government of west bengal -...

17
Page - 1 PW (Roads) Directorate, Go Superintend Gover Offi S Sahyeed M Phone : 2 e-Mail ID Memo No :24 The Superintending En The Superintending Engineer, South detailed in the table below.(Submission of Bid t List of schemes: Sl. No. Name of the Work. E A (1) (2) 1. Widening, Strengthening & Improvement Work of Dahijuri-Lalgarh Road, from 0.00 Kmp to 11.35 Kmp, under Midnapore Highway Division No-II, in the district of Paschim Medinipur. (Ch. to PLAN) 2. Widening & Strengthening of Kharikamathani - Dhumsai Road from 10.00 Kmp. to 20.00 Kmp., under Midnapore Highway Division No-II, in the district of Paschim Medinipur. (Ch. to PLAN) 1) In the event of e-Filing intending bidd Certificate. 2) Technical Bid and Financial Bid bot Tender document may be downloade No. 9. The documents submitted by the bidd deposit at the time of Bid Submiss documents 3 (Three) sets as indicated 3) Eligibility criteria for participation nature of work in any Govt. Sector bellow :- (Vide Order No : 04A/PW of the Principal Secretary, to the G i) a) Intending tendere minimum value o (Five) years prior In case of Joint V of a similar natu estimated amoun Tender to be rep tender Minimum overnment of West Bengal e-Tender Notice No ding Engineer, South Western Highway Circle rnment of West Bengal ice of the Superintending Engineer South Western Highway Circle PW (Roads) directorate Mangal Pandey Sarani :: Paschim Medinipu 275 565 (03222) / FAX : 275 544 (03222) D : [email protected] / [email protected] e-Tender Notice No 13 of 2016-2017 of ngineer, South Western Highway Circle, PW (Roads) Direct h Western Highway Circle, Public Works (Roads)Directora through online). Estimated Amount put to tender (Rs.) Earnest Money (Rs.) Price per set of Tender documents including 2911 (ii) and other Annexures. Period of time for Completion of the work (3) (4) (5) (6) 232059953.33 4641199.00 15005.00 24 Months 131121782.71 2622436.00 10005.00 18 Months der may download the tender document from the website dir th will be submitted concurrently duly digitally signed in t ed from website & submission of Technical Bid/Financial B ders should be properly indexed during participation in e-ten sion. However, during execution of formal agreement, the d column 5,page no.1 from the office of the Concern, Exec n in tender:- Bonafied out sider and resourceful contractors / Semi- Govt. sector or Govt. under taking department W/O/10C-02/14 Dtd. 18.03.2015 & Memorandum No-242 Govt. of West Bengal, PWD.) ers should produce credentials of similar nature of 40%(Forty Percent) of the estimated amount to the date of issue of the tender notice. Venture, One partner in the Joint Venture s ure of completed work valuing minimum 40 nt put to Tender during 5 (Five) years prior placed by for road works having estimated m Rs. 25 Crore. – 13 of 2016-17 of e. ur ) Date : 06.01.2017 torate. ate, invites e-Tender for the work n k Name of the Concerned Division office Eligibility of Contractor (7) (8) s Midnapore Highway Division No-II As per NIT. s Midnapore Highway Division No-II As per NIT. rectly by the help of Digital Signature the Website https://etender.wb.nic.in . Bid as per. Tender time schedule in Sl. endering. No tender fees is required to e contractor have to purchase tender cutive Engineer. s having experience to execute similar t also fulfill the criteria mentioned as W(C) /1M-132/15 Dtd. 20.05.2015 e of completed work of the t put to tender during last 5 should produce credentials 0% (Forty Percent) of the to the date of issue of this cost of civil works put to

Upload: buikhuong

Post on 06-May-2018

215 views

Category:

Documents


1 download

TRANSCRIPT

Page - 1

PW (Roads) Directorate, Government of West Bengal eSuperintending Engineer, South Western Highway Circle.

Government of West BengalOffice of the Superintending Engineer

South Western Highway Circle

Sahyeed Mangal

Phone : 275 565

e-Mail ID :

Memo No :24

The Superintending Engineer, South Western Highway Circle, PW (Roads) Directorate.

The Superintending Engineer, South Western Highway Circle, Public Works (Roads)Directorate, invites edetailed in the table below.(Submission of Bid through

List of schemes:

Sl. No. Name of the Work.

Estimated Amount

(1) (2)

1.

Widening, Strengthening & Improvement Work of Dahijuri-Lalgarh Road, from 0.00 Kmp to 11.35 Kmp, under Midnapore Highway Division No-II, in the district of Paschim Medinipur. (Ch. to PLAN)

2.

Widening & Strengthening of Kharikamathani - Dhumsai Road from 10.00 Kmp. to 20.00 Kmp., under Midnapore Highway Division No-II, in the district of Paschim Medinipur. (Ch. to PLAN)

1) In the event of e-Filing intending bidder may download the tender document from the website directly by the help of Digital Signature Certificate.

