Tendernotice 1
Tendernotice 1
NOTICE INVITING e-TENDER NO. eT/51/EE/NKWSMD OF 2022-23.(2nd Call) (SL. NO. 01)
On behalf of the Governor of West Bengal, e-Tender is invited in WBF 2911 by the Executive Engineer,
Neorakhola W/S & Mtc. Division, Public Health Engineering Directorate, Government of West Bengal
for the works detailed below (submission of Bid through online).
Earnest
Sl. Estimated Time of Eligibility of
Name of Work Money (in District
No. Amount (in Rs.) Completion Contractor
Rs.)
Water Supply Scheme for Spring
Sidi Tea Garden village PWSS In Rs. Rs. As mentioned
1 180 Days Darjeeling
kurseong Under Darjeeling 2,17,45,012/- 4,34,900/- below
District.
1. In the event of e-Filing intending bidder may download the tender document from the website
(https://wbtenders.gov.in) directly by the help of Digital Signature Certificate.
2. During online submission, both Prequalification / Technical Bid and Financial Bid will be submitted
concurrently duly digitally signed in the Website https://wbtenders.gov.in at the date & time stated in the
time schedule.
b) Valid Trade Licenses, Pan Card, IT Return of the last three financial year, Current
Professional Tax Receipt Challan, GST Registration Certificate, GST up to date Return, PF &
ESI Registration Certificate [Non Statutory Documents].
c) Intending tenderers should produce credential of a similar nature of 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 this tender notice
d) Intending tenderers should produce credentials of 2 (two) similar nature of work each 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
e) Intending tenderers should produce credentials one of 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 above.In case of running works, only those tenderers who will submit the certificate of
satisfactory running work from 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 satisfactory and also that the no penal action has been
initiated against the executed agency, i.e the tenderer.
Under any circumstances payment certificate or work order will not be considered as credential.
f) For works involving electro mechanical component the prospective bidder need to have
electrical contractor license ,issued by competent authority to execute electrical work. In case
the intending bidder does not have the aforementioned electrical license then he has to submit
an agreement in non judicial stamp paper of requisite value with an Electrical contractor for
execution of the Electrical components of the work.However ,the onus of execution of the total
work (civil & electrical ) will be on the tenderer who will execute the agreement with the
department [vide G.O No 311-0W(C)/IM-132/15 dated 28.03.2018 of Additional Chief
Secretary ,PWD,Govt Of West Bengal]
h) The intending bidder having experience in executing similar nature of work in hilly
areas is preferable
k) The completion should indicate the value of the work (equal to booked expenditure) (Non
Statutory Documents).
l) The prospective bidder shall have in their full time engagement experienced technical
personnel, the minimum being 1(One) Civil Engineering Degree Holder and 2( Two ) Civil
Engineering Diploma Holder, 1 (One ) Mechanical , 01 (one) Electrical Diploma Holder.
Without providing substantial proof of engagement of technical personnels, as mentioned
above. (Authenticated documents as name, address, phone number, email id and passed
certificate in respect of qualification and engagement shall be furnished for technical
evaluation).
(Non- Statutory Documents)
m) Any debarment of the prospective bidder or any of the constituent partners to participate in
any tender by the GTA/PWD/PHED/Any Central or State Government departments during the
last five years prior to the date of this NIT will be considered as disqualification towards
eligibility.
n) The applicant working capital shall not be less than 30% of the amount put to tender. Bank
Solvency certificate in appropriate format in this regard is to be furnished during submission
of technical bids ( In the Attached Format)
o) In case of Proprietorship and Partnership Firms and Company the Tax Audited Report in 3CD
Form to be furnished along with balance sheet and profit and loss account and all schedules
forming the part of Balance Sheet and Profit & Loss Account. Tax Audited report, Balance
Sheet and Profit & Loss Account including all schedules forming the part of Balance Sheet
and Profit & Loss Account should be in favour of applicant. No other name along with
applicant name, in such enclosure will be entertained. [Non Statutory Documents
Important Information: Audit Report with UDIN must be uploaded as per the gazette
notification No. 282 (Part-III/Section-4) Dated 02/08/2019 of Govt. of India
p) A prospective bidder shall be allowed to participate in the particular Job either in the capacity
of individual or as a partner of a firm. If found to have applied severally in a single job, all his
applications will be rejected for that job.
