force from the bill in addition to other deduction as per extent rules. C.48.10. Rate quoted shall be inclusive of preliminary works (vide Clause-15 to Clause-17 under Section ‘C’) at work site and for such preparatory & ancillary works no further time will be extended beyond the stipulated date of completion of the work.

C.49 Payment of Bills :

As mentioned in the NIT

C.50 Refund of Security Deposit : As mentioned in of NIT.

C.51 Settlement of Dispute :

As mentioned in of NIT

C.52 Execution of Less/Excess works beyond Tendered Items:- It may please be noted that, for the case of Less/Excess & Supplementary works beyond Tendered Items, getting prior written permission from the Tender Accepting Authority is essential, copy of which must be attached with Less/Excess works Statement & Supplementary Tender otherwise the same statement may not be entertained.

Note: All materials required for the proposed schemes as mentioned in Sl-01&02 including bitumen (all grade), bitumen emulsion, cement & Steel will have to be specified grade and approved brand in conformity with relevant code of practice (latest revision) & manufactured accordingly & will have to be procured & Supplied by the agency at his/their own cost including all taxes. Authenticated evidence for purchase of bitumen, bitumen emulsion, cement & steel are to be submitted along with challan and test certificate. In the event of further testing opted by the Engineer-in-Charge, such testing from any Government approved/Govt. Testing Laboratory will have to be conducted by the agency at his/their own cost. Only 60/70 (VG 30) Grade paving bitumen of IOCL/BPCL/HPCL will be permitted as Straight run Bitumen. NB:- i) Please read G.S.T. instead of VAT.

Executive Engineer

Uttar Dinajpur Highway Division P.W.(Roads) Deptt.

Page 27 of 27

Name of the

Bidder/

Bidding Firm /

Company :

NUMBER # TEXT # NUMBER # TEXT # NUMBER NUMBER # TEXT #

Sl.

No.

Item Description Quantity Units Estimated Rate

in

Rs. P

TOTAL AMOUNT

Without Taxes in

Rs. P

Total Amount in Words

1 2 4 5 6 53 55

1.00 Construction of earthen shoulders with approvedmaterial obtained from borrow pits with all lifts and

712.500 cum 172.58 122963.25 INR One Lakh Twenty Two Thousand Nine Hundred &Sixty Three and Paise Twenty Five Only

PRICE SCHEDULE

(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender.

Bidders are allowed to enter the Bidder Name and Values only )

Percentage BoQ

Tender Inviting Authority: Executive Engineer, Uttar Dinajpur Highway Division, P.W.(Roads) Directorate.

Name of Work: Temporary restoration of rain damaged portion of Durgapur-Patnoliaghat Road from 0.00 kmp to 10.66 km in the dist of Uttar Dinajpur under Uttar Dinajpur Highway

Division during the year 2020-21. (Phase-I)

Contract No: EE/UDHD/WB/PWRD/NIT_01 of 2020_21

Validate Print Help

material obtained from borrow pits with all lifts andleads, transporting to site, spreading, grading torequired slope and compacted to meetrequirement of Table 300.2 with lead upto 1000 mas per Technical Specification Clause 303.1 forRural Roads of MORD. (Borrow pitmeasurement).Carriage up to total lead 2.00 km.

Sixty Three and Paise Twenty Five Only

2.00 Filling empty Cement bags with dry earth ,stitching the bag (cost of thread included) andcarrying and placing them in position and allincidental charges complete including cost ofsand and gunny bags.

5090.000 nos 16.82 85613.80 INR Eighty Five Thousand Six Hundred & Thirteen andPaise Eighty Only

3.00 Supplying Eucalyptus-bullah piles at work site,including dressing and making one end pointed.

3.10 150 mm diameter. 456.000 m 217.00 98952.00 INR Ninety Eight Thousand Nine Hundred & Fifty TwoOnly

3.20 100 mm diameter. 170.000 m 96.00 16320.00 INR Sixteen Thousand Three Hundred & Twenty Only

4.00 Labour for driving Eucalyptus bullah piles bymonkey in sorts of soil including hoisting andplacing piles in position, protecting the pile headwith iron ring and cutting and shaping headsbefore and after driving and including hire andlabour for necessary driving appliances and alllabour for necessary driving appliances and alltackles.

Name of the

Bidder/

Bidding Firm /

Company :

Percentage BoQ

Tender Inviting Authority: Executive Engineer, Uttar Dinajpur Highway Division, P.W.(Roads) Directorate.