2) Technical Bid and Financial Bid both will be submitted concurrently duly digitally signed in the Website

Tender document may be downloaded from website & submission of TecNo. 9. The documents submitted by the bidders should be properly indexed deposit at the time of Bid Submission.documents 3 (Three) sets as indicated column 5,page no.1

3) Eligibility criteria for participation in tender:

nature of work in any Govt. Sector bellow :- (Vide Order No : 04A/PW/of the Principal Secretary, to the Govt. of West

i) a) Intending tenderers should produce credentials of similar nature of completed work of the

minimum value of (Five) years prior to the date of issue of the tenIn case of Joint Venture, One partner in the Joint Venture should produce credentials of a similar nature of completed work vaestimated amount put to Tender during 5 (Five) years prior to the date of issue of this Tender to be replaced tender Minimum Rs. 25 Crore.

rectorate, Government of West Bengal e-Tender Notice No Superintending Engineer, South Western Highway Circle.

Government of West Bengal Office of the Superintending Engineer

South Western Highway Circle

PW (Roads) directorate

Mangal Pandey Sarani :: Paschim Medinipur

Phone : 275 565 (03222) / FAX : 275 544 (03222)

Mail ID : [email protected] / [email protected]

e-Tender Notice No 13 of 2016-2017 of The Superintending Engineer, South Western Highway Circle, PW (Roads) Directorate.

The Superintending Engineer, South Western Highway Circle, Public Works (Roads)Directorate, invites edetailed in the table below.(Submission of Bid through online).

Estimated Amount put to tender (Rs.)

Earnest Money (Rs.)

Price per set of Tender

documents including 2911 (ii)

and other Annexures.

Period of time for

Completionof the work

(3) (4) (5) (6)

23

2059

953.

33

46

4119

9.00

15005.00 24 Months

13

1121

782.

71

26

2243

6.00

10005.00 18 Months

Filing intending bidder may download the tender document from the website directly by the help of Digital Signature

Technical Bid and Financial Bid both will be submitted concurrently duly digitally signed in the Website Tender document may be downloaded from website & submission of Technical Bid/Financial Bid as per.

The documents submitted by the bidders should be properly indexed during participation in e-tenderingdeposit at the time of Bid Submission. However, during execution of formal agreement, the contractor documents 3 (Three) sets as indicated column 5,page no.1 from the office of the Concern, Executive Engineer.

Eligibility criteria for participation in tender: - Bonafied out sider and resourceful contractors having experience to execute similar / Semi- Govt. sector or Govt. under taking department

A/PW/O/10C-02/14 Dtd. 18.03.2015 & Memorandum No-242 –of the Principal Secretary, to the Govt. of West Bengal, PWD.)

Intending tenderers should produce credentials of similar nature of completed work of the minimum value of 40%(Forty Percent) of the estimated amount put to tender during (Five) years prior to the date of issue of the tender notice. In case of Joint Venture, One partner in the Joint Venture should produce credentials of a similar nature of completed work valuing minimum 40% (Forty Percent) of the estimated amount put to Tender during 5 (Five) years prior to the date of issue of this Tender to be replaced by for road works having estimated cost of civil works put to tender Minimum Rs. 25 Crore.

Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

Medinipur

(03222) / FAX : 275 544 (03222)

Date : 06.01.2017

The Superintending Engineer, South Western Highway Circle, PW (Roads) Directorate.

The Superintending Engineer, South Western Highway Circle, Public Works (Roads)Directorate, invites e-Tender for the work

Period of

Completion of the work

Name of the

Concerned Division

office

Eligibility of

Contractor

(7) (8)

24 Months

Mid

napo

re H

ighw

ay

Div

isio

n N

o-II

As

per

NIT

.

18 Months

Mid

napo

re H

ighw

ay

Div

isio

n N

o-II

As

per

NIT

.

Filing intending bidder may download the tender document from the website directly by the help of Digital Signature

Technical Bid and Financial Bid both will be submitted concurrently duly digitally signed in the Website https://etender.wb.nic.in. al Bid as per. Tender time schedule in Sl.

tendering. No tender fees is required to However, during execution of formal agreement, the contractor have to purchase tender

from the office of the Concern, Executive Engineer.

Bonafied out sider and resourceful contractors having experience to execute similar department also fulfill the criteria mentioned as

– W(C) /1M-132/15 Dtd. 20.05.2015

Intending tenderers should produce credentials of similar nature of completed work of the of the estimated amount put to tender during last 5

In case of Joint Venture, One partner in the Joint Venture should produce credentials luing minimum 40% (Forty Percent) of the

estimated amount put to Tender during 5 (Five) years prior to the date of issue of this by for road works having estimated cost of civil works put to

Page - 2

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

b) Intending tenderers should produce credentials of 2(two) similar nature of completed work, each of the minimum value of 30%(Thirty percent) of the estimated amount put to tender during last 5(five) years prior to the date of issue of this tender notice. In case of Joint Venture, either one partner shall have to produce credentials of 2(two) similar nature of completed work, each of the minimum value of 30%(Thirty percent) of the estimated amount put to tender during last 5(five) years or any two partner must each shall have to produce credential of 1 (One) Similar Nature of completed work, each of minimum value of 30% (Thirty Percent) of the estimated amount put to tender during 5 (Five) Years prior to the date of issue of this Tender Notice.

c) Intending tenderers should produce credentials of one single running work of similar nature

Which has been completed to the extent of 80%(Eighty percent) or more and value of which is not less than the desired value at (a) above.

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

satisfactory running work from the concerned Executive Engineer, or equivalent competent authority. 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. In case of Joint Venture, Credintials for running works will not be considered.