q) The partnership firm shall furnish the registered partnership deed and the company shall
furnish the Article of Association and Memorandum. [Non Statutory Documents]
r) Validity certificate from authority concerned for Engineers Co-Op / Labour Co Op Society
must be enclosed during submission of bid.
s) The bills will be paid only after verification by Third Party Inspecting Agency (TPIA) as per JJM
Norms
t) The Work Order will be issued only after according Administrative Approval & Financial Sanction.
4. Time being the essence of the work , no extension of time , except on valid and justified ground with
prior permission from EIC , will be allowed beyond the stipulated time of completion as mentioned
against the work and penal action for non-completion of work within the time frame shall be initiated
for the defaulting agencies as per the WBF 2911.
5. The L1 bidder shall submit the hard copy of the documents to the tender inviting authority with this
acceptance letter. Failure to submit the hard copy with the acceptance letter within the time period
prescribed for the purpose, may be construed as an attempt to disturb the tendering process and dealt
with accordingly legally including blacklisting of the bidder as per G.O.NO.2254-F(Y) dt.24.04.2014.
Prequalification, Technical & Financial Bid is to be submitted concurrently duly digitally signed at
desired documents in the Website http://wbtenders.gov.in Tender document may be downloaded from
website & submission of Prequalification Bid/ Technical Bid/ Financial Bid is to follow the stipulated
date & time Schedule. The documents submitted by the Bidders should be properly indexed &
notarized with seal.
6. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every
progressive bill, GST, Royalty & all other Statutory Levy / Cess will have to be borne by the
contractor & the rate quoted by them should be inclusive of all the Taxes & Cess etc.
7. Earnest Money: To be submitted online through bank as listed in e-tender document in favor of
Executive Engineer, Neorakhola W/S & Mtc. Division, P.H.E. Dte., Kalimpong. Earnest Money has to
be deposited by the bidder through the following payment mode as per Memorandum of Finance
Department vide No. 3975-F(Y) dated 28th July, 2016 (Refer “Annexure- I” in Bidders Guideline).
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.
iii) Tender will be declared informal if earnest money is not submitted in prescribed form.
8. Security Deposit : Balance amount of security deposit @ 1% (One percent) will be deducted from
each and every progressive bill to make 3% security deposit as per terms of the contract.
11. During scrutiny, if it comes to the notice of the tender inviting authority that the credential or any
other papers submitted are found incorrect / manufactured / fabricated, that bidder will not be allowed
to participate in the tender and that application will be out rightly rejected without any prejudice.
12. Before issuance of the work order, the tender inviting authority may verify the credential & other
documents of the lowest Tenderer. After verification, if it is found that such documents submitted by
the lowest bidder is either manufactured or false in that case, work order will not be issued in favour of
the bidder under any circumstances. In such case 2nd lowest bidder may be invited for the work.
13. The tender inviting authority reserves the right to accept or reject any Bid and to cancel the tendering
process without assigning any reason whatsoever to the Bidder.
14. Any adverse measure on any account against the agency, who is working at present or worked during
last five years, as on the date of bid, under any Govt. deptt. and / or recovery outstanding debarred /
black listed in any Govt. Deptt. will lead to rejection of its application for issuance of tender
document, even after fulfillment of other eligible criteria. A declaration to that effect will have to be
submitted in the form of affidavit in non-judicial stamp paper duly notarized.
15. The rates are to be quoted in percentage rate basis in the attached BOQ.
16. Tender applications received without the specified certificates and documents shall be rejected.
17. The tender inviting authority reserves the right to relax eligibility criteria if felt necessary for the
interest of Govt. work.