Name of Work: Temporary restoration of rain damaged portion of Durgapur-Patnoliaghat Road from 0.00 kmp to 10.66 km in the dist of Uttar Dinajpur under Uttar Dinajpur Highway

Division during the year 2020-21. (Phase-I)

Contract No: EE/UDHD/WB/PWRD/NIT_01 of 2020_21

Validate Print Help

4.10 150 mm diameter. 399.000 m 105.00 41895.00 INR Forty One Thousand Eight Hundred & Ninety FiveOnly

4.20 100 mm diameter. 78.000 m 83.00 6474.00 INR Six Thousand Four Hundred & Seventy Four Only

5.00 Labour for fitting and fixing 10 cm. to 13cm.diameter Eucalyptus-bullah as ties andrunners including necessary nails, bolts and nuts.

86.000 m 20.60 1771.60 INR One Thousand Seven Hundred & Seventy Oneand Paise Sixty Only

6.00 Water Bound Macadam Sub Base byconsolidating Jhama metal of specific size in hardcrust to requisite thickness (measured aftercompaction) in layers including screening of

37.875 cum 2450.93 92828.97 INR Ninety Two Thousand Eight Hundred & TwentyEight and Paise Ninety Seven Only

compaction) in layers including screening ofmetals etc. as necessary, hand packing,sweeping, watering and rolling in stages withpower roller to proper line, grade and camber,lighting, guarding & barricading and makingnecessary earthen bundh of one metre width oneach side where necessary to protect edges andpreparing the bed by necessary cutting or fillingand rolling all complete including the cost of allmaterials and hire and labour charges of all menand machineries and compacting to the requireddensity, as per Clause 404 of Specifications forRoad & Bridge Works of MoRT&H (5thRevision).For Construction of Sub Base byconsolidating Jhama metal (63 mm to 45 mm)with moorum screening.

7.00 Providing and laying of boulder apron laid in wirecrates made with 4mm dia GI wire conforming toIS: 280 & IS:4826 in 100mm x 100mm mesh(weaved diagonally) including 10 per cent extrafor laps and joints laid with stone bouldersweighing not less than 40 kg each.

93.000 cum 3158.08 293701.44 INR Two Lakh Ninety Three Thousand Seven Hundred& One and Paise Forty Four Only

Name of the

Bidder/

Bidding Firm /

Company :

Percentage BoQ

Tender Inviting Authority: Executive Engineer, Uttar Dinajpur Highway Division, P.W.(Roads) Directorate.

Name of Work: Temporary restoration of rain damaged portion of Durgapur-Patnoliaghat Road from 0.00 kmp to 10.66 km in the dist of Uttar Dinajpur under Uttar Dinajpur Highway

Division during the year 2020-21. (Phase-I)

Contract No: EE/UDHD/WB/PWRD/NIT_01 of 2020_21

Validate Print Help

8.00 Dressing and chilchalling Road flanks includingcutting and filling with earth up to 150 mmaverage thickness finished with outward cross-grade of 1 in 30.

8528.000 sqm 12.20 104041.60 INR One Lakh Four Thousand &Forty One and PaiseSixty Only

9.00 Close Bamboo Walling made of 65mm to 75mmdia.bamboos (in single line) driven about half-length into the ground side by side, with stoutstays at an interval of 1m, 3nos. of half splitbamboo runner of same diafitted and fixed with nails etc. complete as perdirection. (Measurement to be taken along thelength of piling after finishing the works).With bamboos of length above 2.00m and upto2.50m.

16.000 m 517.00 8272.00 INR Eight Thousand Two Hundred & Seventy TwoOnly

10.00 Add GST @ 12% 872833.66 % 12.00 104740.04 INR One Lakh Four Thousand Seven Hundred & Fortyand Paise Four Only

11.00 Add Labour Welfare Cess @ 1% 977573.70 % 1.00 9775.74 INR Nine Thousand Seven Hundred & Seventy Fiveand Paise Seventy Four Only

Total in Figures 987349.44 INR Nine Lakh Eighty Seven Thousand Three Hundred& Forty Nine and Paise Forty Four Only

Quoted Rate in Figures

Select

0.00 INR Zero Only

Name of the

Bidder/

Bidding Firm /

Company :

Percentage BoQ

Tender Inviting Authority: Executive Engineer, Uttar Dinajpur Highway Division, P.W.(Roads) Directorate.

Name of Work: Temporary restoration of rain damaged portion of Durgapur-Patnoliaghat Road from 0.00 kmp to 10.66 km in the dist of Uttar Dinajpur under Uttar Dinajpur Highway

Division during the year 2020-21. (Phase-I)

Contract No: EE/UDHD/WB/PWRD/NIT_01 of 2020_21

Validate Print Help

Quoted Rate in Words INR Zero Only