N.B : Payment certificate will not be treated as credential. ii) PANCard, Challan for the financial year 2016-2017, VAT registration(2nd Qtr) Certificate to be accompanied with the

Technical Bid document. Income Tax (SARAL ) Acknowledgement Receipt for assessment year (last 5(five) years) 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 during the last 5 (five) years prior to the date of this NIT. Such debar will be considered as disqualification towards eligibility. (A declaration in this respect has to be furnished by the prospective bidders as per prescribed format without which the Technical Bid shall be treated non-responsive).

iv) The prospective bidders should own / Lease agreement (Details as mentioned in Sl. No. 18) the required plant and

machineries of prescribed specifications as shown in format. Conclusive proof of ownership / Lease agreement must be submitted.

v) Registered Unemployed Engineers’ Co-operative Societies/ Unemployed Labour Co.- Op. Societies are required to furnish

valid Bye Law, Current Audit Report, Valid Clearance Certificate from A.R.C.S. for the last year along with other relevant supporting papers. [Non Statutory Documents]

vi) Joint Ventures will be allowed only for estimated value put to tender minimum Rs. 25 (Twenty Five) Crore, bidders

may participate either individually (the “Sole Firm”) or as a Joint Venture of two or more firm under an existing agreement in the form of a Joint Venture (JV). (Memorandum No : 242-W(C) / 1M-132/15 Dated : 20.05.2015 of Principal Secretary of the Govt. of West Bengal, Public Works Department.)

vii) A Bidder can participate in more than one work under this NIT, Provided that the bid capacity permits and the

bidder is capable to arrange and deploy separate set of required machineries. (Vide Order No. 542 – W (C)/1M-24/15 Dated-06.11.2015 of the Principal Secretary to the Govt. of West Bengal.)

viii) The partnership firm shall furnish the partnership deed, company shall furnish the Article of Association and Memorandum

and Proprietorship farm should also furnish the authenticated document in support of the farm during participating in the e-Tender Notice. [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, 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 Regulation Act, 1908. (As per Order No. 09-WC/M-286/15, Dtd. 23.09.2015.) (For a Joint Venture, either all Members shall sign or only the Lead Member shall sign, in which case the power of attorney in favour of such Lead Member to sign on behalf of all members of the Joint Venture shall be attached)

x) No Mobilization Advance / Secured Advance will be entertained. 4) Payment will be made according to the availability of fund. 5) Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the agency, Vat,

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 stated above.

6) Adjustment of Price (increase or decrease) Vide Notification No.23-CRC/2M-61/2008, Dated: 13.03.2009 & Notification No.38-

CRC/2M-61/2008 Dated 20.04.2009 shall not be applicable. Since B.O.Q. is based upon the schedule of rates of Public Works (Roads) Directorate effective from 1st December 2015 with upto date Addenda & Corrigendum (7th), the bidders shall quote their

Page - 3

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

rate (percentage above / below / at par) accordingly considering that no escalation and / or price adjustment will be allowed by the department thereto under any circumstances.

7) Bids shall remain valid for a period not less than 120 days (One Hundred Twenty) from the last date of submission of Financial Bid /

Sealed Bid. 8) All materials required for the proposed scheme as mentioned including bitumen (all grade), bitumen emulsion, cement & steel shall

be of specified grade & approved brand in conformity with relevant code of practice (latest revision) & manufacture accordingly & shall be procured & supplied by the agency at their own cost including all taxes. Authenticated evidence for purchase of bitumen, bitumen emulsion, cement and steel are to be submitted along with challan and test certificate. In the event of further testing opted by the Engineer-in-Charge, then such testing from any Government approved Testing Laboratory shall have to be conducted by the agency at their own cost. Only 60/70(VG 30) grade paving bitumen of I.O.C.L/ B.P.C.L/ H.P.C.L (from nearest depot) will be permitted as Straight run Bitumen.

9) Date & Time Schedule :- (For Serial No – 1 & 2)

Sl. No. Particulars Date & Time 1. Date of uploading of N.I.T. Documents (online) (Publishing Date) 06.01.2017 2. Documents download/sell start date (Online) 07.01.2017 at 11.00 AM 3. Documents download/sell end date (Online) 31.01.2017 at 2.00 PM 4. Pre-Bid Meeting 11.01.2017 at 12.30 PM 5. Bid submission start date (On line) 12.01.2017 at 11.00 AM 6. Bid Submission closing (Online) 31.01.2017 at 2.00 PM 7. Bid opening date for Technical Proposals (Online) 31.01.2017 at 3.00 PM 8. Date of uploading list for Technically Qualified Bidder(online) To be intimated later on. 9. Date for opening of Financial Proposal (Online) To be intimated later on.

10) There shall be no provision of Arbitration. Hence Cl. 25 of 2911 (ii) is omitted vide notification no. 558/SPW dt. 13.12.11 of Secretary, to the Govt. of West Bengal.

11) Earnest Money & Cost of Tender Documents: The amount of Earnest Money is 2% (Two percent) of the estimated amount put

to tender as mention of Column 4 of List of Scheme in favour of the Executive Engineer, Midnapore Highway Division No-II, PW (Roads) Directorate. should be paid by the intending bidders through State Government e-procurement portal, in accordance with the Memorandum No-3975-F (Y) Dated: 28th July, 2016 of the Secretary to the Government of West Bengal, Finance Department (i.e. by RTGS / Net Banking System). The Successful bidder should be paid the cost of tender documents only after issuance of Acceptance Letter to purchase the tender document as mentioned on column 5 of List of scheme of this e-Tender Notice. (In case of Joint Venture, the earnest money and / or security deposit including earnest money shall be in the name of the Joint Venture that submits the Bid.) * All Intending Bidders must be submitted there RTGS challan in support the payment of EMD during submission of Bid.