18. Employer / Client’s certificates shall be accepted by the Tender inviting authority when the same are
signed by an official of the rank not below the rank of Executive Engineer or equivalent in respect of
a Govt. / Semi Govt. organization or a PSU and are supported by adequate proof of payments .
19. The Bidder shall not be entitled for any compensation whatsoever for non-issue of tender documents.
20. If any information / document furnished by the applicant (bidder) is found incorrect even at a later
stage, he shall be liable to be debarred from tendering / taking up work in any Department under Govt.
of West Bengal including imposition of other legal measure(s) as per law of land.
21. For further detailed information, the intending applicant shall have to contact the office of the Tender
Inviting Authority on any working day during office hours.
22. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the tenderers
who resort to canvassing will be liable to rejection
23. The rates quoted in the Tender shall remain valid for acceptance within 180 (one hundred eighty) days
from the date of opening of the Tender
24. The Contractors are bound by the terms and conditions of W.B.F No. 2911 with relevant changes.
25. The Contractor will remain liable for following with West Bengal Contract Labour (Regulation &
Abolition) Rules in force & necessary. Certificates from appropriate authority to be submitted within 7
(Seven) days from the date of the work order.
26. Payment for the supply / work will be made subject to availability of Fund and no interest will be paid
for delayed payment.
29. If any discrepancy arises between two similar clauses on different notifications, the clause as stated in
later notifications will supersede former one in following sequence:
1. West Bengal Form No. 2911(i)/2911(ii)
2. NIET
3. Special terms & condition
4. Technical bid
5. Financial bid.
33. Bids are sometimes received at a much lower rate than the estimated amount put to tender In Such
Cases to ensure the quality and proper execution of work in public interest, the Additional
Performance Security @ 10% of the tendered amount shall be submitted by the successful bidder,
if the accepted bid value is 80% or less of the estimate put to tender in terms of G.O No 4608-
F(Y) Dated 18-07-2018 of the Finance Department, Government of West Bengal.
34. Penal measures will be taken against the bidders and agencies selected to execute public works
for their false declaration / forgery/ falsification of records submitted to execute committed
contract or for their failure to perform contractual obligation and thereby resulting in delay for
execution of public works or executing of faulty works . Measures as laid down in G.O -547-W(
C ) /1M-387/15 dated 16th November 2015 of PWD , Govt Of West Bengal.
35. The tender inviting authority reserves the right to verify the documents submitted by the agencies
or contractors in support of credentials and experience at any stage of tendering or even after
award of the work.
39. The Pipe line length and LOP is indicative in nature. Pipe line length may vary. The
intending bidder must visit the site and satisfy themselves regarding the requirement of
quantity of pipe.
40. If any bidder withdraws his bid after acceptance as lowest or refuses to work as per
contractual obligation shall be disqualified to participate in subsequent and other tenders
for a period of 1(One) year or more , as per discretion of competent authority. The earnest
money shall be forfeited and proper penal action shall be initiated against such defaulting
agencies.
41. The tendering operation will follow e-tendering process and all rules and regulation pertaining to
the tender will be binding to the bidders.
42. Before bidding the bidders must visit the site to satisfy themselves about the local condition and
other matters at their own cost. No claims whatsoever on the ground of insufficient knowledge
about the work site or local condition will be entertained at a later date.
43. No separate payment for only supply of items shall be entertained at any stage of work.
44. Any settlement of disputes and arbitrations shall be governed by the relevant clause of WBF2911
and other related government orders in vogue.
45. 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.
46. All Government orders of Govt Of West Bengal shall be applicable at every stage of work
without any prejudice.
47. Ferrule/ Flow Control Valve for the work of FHTC shall be supplied departmentally. No cost for
transporting the Ferrule/ Flow Control Valve shall be payable to the contractor from departmental
store to the work site.
48. The tender inviting authority reserves the right to consider relaxation in eligibility criteria in stage
of tendering for the interest of maximum participation in the tendering process.
49. The tender will be evaluated by Tender Evaluation Committee headed by Chief Engineer
(Headquarters), P.H.Engg. Dte.
50. Any legal matter will be settled within the jurisdiction of Hon’ble District Judges Court at
Kalimpong , West Bengal .
51. Tenderer who have already been issued work orders for other JJM works from this division
but have failed to start/ execute the allotted work shall be deemed to be technically
disqualified in spite of having sufficient technical credential.
Sd/-
Executive Engineer,
Neorakhola W/S & Mtc. Division,
P.H. Engineering Dte.
Sd/-
Executive Engineer,
Neorakhola W/S & Mtc. Division,
P.H. Engineering Dte.
SECTION – B
B.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 PWD &
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.
The word “Engineer-in-Charge” means the Executive Engineer,Neorakhola W/S & Mtc Division
P.H.E.Dte. .The word “Department” appearing anywhere in the tender documents means “Public
Health Engineering Department, Govt 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.
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 against proper reasoning’s, it will be taken for
granted by the working contractor that the validity of the contract is extended automatically up to
the extended period with all terms and conditions rates etc. remaining unaltered, i.e. the tender is
revalidated up to the extended period. [Except in case of adjustment of price for increase or
decrease of basic materials which is guided by relevant G.O. s stated in Cl. No. 9 of NIT]
B.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 program 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.
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 authorized 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.
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, VAT etc. All other charges for the execution of the specified work, including
supply of materials and related carriage, complete or finished in all respect up to 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.
The contractor shall not assign the agreement or sublet any portion of the work. The contractor,
may however, appoint and authorized representative in respect of one or more of the following
purpose only.
b) To give requisition for Departmental materials, Tools & Plants etc. to receive the same and
sign hand receipts thereof.
c) To attend measurements when taken by the Departmental Officers and sign the records of such
measurements which will be taken of acceptance by the contractor.
The selection of the authorized representatives 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 authorized for. Even after first approval,
the Engineer-in-Charge may issue at any subsequent date, revised directions about such
authorized 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 authorized representative or left at his address, will be deemed
to have been issued to the contractor.
For cogent reasons over which the contractor will have no control and which will retard the
progress, extension of time for the period lost will be granted on receipt of application from the
contractor before the expiry date of contract. No claim whatsoever for idle labour, additional
establishment, cost of materials and labour and hire charges of tools & plants etc. would be
entertained under any circumstances. The contractor should consider the above factor while
quoting 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).
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 damage 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.
The contractor will arrange land for installation of his Plants and Machineries, his godown, store
yard, labour camp etc. at his own cost for the execution of the work. Departmental land, if
available and if applied for, may be spared for the purpose on usual charges as fixed by the
Engineer-in-charge.
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 Engineer-in charge. 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.
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
authorized 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 authorized 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
authorized 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 authorized
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:
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.
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.
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 chainage and 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.
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
machineries and equipments like Level Machine, Staff, Theodolite 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 difference 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.
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 rates and the manner of payment shall be governed by the relevant
clauses of WBPWD Code in Vogue. All relevant orders and guidelines of Government Of West
Bengal shall be applicable as and when necessary .
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. However,
when 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.
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 or his authorized representative prior to utilization in the
work.
The contractor shall have to arrange on his own cost, required energy for operation of equipments
and machineries, for operating of pumping set, illuminating work site, office etc. that may be
necessary in difference 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.
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
programmed 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 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.
B.22 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.
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.
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.
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.
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 write in respect of any constructional plant, machine, work,
materials, thing or process used for or in connection with works or temporary works or any of
them.
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.
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.
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.
(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.
The work must be taken up within the date as stipulated in the work order and completed in all
respects within the period specified in Notice Inviting Tender.
Before actual commencement of work the contractor shall submit a program of construction of
work 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 must pray in writing, showing sufficient reasons therein for modification of program.
The conditions laid down in clause 2 of the printed tender form regarding the division of total
period and progress to work and the time table 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.
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.
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.
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.
All materials required to complete execution of the work shall be supplied by the contractor after
procurement from authorized and approved source.