12) The Bidders are encouraged to visit and examine the work site and its Surroundings to obtain necessary information that may be

required before submission of Bid and entering into a contract for the work as mentioned in the Notice inviting Tender at his own cost and risk. For any quarries the bidders are requested to contact with the tender inviting authority during any working days. He can observe the plan & design of works to be executed before quote his rate from the office of the Tender Inviting Authority.

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 in any situation. The Superintending Engineer, South Western Highway Circle, P.W. (Roads) Directorate reserves the right to reject any application for purchasing Bid documents and to accept or reject any offer without assigning any reason whatsoever and is not liable to pay / reimbursement any cost that might have incurred by any Bidder at the stage of Bidding.

14) Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instructions to

Bidders’ before bidding. 15) Prospective bidders shall have to execute the work in such a manner so that appropriate service level for the stipulated

stretches/ length of the Road under improvement is to be maintained during stipulated contractual period till completion and a period of 3(Three) years from the date of successful completion of the work to the entire satisfaction of Engineer-in-Charge. If any defect/ damage is found during the period as mentioned above the contractor shall make the same good at his own expense to the specification at par with instant project work, or in default, the Engineer-in-charge may cause the same to be made good by other agency and deduct the expense (of which the certificate of the Engineer-in-charge shall be final) from any sums that may be then, or at any time thereafter become due to contract or from his security deposit, or the proceeds of the sale thereof, or of sufficient portion thereof. Refund of Security Deposit will only be made on the pro-rata basis i.e. release of such security deposit to the tune of 30% on expiry of 1st year (from date of completion of the work), another 30% on expiry of 2nd year & rest 40% on expiry of 3rd year.

16) In case of Ascertaining Authority at any stage of tender process or execution of work necessary registered irrevocable power of

attorney is to be produced.

Page - 4

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

17) No CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances. 18) Requirement of Principal Machineries which must be possessed by own / Lease agreement [Non Statutory Document]

Serial No Machinery Required

Sl. No. Name of Machineries Minimum Nos. of

Machineries required

1 1 WMM Plant 1 2 Drum Type HMP Minimum Capacity 60 – 90 TPH 1

3 Tilting Drum Mixer Materials or Electric Operated with a minimum size of 230-280 Liters automatic water measuring system and integral weigher (Hydraulic / Pneumatic type)

2

4 Vibratory Roller 2 5 Paver Finisher 1 6 Static Roller 2 7 Internal or Immersion vibrator 2

2 1 WMM Plant 1 2 Drum Type HMP Minimum Capacity 60 – 90 TPH 1

3 Tilting Drum Mixer Materials or Electric Operated with a minimum size of 230-280 Liters automatic water measuring system and integral weigher (Hydraulic / Pneumatic type)

2

4 Vibratory Roller 1 5 Paver Finisher 1 6 Static Roller 2 7 Internal or Immersion vibrator 2

Initially for Hot Mix Plant both in batch type and Drum Type, Paver Finisher, Concrete Batching and Mixing Plant, Concrete Paver, Vibratory Roller. maximum age of the plants, machineries will be 5 Years as on the date of the publication of the NIT. It may be extended upto 7 Years after getting fit certificate from the manufacturer and this certificate should be produce at the time of submission of bid. All other machinery and equipments should be in running condition. (Vide No. 293/W (C) /1M-24/15 Dtd.15.06.2015 of the Principal Secretary to the Government of West Bengal, PWD) All plants, machineries and equipment will be verified by the competent authority before execution of the work. Plant, machineries and equipments should be owned or arrange through lease hold agreement by the bidders. Conclusive proof of ownership (Tax Invoice, Way Bill and delivery challan) for each plant and machinery in working condition shall have to be submitted. In case of batch type mixing plant, proof of advance payment receipt from the manufacturer should be produced and in case of 25% payment against the total cost of the plant / machineries has to be made by the bidders. If the machineries have been engaged in other works, then name of client along with his contract number and e mail address should be furnished in the declaration by the intended tenderer and the present location (working place should also be given with tentative date of release of plant and machineries. In this connection self declaration (proforma enclosed) shall also have to be submitted along with the tender and it should be declared that statement of fact related to the mode of ownership of machineries are true and it also to be clearly stated that require specified machineries shall be installed at the working site within forty five days maximum from the date of LOA/work order.

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

19) Labour Co- Operative societies are not exempted from depositing earnest money for participating in tender as directed by Principal Secretary, PWD vide his Memo No: 294/SPW/2015 dtd. 19.09.2015.

20) The Superintending Engineer, South Western Highway Circle, P.W.(Roads) Direct. Reserves the right to cancel the N.I.T. due to

unavoidable circumstances and no claim in this respect will be entertained. 21) During scrutiny, if it is come to the notice of the tender inviting authority that the credential or any other papers found

incorrect/manufactured/fabricated, that tenderer will not be allowed to participate in the tender and that application will be out rightly rejected without any prejudice with forfeiture of earnest money forthwith.

22) In case if there be any objection regarding non qualifying in technical bids the Agency that should be lodged to the Chairman

Screening Committee within 48 (forty eight) hours from the date & time of publication of list of qualified agency and beyond that time schedule no objection will be entertained by the Screening Committee.