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.
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.
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 contractor shall not be entitled for any compensation for any loss due to delays arising out of
modification of the work and due to non-delivery of the possession of site, if any.
The refund of Security deposit and the Retention money shall be governed by the relevant orders
of Government Of West Bengal.
B. 47 Arbitration:
As mentioned NIT
B 48 The bidders whose tender is accepted shall within seven days of intimation to that effect by this
office obtain contract documents as mentioned in clause-4 in duplicate on payment of the charges and
enter in an agreement on signing these documents failing to perform the formalities as mentioned within
the period specified above the letter of acceptance of the tender will consider as automatically cancelled
and the Earnest Money deposited may liable to be forfeited.
B. 49 If any tenderer withdraws his/her/their tender before its acceptance or refusal within a reasonable
time, without assigning any satisfactory explanation for such withdrawal he/she/they shall be disqualified
to tender for a period which may extend upto one year.
B 50 Before submitting, the tenderers are to satisfy themselves by actual visit of the site as regards to the
conditions of roads approaches, other conditions of the locality and any difficulty that may arise during
the execution of the supply work where the materials have to be delivered. Any tenderer submitting
tender shall be deemed to have done so. No subsequent claim on these accounts in regard to whatsoever
required for completing the work to the satisfaction of the Department which will be final and binding.
B 51 The tender in which any of the prescribed conditions are not fulfilled or incomplete in any respect
are liable to be rejected.
Sd/-
Executive Engineer,
Neorakhola W/S & Mtc. Division,
P.H. Engineering Dte.
INSTRUCTION TO BIDDERS
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://wbtenders.gov.in. The contractor is to click on the link for e-Tendering site as given on the
web portal.
4. The contractor can search & download NIeT & 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 Document.
5. Submission of Tenders.
General process of submission, Tenders are to be submitted online through the website stated in
Cl.2 in two folders as per tender schedule, i.e Technical Proposal & Financial Proposal before the
prescribed date & time using the Digital Signature Certificate (DSC). The documents are to be
uploaded (virus scanned copy) duly Digitally Signed wherever necessary. The documents will get
encrypted (transformed into non-readable formats).
Following Scanned Documents are to be uploaded virus scanned and digitally signed by the
Bidders:-
(a) N.I.eT.
(b) Tender Documents
(c) W.B.F. 2911 (No rates to be given)
(d) Technical File1 – All filled up Formats as per N.I.T. and Tender Documents.
(e) EMD Declaration – Soft Copy of EMD to be uploaded at the time of bid submission. An
undertaking by the Bidder should be furnished stating that earnest money (EMD) shall be
deposited (offline) if their bid is lowest & accepted against the work in favour of the
“Executive Engineer, Neorakhola W/S & Mtc. Division, PHE Dte.” Payable at
Kalimpong.
Following Scanned Documents are to be uploaded virus scanned and digitally signed by the
Bidder:-
(a) PAN Card / Professional Tax / GST Registration Certificate etc.
(b) Income Tax Acknowledgement Receipt for last assessment year as per last audited
Financial year.
(c) Affidavit (Declaration by the Bidder)
(d) Trade License, Labour License Certificate etc.
(e) Registration Certificate under Company Act. (if any).
(f) Registered Deed of Partnership Firm / Article of Association & Memorandum.
(g) Power of Attorney (For Partnership Firm / Private Limited Company, if any).
(h) Audited Balance Sheet & Profit & Loss A/c for last three Financial Year.
(i) Experience Certificate for completion of similar nature of work.
(j) Scanned copy of Original Credential Certificates.
Intending Bidders should upload Non-Statutory documents as per following folders in My Document:
DECLARATION
FILE 1 1.Corrigendum and Addendum (if
DECLARATION any).
D DECLARATION FILE 2 2.Additional Document If Any
DECLARATION 3. Bank Solvency(Any Nationalized
FILE 3 Bank)
MACHINERIES 1
MACHINERIES 2 1.List of Machineries and
E EQUIPMENT MACHINERIES 3 Equipments
LABORTARY
FINANCIAL
INFO WORK IN HAND
PAYMENT
CERTIFICATE 1 1.Payment Certificate only (Not
PAYMENT TDS Certificate)
CERTIFICATE 2
1.Profit & Loss & balance Sheet
P/L AND
2020-2021 (With Annexure and 3CD Form in
F BALANCE SHEET
case of Tax Audit)
1.Profit & Loss & balance Sheet
P/L AND
2019-2020 (With Annexure and 3CD Form in
BALANCE SHEET
case of Tax Audit)
1.Profit & Loss & balance Sheet
P/L AND
2018-2019 (With Annexure and 3CD Form in
BALANCE SHEET
case of Tax Audit)
TECHNICAL 1.List of Technical Staffs along with
PERSONNEL Structure & Organization.
G MANPOWER TECHNICAL
PERSONNEL ON
CONTRACT
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.
All Corrigendum & Addendum Notices, if any, have to be digitally signed & uploaded by the contractor
in the Declaration Folder of My Documents.
i) The financial proposal should contain the following documents in one cover
(folder) :
(a) Bill of Quantities (BOQ) in which the bidder is to quote the rate online
throughcomputer 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 bidder.The percentage rate will have to be quoted only in
the BOQ under the financial bid. In case of quoting any rate in WBF 2911 or any
other documents, the tender is liable to be summarily rejected.
Sd/-
Executive Engineer,
Neorakhola W/S & Mtc. Division,
P.H. Engineering Dte.
CONDITIONS & REQUIREMENTS FOR TENDERING
1. The right is reserved by the officer inviting the tender to revise or amend the tender documents
prior to the date notified for submission of the tender or also to extend the time mentioned in
relevant clause of the NIeT. Such revisions, amendments or extension as the case may be shall be
communicated to all concerned in the form of addendum or corrigendum as may be considered
necessary and those will form as part of the agreement.
2. Tender inviting authority reserves the right to include or alter or modify any of the items or
ingredients of the set of the tender documents before acceptance.
3. Bidders would be at liberty to point out any ambiguities, contradictions, omissions etc. seeking
clarifications thereof or interpretation of any of the Clause(s), conditions etc. of the tender
documents before the Tender Inviting Authority in writing within a period of 3 (three) days from
the date of publication of tender documents and beyond such period no representation in that
behalf will be entertained by the Tender Inviting Authority.
Written clarification or amendments etc. as may be issued by the tender inviting authority in
pursuance to the representation made by the Bidders under clause 13(i) above shall be final and
binding on the Bidders and shall form part of the tender documents. Tender Inviting Authority,
however, reserves its right to have pre bid conference with the Bidders.
4. Intending Bidders are required to inspect the site of work with particular reference to location, site
condition and infrastructural facilities. They are to make a careful study with regard to
accessibility, availability of materials and its sources, labour (skilled and unskilled) and all
relevant factors as might affect their rates and prices. Bidder who submits a tender will be deemed
to have inspected the site and made proper study of all relevant factors. Clause 13 hereof will be
applicable mutatis mutandis.
5. The Bidder is required to carefully study all the tender documents and prepare his tender to
comply with all the provisions thereof. Submission of a Tender shall be taken as evidence and
confirmation that the Bidder has acknowledged all the provisions of the Tender Documents and
has fully acquainted himself with site conditions and all factors which may influence the
preparation of his Tender. Negligence of the Bidder to observe instructions in the matter of
preparation of his Tender shall be attributable to him and shall not be a ground for securing relief
from any error as may be found or discrepancies as may be contained in his Tender and would not
give him any liberty to withdraw his Tender after the same being opened.
6. All expenses incurred for site inspection and all activities in the preparation and submission of the
Tender shall be borne by the Bidder, for which no claim shall be entertained.
7. Extra claim or any concession on the ground of insufficient data or information and absence of
knowledge of conditions prevailing at the site or situation arising during the execution of the work
shall not be entertained.