23) 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, work order will not be issued in favour of the Lowest tenderer under any circumstances and tender will be treated as cancelled, as well as the earnest money should be forfeiture in favour of the Government.

Page - 5

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

24) 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:-

For Sl. No. 1 &2 Form No. 2911(ii) Memorandum (No-205-W(C)/1M-76/16 Dated : 28.03.2016 of Joint Secretary, PWD) Memorandum (No-547-W(C)/1M-387/15 Dated : 16.11.2015 of Joint Secretary, PWD) NIT & Technical bid Special terms & Condition & Specification of Work Financial bid (BOQ)

25) Qualification Criteria : The Tender Inviting & Accepting Authority will deter mine the eligibility of each bidder, the bidders shall have to meet all

the minimum criteria regarding : a) Financial Capacity. b) Technical Capability comprising equipment capability. c) Experience. The eligibility of a bidder will be ascertained on the basis of his uploaded documents duly digitally signed in support of the

minimum criteria as mentioned in a, b, c above and the declaration executed through prescribed affidavit in non-judicial stamp paper of appropriate value duly notarized. If any document submitted by a bidder is either manufacture or false, in such cases the eligibility of the bidder/ tenderer will be out rightly rejected at any stage without any prejudice with forfeiture of earnest money forthwith.

NSTRUCTION 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 https://etender.wb.nic.in (the web portal of public works department) the contractor is to click on the link for e-Tendering site as given on the web portal.

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.

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

mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. 5) Submission of Tenders : Tenders are to be submitted through online to the website stated in Cl. 2 in two folders at a time for each

work, one in Technical Proposal & the other is Financial Proposal before the prescribed date &time using the Digital Signature Certificate (DSC) the documents are to be uploaded virus scanned copy duly Digitally Signed. The documents will get encrypted (transformed into non readable formats).

6) Technical proposal :The Technical proposal should contain scanned copies of the following further two covers (folders). 6) / A Statutory Cover Containing

i. Prequalification Application (Sec-B, Form – I)

ii. Affidavit (Rfe:- Format shown in part “B” & format for general affidavit shown in ”Y”.

iii. Tender form No. 2911(ii) & NIT with all agenda & 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 2911(ii) the tender liable to summarily rejected).

iv. Special Terms & condition, specification & Memorandums of works.

v. RTGS Challan of EMD.

6) / B Non statutory Cover Containing

i. Application for the Pre-qualification (application for the work---- of e.N.I.T No ---- Serial No------) sec-B, Form-I).

ii. Professional Tax (PT) deposit / receipt challan uplodate for 2nd quarter of the financial year 2016-17, Pan Card, IT,

Saral for the Assessment year (last 5(five) years), VAT Registration Certificate.

Page - 6

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

iii. Registration Certificate under Company Act. (If any).

iv. Registered Deed of partnership Firm/ Article of Association & Memorandum

v. Power of Attorney (For Partnership Firm/ Private Limited Company, if any)

vi. Clearance Certificate for the Current Year issued by the Assistant Register of Co-Op(S) (ARCS) by laws are to be submitted by the Registered labour Co-Op(S).

vii. Labour Co-Operative Society Ltd. will uploaded the receipt copy of last year Education grand.

viii. List of machineries possessed by own / Lease agreement.

ix. List of Laboratory instruments along with authenticated document such as challan, invoice etc.

x. List of Technical staff along with structure and organization (Sec-B, Form-III). Appointment Letter & One Degree

(Civil) and Diploma (Civil) engineer along with self attested copy of educational qualification certificate to be uploaded.

xi. Filling up and uploading from No. Section-B (I/III/ IV/V/VI) & Annexure – A is mandatory, otherwise tender

is libel to cancel. Along with Qualification Certificate of the Joint Venture.

7) Bid Capacity : The available Bid Capacity (to be calculated on the basis of prescribed format as mention in ANNEXURE -

A) of the prospective applicant shall not be less than the estimated amount put to tender of the intended job. Note: Failure of submission of any of the above mentioned documents (as stated in A1 & A2) will render the tender liable

to summarily rejected for both statutory & non statutory cover.

THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGE IN THE FOLLOWING MANNER

Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non Statutory Documents’ to send the selected documents to Non-Statutory folder. Next Click the tab “Click to Encrypt and upload” and then clik the “Technical” Folder to upload the Technical Documents. Sl No Category Name Sub Category Description Details

A CERTIFICATES CERTIFICATES 1. VAT REGISTRATION CERTIFICATE &

ACNOWLEGEMENT

2. PAN

3. P TAX (CHALLN) (2016-17)

4. It return Receipt (2016-17)

5. IT-Saral for Assessment Year – 2016-2017.

B COMPANY DETAILS COMPANY DETAILS – 1 1. PROPRITORSHIP FARM (TRADE LICENCE)

2. PARTNERSHIP FARM (PARTNERNERSHIP DEED,

(TRADE LICENCE)

3. LTD. COMPANY (INCORPORATION CERTIFICATE,

TRADE LICENCE

4. SOCIETY (SOCIETY REGISTRATION COPY, (TRADE

LICENCE)

5. POWER OF ATTORNOY

C CREDENTIAL CREDENTIAL 1

CREDENTIAL 2

1. SIMILAR NATURE OF WORK DONE SUPPORTED BY

COMPLETION CERTIFICATE WHICH IS APPLICABLE FOR

PARTICIPATING IN TENDER

D EQUIPMENT MACHINERIES 1

MACHINERIES 2

MACHINERIES 3

MACHINERIES 4

1. AUTHENTICATED COPY OF INVOICE CHALLAN & WAYBILL

(MACHINERIES)

Page - 7

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

MACHINERIES 5

E FINANCIAL (INFO)

PAYMENT CERTIFICATE

1 ONLY PAYMENT

PAYMENT CERTIFICATE 2 CERTIFICATE NOT THE TDS

P/L AND BALANCE

SHEET PROFIT & LOSS

AND

2016-2017 BALANCE SHEET (WITH ANNEXTURE AND

3CD FORM IN CASE OF TAX AUDIT)

Last Five years P/L AND BALANCE

SHEETSHEET (WITH

ANNEXTURE)

PROFIT & LOSS AND BALANCE AND 3CD FORM IN CASE

OF TAX AUDIT)

Tender screening committee (TSC) Screening committee constituted under the Order No. 3330-ENC/2012 dated 19.3.2012 of Engineer-In- Chief & Ex officio

Secretary, P.W & P.W (Roads) Department function as screening committee for determination technically qualified contractors. Opening of Technical proposal: Technical proposals will be open by the Superintending Engineer, South Western Highway

Circle, Public Works (Roads) Directorate. i. Intending tenderers may remain present if they so desire.

ii. Cover (folder) statutory documents (vide Cl. No. 6.A-1) should be open first & if found in order, cover (Folder) for non

statutory documents (vide Cl. No. – 6.A-2) will be opened. If there is any deficiency in the statutory documents the tender will summarily be rejected.

iii. Decrypted (transformed in to readable formats) documents of the non statutory cover will be downloaded & handed over to

the tender evolution committee. iv. Uploading of summary list of technically qualified tenderers

Pursuant to scrutiny & decision of the screening committee the summary list of eligible tenderer & the serial number of work for which their proposal will be considered will be uploaded in the web portals.

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

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

1) Financial capacity of a bidder will be judged on the basis of working capital and available bid capacity as mentioned

in the N.I.T. to be derived from the information furnished in FORM-I & II (Section-B) i.e., Application (for Pre-qualification) & Financial Statement. If an applicant feels that his/their Working Capital beyond own resource may be insufficient, he/they may include with the application a letter of guarantee issued by a first class Bank to supplement the applicant. This letter of guarantee should be addressed to the Tender Inviting/ Accepting Authority and should guarantee duly specifying the name of the project that in case of contract is awarded to the Bidder, the Bidder will be provided with a revolving line of credit. Such revolving line of credit should be maintained until the works are taken over by the Engineer-In-Charge/ Employer. The audited Balance sheet for the last five years, net worth bid capacity etc. are to be submitted which must demonstrate the soundness of Bidder’s financial position, showing long term profitability including an estimated financial projection of the next two years.

2) Penalty for suppression / distortion of facts: Submission of false document by tenderer is strictly prohibited & if found action

may be referred to the appropriate authority for prosecution as per relevant IT Act with forfeiture of earnest money forthwith. 3) 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 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.

Page - 8

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

4) AWARD OF CONTRACT : (i) Revised bid capacity, working capital including plant & machinery on the basis of work already awarded under

backward region grant fund, Plan Fund for the year 2015-16 under different circles of P.W. & P.W.(R) Dte. & other works in hand that will once again be taken into account before issuing Work Order/ Letter of Acceptance of the work.

(ii) Revised bid capacity, working capital including plant & machinery will be calculated in accordance with the accounts 3CD Form & Audited balance sheet submitted in the non statutory documents & work in hand as stated in Sl. (i) above should be submitted through affidavit duly notarized before issuance of Letter of Acceptance.

The Bidder who’s Bid has been accepted will be notified by the Tender Inviting or Accepting Authority through acceptance letter/ Letter of indent. The Letter of Acceptance will constitute the formation of the Contract & it will be issued after getting the Administrative Approval from the competent authority. The Agreement in W.B.F.No.-2911(ii) will incorporate all necessary documents e.g. N.I.T., all addenda-corrigendum & Memorandums, special terms & condition (Section –C), specification of works (Section –D), different filled-up forms (Section –B), Memorandum & B.O.Q. and the same will be constituted between the Tender Accepting Authority and the successful Bidder. The Department may upload addenda or corrigenda before last date and time for submission of Bid. The intending Bidders are requested to watch the web site at the last minute before submission of bid.

Superintending Engineer South Western Highway Circle

PW (Roads) Directorate Memo No : 24 / 1 (6) Date : 06.01.2017 Copy forwarded for favour of his kind information :-

1) The Sabhadhipati, Paschim Medinipore Zilla Parishad / Purba Medinipore Zilla Parishad / Purulia Zilla Parishad.

2) The District Magistrate, Paschim Medinipore District & Purba Medinipore District, PuruliaDistrict.

Superintending Engineer South Western Highway Circle

PW (Roads) Directorate Memo No : 24 / 2 (5) Date : 06.01.2017 Copy forwarded for his kind information :

1) The Chief Engineer, Head Quarter, PW (Roads) Directorate.

2) The Chief Engineer, West Zone, PW (Roads) Directorate.

3) Technical Advisor, Finance Department (IF), Govt. of West Bengal.

4) The Superintending Engineer, South Western Circle, PWD.

5) The Superintending Engineer, South Western Social Secretor, PWD.

Superintending Engineer South Western Highway Circle

PW (Roads) Directorate

Page - 9

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

Memo No : 24 / 3 (9) Date : 06.01.2017 Copy forwarded for information :

1) The TA to Superintending Engineer, South Western Highway Circle.

2) The Executive Engineer, Midnapore Highway Division No-I / II, Tamluk / Purulia Highway Division.

3) The Executive Engineer, NH Division No-II, PW (Roads) Directorate.

4) The Executive Engineer, IT Division, PWD, ([email protected]) He is requested to upload the copy of e-NIT in PWD

website.

5) Estimating Branch of this office.

6) This office NOTICE BOARD.

Superintending Engineer South Western Highway Circle

PW (Roads) Directorate

Page - 10

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

SECTION – B FORM –I

PRE-QUALIFICATION APPLICATION

To Superintending Engineer South western Highway Circle Public Works (Roads) Directorate

Ref : WBPWD/ROADS/NIT-______/SE/SWHC/2016-17/___

Name of the Work : _____________________________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

e-NIT No.: ___ .(Sl. No. ) of 2016-17 of Superintending Engineer, South Western Highway Circle 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___________________________________________ 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:- Statutory Documents Non Statutory Documents Date: _______________ ________________________________________

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

Page - 11

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

SECTION - B FORM- III

STRUCTURE AND ORGANISATION

A.1 Name of applicant :_________________________________________________________ Name of Agency : ________________________________________________________

A.2 Office Address : _________________________________________________________

_________________________________________________________

Telephone No. : _________________________________________________________ Fax No. : _________________________________________________________ E-mail ID : _________________________________________________________ A.3 Name and address of Bankers : _________________________________________________ A.4 Attach an organization chart showing the Structure of the company with names of Key personnel and technical staff with Bio-data. :

Note: Application covers Proprietary Firm, Partnership, Limited Company or Corporation, ___________________________________________

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

Page - 12

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

SECTION – B

FORM – V

Experience Profile

Name of the Firm:

d) Intending tenderers should produce credentials of 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 thethe tender notice, or

e) 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

f) 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 the desired value at (a) above..

In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executing agency, i.e. the tenderer.

List of similar nature of work already completed having minimum value 40% of the estimate amount put to tender:

OR List of similar nature of minimum 2(two) works already completed having minimum value 30% of the estimate amount put to tender:

OR

List of similar nature of running work already completed 80% or more and having minimum value 40% of the estimated amount put to tender.

Note : Other Terms and condition of the credentials :-

i. Payment certificate will not be treated as credential. ii. Credential certificate issued by the Executive Engineer or equivalent or Competent authority of a state / central

Government , state / central Government undertaking, Statutory / Autonomous bodies constituted under the central / state statute, on the executed value of pampleted / running work will be taken as credential.

This order is issued with the concurrence of Finance Department, Group-T vide there U.O. No. Group- T/2014-2015/115t, dated-11/03/2015. All concerned are being informed.

Signature of applicant including title

and capacity in which application is made.

Name of Work

Tender

No.

Estimated Cost (Rs.)

Name of the Employer

Original Date of start of work

Original Date of

completion of work

Actual

Date of starting the

work

Actual Date of

completion of work

Reasons for

delay in completion

(if any)

Name of Work

Tender

No.

Estimated Cost (Rs.)

Name of the Employer

Original Date of start of work

Original Date of

completion of work

Actual

Date of starting the

work

Actual Date of

completion of work

Reasons for

delay in completion

(if any)

Name of Work

Tender

No.

Estimated Cost (Rs.)

Name of the Employer

Original Date of start of work

Original Date of

completion of work

Actual

Date of starting the

work

Actual Date of

completion of work

Reasons for

delay in completion

(if any)

Page - 13

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

SECTION –B FORM – VI

DECLARATION

• I, the undersigned, declare that all the statements made in the attached documents in respect of mode of ownership of machineries are true and correct.

• Certified that required specified machineries for the works under this NIT will be installed at the working site within 45 days (maximum) from the date of LOA/ work Order.

• The undersigned also hereby certifies that neither our firm _____________________________ _____________________________ nor any constituent firm had been debarred to participate in tender by Public Works Department during the last 5(five) years prior to the date of this NIT.

• The undersigned understands and agrees that further qualifying information may be requested and agrees to furnish any such information at the request of the Department.

• Certified that I have applied in the Tender in the capacity of individual / as a partner of a firm and I have not applied severally for the same job.

• Certified that I have applied in the tender in the capacity of individual / as a partner of a firm. • Certified that I have access to or have available liquid assets (aggregate or working capital, cash-in-hand, uncommitted Bank

Guarantees) and/or credit facilities not less than 10% of the estimated cost put to tender. In this respect, I have attached necessary documents with this application.

• I, the under-signed do certify that all the statements made in the attached documents are true and correct. If any declaration submitted is found/ ascertain to be incorrect/ fabricated/ misrepresented / fraudulent etc. accordingly tender will be liable to prosecuted under section 197, 199 & 200 of Indian Penal Code, 1860 along with section- 71 & section- 73 of Indian Information & Technology act 2008 & any other applicable law for the time being in force in addition to forfeiture of Earnest Money/ Security Deposit.

Signed by an authorized officer of the firm

Title of the officer

Name of the firm with seal

Date

Page - 14

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

Annexure – A

(Information of Audited Financial Statement for the last year to demonstrate the current soundness of the Bidder’s Financial Position)

1) The bidder’s net worth for the last year calculated on the basis of capital, profit and free reserve available to the firm should be

positive. 2) Bidders, who meet the minimum Qualification criteria, Will be qualified only of their available Bid Capacity will be calculated as

under : [Assessed Available Bid Capacity = (A x N x 2 – B) where]

A = Maximum value of engineering works in respect of project executed in any one year during the last five years

(uploaded to the price level on the year indicated in table below under note) taking into account the completed as well as works in progress. The project includes turnkey project / Item rate contract / Construction work.

N = Number of Year (i.e. ____ year) prescribed for completion of the works for which Bids are invited. B = Financial Liability of the bidder to be incurred for existing commitments and on-going works during the period

of the subject contract.

To Calculate the value of “A”

i) A table containing value of Engineering Works in respect to Projects (Turnkey project / Item rate contract / Construction Work) undertaking by the bidder during the last 5 years is as follows :

Sl. No. Year Value of Engineering Works undertaken w.r.t. Project (Rs. In Crore)

1. Year – 5 2. Year – 4 3. Year – 3 4. Year – 2 5. Year – 1

ii) Maximum value of project that have been undertaken during the Financial Year _______________ out of the last 5 Years and

value there of Rs. ______________ (Crore) (Rupees ______________________). Further, value updated to the price level of the year indicated in Table is as follows :

Rs. _________ Crore X ____________________ (Up dation Factor as per Table annesed) = Rs. ______________ Crore (Rupees __________________________________) Table indication The factor for the Year for upsation to the price level is indicated as under

Sl. No. Year Updation factor 1. Year – 1 1.00 2. Year – 2 1.05 3. Year – 3 1.10 4. Year – 4 1.15 5. Year – 5 1.20

iii) Net worth for the last year of _________________________________ (Name of the company)

____________________________ ____________________________

Signature, Name and designation of

Authorised Signatory

____________________________ ____________________________

Name of the Statutory Auditor’s firm:

Seal of the Auditor’s firm :

Page - 15

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

To calculate the value of “B”

3. A table # containing value of all the existing commitments and on- going workings to be completed during the next __________ years (prescribed time for completion of the works for which Bids are invited) is as follows:

Sl No.

Name of work

/ project

Name of the

Employer

Percentage of

participation of Bidder in the project

Stipulated period of

completion as per

Agreement/LOA with the start

date

Value of Contract as

per Agreement

/ LOA

Rs._____

Value of work

completed

Rs. ___

Balance value of

Work to be completed

Rs.____

Anticipated date of

completion

Rs.____

Financial liability

to incurred for the said

work/ project during

the period of period of

the subject

contract. Rs.____

1 2 3 4 5 6 7 8 9 10

Note:

1. All the documents to be submitted in support of Annexure –A must be duly signed and sealed by the applicant / bidder and authenticated by statutory Auditor’s firm.

2. In case of Joint Venture, Lead Member of such joint venture shall be required be meet 60% of required Bid capacity and each of the joint Venture Members shall be required to meet at least 30% of requirement of Bid capacity. Bid capacity of all the members in total should be at least 100% of required Bid capacity.

____________________________ ____________________________

Signature, Name and designation of

Authorised Signatory

____________________________ ____________________________

Name of the Statutory Auditor’s firm:

Seal of the Auditor’s firm :

Page - 16

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

AFFIDAVIT – “Y” (To be furnished in Non – Judicial Stamp paper

of appropriate value duly notarized)

1. I, the under-signed do certify that all the statements made in the attached documents are true and correct. In case of any information submitted proved to be false or concealed, the application may be rejected and no objection/claim will be raised by the under-signed.

2. The under-signed also hereby certifies that neither our firm _________________ _________________________________________________ nor any of constituent partner had been debarred to participate in tender by the P.W. & P.W.(Roads) Department during the last 5 (five) years prior to the date of this NIT.

3. The under-signed would authorize and request any Bank, person, Firm or Corporation to furnish pertinent information as deemed necessary and/or as requested by the Department to verify this statement.

4. The under-signed understands that further qualifying information may be requested and agrees to furnish any such information at the request of The Department.

5. Certified that I have applied in the tender in the capacity of individual/ as a partner of a firm & I have not applied severally for the same job.

___________________________________________ Signed by an authorised officer of the firm

____________________________________________ Title of the officer

___________________________________________Name of the Firm with Seal

Date________________

Page - 17

PW (Roads) Directorate, Government of West Bengal e-Tender Notice No – 13 of 2016-17 of Superintending Engineer, South Western Highway Circle.

SECTION –B FORM – IV

C. DEPLOYMENT OF ROAD / BRIDGE MACHINERIES (in fa vour of owner) :- (Original document of own possession /lease agreement to be annexed) (If engaged before Certificate from E.I.C. to be annexed in respect of anticipated dated of release of Machineries.)

Name of Machine

Make

Type

Capac

ity

Motor

/ Engin

e No.

Machin

e No.

Possession Status Date of release If Engaged

Idle Engaged

1 2 3 4 5 6 7 8 9

For each item of equipment the application should attach copies of (i) Document showing proof of full payment, (ii) Receipt of Delivery, (iii) Road Challan from Factory to delivery spot is to be furnished. Signature of applicant including title

and capacity in which application is made.