8. No alteration shall be allowed in the Tender Documents sold to the Bidder.
9. Tenders which have been considered valid on the result of general examination at the time of
opening, shall be subject to subsequent detailed scrutiny. Notwithstanding the general
examination carried out earlier, the tender receiving authority reserves the right of rejection of any
tender, which may be found to be defective during the detailed scrutiny.
10. Tender will be accepted on behalf of the Governor of West Bengal by the Executive Engineer,
Neorakhola W/S & Mtc. Division, P.H. Engg. Dte or by competent authority who does not bind
himself to accept the lowest tender and reserves himself the right to reject any or all of the tenders
received without assigning any reason thereof.
11. Bidders have to strictly comply with the conditions, specifications etc. laid down in the tender
documents and no unilateral variation in any form is permissible.
12. The successful Bidder will be notified in writing of the acceptance of his Tender. The Bidder then
becomes the Contractor and shall have to forthwith take steps to execute documents forming the
formal Contract and to take steps for fulfillment of all his obligations under the contract.
13. The Bidder, whose tender is accepted, shall, within 7 (seven) days from the date of receiving the
acceptance letter from the
competent authority, obtain required nos. of contract documents from the Office of the Executive
Engineer, Neorakhola W/S & Mtc. Division, PHE Directorate on payment of usual charges, and
upon signing submit the same to the said Executive Engineer for execution of the formal contract.
If the Bidder fails to perform the formalities as mentioned above within the said specified period,
the acceptance of tender is liable to be cancelled and earnest money deposited shall stand
forfeited.
14. Bidders before submitting the tender documents shall have to ensure that “Declaration by the
Bidder” in
the proforma set out in the tender documents is to be filed separately with the tender documents in
the form of Affidavit to be affirmed by the same person signing the tender documents.
15. The Contract shall be governed by and construed in accordance with the governing law of India
and also the laws in force in the State of West Bengal and no suit or other proceeding relating to
the Contract shall be filed or taken by the Contractor in any Court of Law except in the High Court
of Kolkata which shall have exclusive jurisdiction to hear and determine all actions and
proceedings in connection with and arising out of the contract, and the Contractor shall submit to
the jurisdiction of the aforesaid Court of Law for the purpose of any such action and proceedings.
16. Neither the tender inviting authority nor the participating Bidders will be entitled to take undue
advantage(s) in any form whatsoever owing to any typographical mistake / omission if found
subsequently. The same may immediately be brought to limelight for ratification.
Sd/-
Executive Engineer,
Neorakhola W/S & Mtc. Division,
P.H. Engineering Dte.
FORM-I
PRE-QUALIFICATION APPLICATION
To
The Executive Engineer,
Neorakhola W/S & Mtc. Division,
P. H. Engineering Dte.
Dear Sir,
Having examined the Statutory, Non Statutory & NIT documents, I / we hereby submit all the necessary
information and relevant documents for evaluation.
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group
we are interested in bidding for the work(s) given in enclosure to this letter.
We understand that:
a) Tender Inviting & Accepting Authority / Engineer-in-Charge can amend the scope &
value of the contract bid under this project.
b) Tender Inviting & Accepting Authority / Engineer-in-Charge reserve the right to reject
any application without assigning any reason.
Enclo.: e-Filling
1. Statutory Documents.
2. Non Statutory Documents.
ORGANISATION STRUCTURE
Name of Applicant
1.
(indicate whether Proprietary firm / :
Partnership / Limited Company /
Corporation / Other)
2. Office Address :
4
:
.
4. Fax No.
5
:
.
5. E-mail address
6
:
.
6. Name and Address of Banker
1. Name of Applicant:
Note : Copy of Work Order or Completion Certificate from the employer to be attached.
DECLARATION BY THE BIDDER
Affidavit to be affirmed on a Non Judicial Stamp Paper of Rs. 10/- (Rupees Ten ) only and to be enclosed
with the Tender Documents which is also required to be mentioned in the forwarding letter of the Bidder.
2. That my/our authorized and competent personnel including myself have inspected all the sites of
work covered under N.I.eT. / N.I.eQ No. _______________________ (circulated under Memo.
No.______________, Dated ________________ of Executive Engineer, Neorakhola W/S & Mtc.
Division, PHE Directorate, Government of West Bengal) and have made ourselves fully
acquainted with the site conditions and local conditions in or around the site of work. We have
also carefully gone through the Notice Inviting Tender and Tender Documents. Tender of the
above named Bidder is offered upon due consideration of all factors and if the same is accepted, I,
on behalf of the aforesaid Bidder, being duly authorized, promise to abide by all the covenants,
conditions, and stipulations of the contract document and to carry out, construction based on
departmental design & drawing, supply, erection, commissioning including leak proof test to the
entire satisfaction of the Engineer-in-charge of the work and abide by his instruction as may be
given by him time to time to that effect. I also undertake to abide by the provisions of law
including the provisions of Contract Labour (Regulation & Abolition) Ac t, 1970, Apprentice Act,
1961, West Bengal sales Tax Act, Income Tax Act as would be applicable to the Bidder upon
entering into formal contract with the Government of West Bengal.
3. That I declare that no relevant information as required to be furnished by the Bidder has been
suppressed in the Tender Documents.
4. That I declare that for execution of different types of works for Successful completion &
commissioning of the reservoir, as per scope of Tender Document we will not claim any extra
payment for any type of work in any manner whatsoever in the event of becoming successful
Bidder.
5. It is understood and agreed that cost whatsoever is incurred / involved for participation in this
Tender would not be compensated / borne by PHED and therefore, in consideration of submitting
its qualifications as a prospective Contractor for review, I fully agree to waive any claim against
PHED that might arise with respect to its decision of a prospective Contractor’s qualification. The
decision of PHED is final, binding and not subjected to appeal / review of any kind.
6. That I declare that Public Health Engineering Directorate / Department, Govt of West Bengal
shall not be held responsible for making payment against any anticipated profit and / or
compensation for any losses, whatsoever for the works as stated in this Tender Document and we
shall not claim any payment for such purposes in the event of becoming successful Bidder.
7. That I declare that my / our origination not declared / blacklisted by any Municipal Corporation/
Development Authorities / State or Central Government Authority or Private Sector in India since
last 5 (five) years. My/our Organization has not been declared Bankrupts or Insolvent by any
Govt. or Private Financial Institution. Nor any other ill record has been recorded in the name of
my/our organization in any of the Municipal Corporation/ Development Authorities / State or
Central Government Authority or Private Sector in India. Nor any activity of my/our
organizational staff has been recorded as anti-national / against the law of the land in any
concerned law protecting authority.
8. That the statements made in paragraph no. 1 to 6 are true to the best of my knowledge and belief.
a. 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.
b. The under-signed also hereby certifies that neither our firm M/s.
nor any of constituent partner had been debarred to participate in tender by the
P.H.E. Dte during the last 5 (five) years prior to the date of this NIeT.
c. 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.
e. 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.
f. The undersigned dose not have any arbitration /litigation /suspension and/or banning of the
firm.
Date
Place ___________________________
FORM-IV
I/We, Sri/Smt.
………………………………………………………………………………………………., the
…………………………………………………………………..………………………………………….
do not have any common interest either as a partner on any partnership firm / consortium as a proprietor /
Owner of any other firm in the same serial for the work I /We want to participate.
Date:
Name of Work:________________________________________________________________________________
____________________________________________________________________________________________
____________________________________________________________________________________________
This is to certify that to the best of our knowledge and information M/s………………………………………………....
……………………………………………………………………………… of …………………………………………………………………………….
(address), customers of our bank are/is respectable and can be treated as good for any engagement up to a limit
of Rs. …………………….. (Rupees…………………………………………………………………………………………………)
This certificate is issued without any guarantee or responsibility on the bank or any f the offices.
NOTE: