Paper Pubniq22website
Paper Pubniq22website
i. The prospective bidders shall be the manufacturer of original product / authorised dealer and
bonafide resourceful Electrical Contractor (Not a member of joint venture or sub-contractor) and
intending bidder should have following credential criteria.
(a) Intending tenderers should produce credentials of a similar nature (conforming to all major
components of work as mentioned in the BOQ) 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 the
tender notice
or
(b) Intending tenderers should produce credentials of 2(two) similar nature (conforming to all major
components of work as mentioned in the BOQ) of completed work, each of the minimum value
of 30 % of the estimated amount put to tender during 5(five) years prior to the date of issue of
the tender notice
or
(c)Intending tenderers should produce credentials of one single running work of similar nature
(conforming to all major components of work as mentioned in the BOQ) 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 executed agency i.e. the
tenderer.
3 Date & time of Pre Bid Meeting (Only bidders are 16.11.2021 up to 3-00 P.M.
allowed)
7 Bid opening date for Technical Proposals (Online) 01.12.2021 at 3-00 P.M.
N.B.: In case of any non-scheduled holiday / bandh / strike on any of the date of opening the next working day will be
treated as schedule date for the purpose.
16. The Agency will be liable to maintain the work at working portion at the appropriate service level to
the satisfaction of the Engineer-in-Charge at his own cost for a period of 3 (Three) years from the
date of completion of the work. If any defect/damage is found during the period as mentioned
above contractor shall make the same good at his own cost expense to the specification at par with
instant project work. Failure to do so, penal action against the Agency will be imposed by the
Department as deem fit. The Agency will have to quote his rate considering the above aspect.
Also the Prospective Bidders shall have to execute the work in such a manner so that appropriate
service level of the work is kept during progress of work and a period of 1(one) year from the date
of successful completion of the work to the entire satisfaction of the Engineer-in-Charge may be
considered towards release of full Security Deposit.
A retention towards Performance Security amounting to 10 (ten) percent (including 2% Earnest
money) of the billed amount shall be made by the Executive Engineer from 1st R.A. bill to Final
bill.
In cases of Refunding and Releasing of 100% Security Deposit held with the Government, arising
out from works contract, Security Deposit will be released after issuance of Completion Certificate
on submission of unconditional BANK GUARANTEE by the Contractor for the Security Deposit
subject to the conditions laid in Government of West Bengal, Public Works Department, CRC
Branch notification no. 52-CRC/2M-06/2014 dtd. 27.10.2014 issued by Principal Secretary to the
Government of West Bengal, Public Works Department.
No interest would be paid on the Performance Security Deposit.
17. All Bidders are requested to present in the office of the SEWEC, PWD, during opening the financial
bid Superintending Engineer, P.W.D,Western Electrical Circle.P.W.D, may call Open Bid/Seal
Bid after opening of the said bid to obtain the suitable rate further, if it is required. No objections in
this respect will be entertained raised by any Bidder who will present during opening of bid, or
from any Bidder who will absent at the time of opening of Financial Bid. No informal tenderer will
be entertained in the Bid further.
18. Site of work will be handed over to the agency phase wise. Copy of the layout drawing shall be
submitted by the contractor to the deptt. for approval. No claim in this regard will be entertained.
19. Earnest Money: Bidder should follow the guide line provided in the Government
Memorandum with respect to online submission of EMD.(Annexure-I).
20. The Bidder, at his own responsibility and risk is encouraged to visit and examine the site of works
and its Surroundings and obtain all information that may be necessary for preparing the Bid and
WBPWD/SEWEC /AED /NIQ-22/2021-2022
Government of West Bengal
Office of the Superintending Engineer (P.W.D.)
Western Electrical Circle
st
Purta Bhavan (1 . Floor), P.O.- Sripally,
Dist- Burdwan, PIN-713103
Phone No.-0342-2644148
e-mail ID: [email protected]
Public Works Department, Government of West Bengal
N.I.Q. No: WBPWD/SEWEC /AED /NIQ-22 /2021-22 of the Superintending Engineer,
P.W.D/Western Electrical Circle, Burdwan, Purta Bhavan
entering into a contract for the work as mentioned in the Notice Inviting Tender, before submitting
offer with full satisfaction, the cost of visiting the site shall be at his own expense.
21. 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. The Superintending
Engineer, P.W.D ,Western Electrical Circle reserves the right to reject any application for
purchasing Bid Documents and to accept or reject any offer without assigning any reason
whatsoever and is not liable for any cost that might have incurred by any Tenderer at the stage of
Bidding.
22. Prospective applicants are advised to note carefully the minimum qualification
criteria as mentioned in ‘Instructions to Bidders’ before tendering the bids.
23. Conditional/ Incomplete tender will not be accepted.
24. The intending tenderers are required to quote the rate on line.
25. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition)
Act. 1970 (b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or
any other laws relating thereto and the rules made and order issued there under from time to time.
26. Tender inviting authority reserve the right to cancel incumbency of the bidder in case of shortfall of
uploading of non-statutory document. Illegible document will not be counted as valid document.
27. During the scrutiny, if it come to the notice to tender inviting authority that the credential or any
other paper found incorrect/ manufactured/ fabricated, that bidder would not allowed to participate
in the tender and that application will be out rightly rejected without any prejudice.
The Superintending Engineer, P.W.D, Western Electrical Circle. reserves to right to cancel the
N.I.T. due to unavoidable circumstances and no claim in this respect will be entertained.
28. Suspension and Debarment of contractor, Supplier and Consultant participating in the e-Tender process will
be taken up as per PWD Work Branch’s memo number under No.547-W(C)/1M-387/15 dt. 16.11.2015
issued by the Jt. Secretary, PWD [for detail please see PWD website “www.pwdwb.in”]
29. In case if there be any objection regarding prequalifying the Agency that should be lodged to the SEWEC,
PWD within 24 hours from the date of publication of list of qualified agencies and beyond that time
schedule no objection will be entertained by the SEWEC,PWD.
Superintending Engineer,
Western Electrical Circle, PWD
(2) Superintending Engineer, P.W.D, Northern / Planning & Monitoring / Presidency / Health / Kolkata /
(4) Assistant Engineer, Burdwan / Asansol / Bolpur/ Suri/Hooghly Electrical Sub Division.
Superintending Engineer,
Western Electrical Circle, PWD
I nstructions/ Guidelines for tenders for electronic submission of the tenders online have been annexed for
assisting the contractors to participate in e-Tendering.
1. Registration of Contractor
Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered with the
Government e-Procurement system; through logging on to https://etender.wb.nic.in (the web portal of public
works department) the contractor is to click on the link for e-Tendering site as given on the web portal.
2. Digital Signature certificate (DSC)
Each contractor is required to obtain a class-II or Class-III Digital Signature Certificate (DSC) for submission
of tenders, from the approved service provider of the National Information’s Centre (NIC) on payment of
requisite amount details are available at the Web Site stated in Clause-2 of Guideline to Bidder DSC is given
as a USB e-Token.
3. The contractor can search & download NIT & Tender Documents electronically from computer once he logs
onto the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of
collection of Tender Documents.
4. Participation in more than one work
A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a
partner of a firm. If it is found that the bidder has applied severally in a single job all his applications will be
rejected for that job.
A prospective bidder (including his participation in partnership) shall be allowed to participate in a single
work as mentioned in the list of schemes.
5. Submission of Tenders.
General process of submission, Tenders are to be submitted through online to the website stated in Cl. 2 in two
folders at a time for each work, one in Technical Proposal & the other is Financial Proposal before the
prescribed date &time using the Digital Signature Certificate (DSC) the documents are to be uploaded virus
scanned copy duly Digitally Signed. The documents will get encrypted (transformed into non readable
formats).
A. Technical proposal
WBPWD/SEWEC /AED /NIQ-22/2021-2022
Government of West Bengal
Office of the Superintending Engineer (P.W.D.)
Western Electrical Circle
st
Purta Bhavan (1 . Floor), P.O.- Sripally,
Dist- Burdwan, PIN-713103
Phone No.-0342-2644148
e-mail ID: [email protected]
Public Works Department, Government of West Bengal
N.I.Q. No: WBPWD/SEWEC /AED /NIQ-22 /2021-22 of the Superintending Engineer,
P.W.D/Western Electrical Circle, Burdwan, Purta Bhavan
The Technical proposal should contain scanned copies of the following in two covers (folders).
A-1. Statutory Cover/ Technical file Containing
i. Prequalification Application (Sec-B, Form – I)
ii. EMD - ₹ 115000.00
iii. Affidavits (Ref:- format for general affidavit shown in “Y” Part “B”.
iv. Tender form No. 2911 & NIT (Properly upload the same digitally Signed).The rate will be
quoted in the BOQ. Quoted rate will be encrypted in the B.O.Q. under Financial Bid. In case
quoting any rate in 2911 the tender liable to summarily rejected).
v. Special Terms, condition & specification of works.
Vi. The prospective Bidder must have Trade licence and Electrical Contractor licence with
Supervisor’s Certificate of Competency in parts 1, 2, 11 or Equivalent National
Supervisor’s Certificate of Competency.
Vii. In case of intending bidder does not have electrical contractor Licence , he may be allowed to
submit MOU in Non-Judicial stamp paper of requisite value with an electrical contractor for
execution of electrical component of work . In that case electrical contractor should have valid
electrical contractor licence issued from Directorate of electricity and should have valid electrical
supervisor license having part no. 1,2 &11 and documents should be properly upload in the e-
Tender Process.
2018-2019 P/L AND Audited BALANCE SHEET PROFIT & LOSS AND BALANCE SHEET
(WITHANNEXTURE AND 3CB FORM IN CASE OF
TAX AUDIT)
2017-2018 P/L AND Audited BALANCE SHEET PROFIT & LOSS AND BALANCE SHEET
(WITHANNEXTURE AND 3CB FORM IN CASE OF
TAX AUDIT)
WBPWD/SEWEC /AED /NIQ-22/2021-2022
Government of West Bengal
Office of the Superintending Engineer (P.W.D.)
Western Electrical Circle
st
Purta Bhavan (1 . Floor), P.O.- Sripally,
Dist- Burdwan, PIN-713103
Phone No.-0342-2644148
e-mail ID: [email protected]
Public Works Department, Government of West Bengal
N.I.Q. No: WBPWD/SEWEC /AED /NIQ-22 /2021-22 of the Superintending Engineer,
P.W.D/Western Electrical Circle, Burdwan, Purta Bhavan
Sl. No. Category Name Sub Category Description Details
2016-2017 P/L AND Audited BALANCE SHEET PROFIT & LOSS AND BALANCE SHEET
(WITHANNEXTURE AND 3CB FORM IN CASE OF
TAX AUDIT)
E. MAN POWER TECHNICAL PERSONNEL LIST OF QUALIFIED ENGINEERS FROM
RECOGNIZED INSTITUION &TECHNICAL STAFFS
ALOGNWITH STRUCTURES & ORGANZATION
(ASPER NIT)
2. Provident Fund Certificate
3. Employees State Insurance
Certificate
If any tenderer fails to produce the original hard copies of the documents (especially Completion Certificates
and audited balance sheets), or any other documents on demand of the Tender Evaluation Committee within as
specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there
is any suppression, the tenderer will be suspended from participating in the tenders on e-Tender platform for a
3(Three) years. In addition, his user ID will be deactivated and Earnest Money Deposit will stand forfeited.
Besides, the P.W. Directorate may take appropriate legal action against such defaulting tenderer. The
Employer reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids
at any time the 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 action.
7. AWARD OF CONTRACT
The Bidder who’s Bid has been accepted will be notified by the Tender Inviting & Accepting Authority
through acceptance letter.
The notification of award will constitute the formation of the Contract.
The Agreement in W.B.F.No.-2911 will incorporate all agreements between the Tender Accepting Authority
and the successful Bidder.
Superintending Engineer,
Western Electrical Circle, PWD
SECTION – B
FORM-I
PRE-QUALIFICATION APPLICATION
To
The Superintending Engineer,
Western Electrical Circle
Ref:- Tender
for………………………………………………………………………………..………………………………………(Name
of work)…………………………...…………… … … … … … … … … … … … … … … … … … … … … … … … …
… … … … … … … … … … … …… … … … … … … … … … … … … … … … … … … … … … … … … … …
… … … … … … … … . . . …… … … … … … … … … … … … … … … … … … … … … … … … … … … … …
…………………
Dear Sir,
Having examined the pre-qualification documents (N.I.T. & Volume-I), I /we hereby submit all the necessary
information and relevant documents for evaluation.
The application is made by me / us on behalf of………………………………………………………….....
In the capacity……………………………………………………………………………………......…………..duly
authorized to submit the order.
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group
of firms for Application and for completion of the contract documents is attached herewith.
We are interested in bidding for the works given in Enclosure to this letter.
We understand that:
(a) Engineer -in-Charge/ Employer can amend the scope & value of the contract bid under this project.
(b) Engineer -in-Charge/ Employer reserves the right to reject any application without assigning any reason;
Enclo:-
1. Prescribed forms duly filled in duplicate.
2. Evidence of authority to sign.
3. Latest brochures.
Date :
Signature of applicant including title
and capacity in which application is made.
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 maybe
rejected and no objection/claim will be raised by the under-signed.
2.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.W. 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.
Date
SECTION – B
FORM-III
STRUCTURE AND ORGANISATION
A. 2. Office Address
Telephone No. :
Mobile No. :
Fax No. :
SECTION-B
FORM-V
EXPERIENCE PROFILE
LIST OF WORKS COMPLETED WHICH ARE SIMILAR IN NATURE AND EXECUTED DURING THE LAST
FIVE YEARS IN ANY GOVT.DEPARTMENT / GOVT. UNDERTAKING / STATUTORY BODY UP TO
AVALUE OF 40% OF THE ESTIMATED VALUE PUT TO TENDER
Name of Name, Contract Original date Original Actual date Actual date Reasons for
Employer Location & price in of Start of date of of starting of delay in
nature of Indian Rs. work completi the work completion completion
work on of the work (if any)
work
(c) No tender will be deemed to the fit for consideration unless the tender documents are fully and completely filled in. All information
that may be asked from a tenderer must be unequivocally furnished. Any tender which is incomplete or does not comply with the
prescribed conditions or stipulations laid down herein to rejection at the time of opening or during subsequent scrutiny. Tender
received with conditional rate will be liable to rejection at the time of opening.
(d) Canvassing in connection with the tender is strictly prohibited and a tenderer who resorts to this will render his tender liable to
rejection.
(e) No alteration shall be permitted to be made by the tenderer in any tender after its submission.
SECTION — 3
Special terms and conditions
GENERAL:
Unless otherwise stipulated all the works are to be done as per general conditions and general specifications in the
“Departmental Schedule” which means the Public Works Department, Schedule of Rates for works in West Bengal for
the working area including upto date addenda and corrigenda, if any, published by the Superintending Engineer, IT
Circle, PWD.
If the stipulations of the various components of the contract documents be at variance in any respect, one will over-ride the other
(only in so far as those are at variance) in the order of precedence as given below:
b) To give requisition for Departmental materials, Tools & Plants etc. to receive the same and sign hand receipts thereof.
c) To attend measurements when taken by the Departmental Officers and sign the records of such measurements which will be taken
of acceptance by the Contractor. The selection of the authorised representatives subject to the prior approval of the Executive
Engineer concerned and the contractor shall in writing seek such approval of the Executive Engineer giving therein the name of
work, Tender No., the Name, Address and the specimen signature of the representative he wants to appoint and the specific
purposes as specified in Clause 9 (a), (b) and (c) which the representative will be authorised for even after first approval, the
Executive Engineer may issue at any subsequent date, revised directions about such authorised representative and the contractor
shall be bound to abide by such directions. The Executive Engineer shall not be bound to assign any reason for any of his
directions with regard to the appointment of authorised representative. Any notice correspondence etc. issued to the authorised
representative or left at his address, will be deemed to have been issued to the contractor himself.
POWER OF ATTORNEY:
The Provision of the power of attorney, if any, must be subject to the approval of the Department. Otherwise the Department shall not
be bound to take cognizance of such of attorney.
EXTENSION OF TIME:
For cogent reasons over which the contractor will have no control and which will retard the progress, extension of time for the period
lost will be granted on receipt of application from the contractor before the expiry date of contract. No claim whatsoever for idle
labour, additional establishment, cost of materials and labour and hire charges of tools & Plants etc. would be entertained under any
circumstances. The contractor should consider the above factor while quoting his rate. Applications for such extension of time should
be submitted by the contractor in the manner indicated in Clause 5 of the printed form of W.B.F. No. 2911 (ii)
CONTRACTOR’S GO-DOWN:
The contractor must provide suitable go-down for materials at the site of work. No separate payment will be made for these go-down
or for the storeyard.
CLEARING MATERIALS:
The whole site shall be left in a clear and neat manner to the satisfaction of the Engineer-In-Charge. No separate payment shall be
made for all these works, the cost thereof being deemed to have been included in the rates of various items of works quoted by the
contractor in the schedule of probable items of works.
(a) Rate of supplementary items shall be analysed to the maximum extent possible from rates of the allied items of work appearing in
the P.W. (Electrical) Department schedule of rates of probable items of work forming part of tender document.
(b) If the rates of the supplementary items cannot be computed even after applications of clauses stated above, the same shall be
determined by analyses from market rates of material, labour and carriage cost prevailing at the time of execution of such items
work. Profit and overhead charges (both together) at 10% (Ten percent) will be allowed.
(d) Contractual percentage shall only be applicable with regard to the portions of the analysis based on clauses (a) & (b) stated above only.
It may be noted that the cases of supplementary items of claim shall not be entertained unless supported by entries in the Work
Order Book or any written order from the tender.
COVERED UP WORKS:
When one item of work is to be covered up by another item of work the latter item shall not be done before the formal Item has been
measure up and has been inspected by the Engineer-in-charge or the Sub-Divisional Officer, as the authorized representatives of the
Engineer-In-Charge and order given by him or proceeding with the latter item of work. When however, this is not possible for practical
reasons, the Sub-assistant Engineer ,if so, authorized by the Sub-Divisional Officer may do this inspection in respect of minor works
and issue order regarding the latter item.
APPROVAL OF SAMPLE:
Samples of all materials to be supplied by the contractor and to be used in the work shall have to be approved by the Engineer-in-
charge and checking the quality of such materials shall have to be done by the concerned Department prior to utilization in work.
All materials and Tools and Plants and all labour (skilled and unskilled) including their housing, water supply, sanitation, light,
procurement of food staff, medical aid etc. are to be arranged for by the contractor. The cost of transport of labour, materials and all
items as aforesaid shall also have to be borne by the Contractor.
SERVICEABLEMATERIALS:
The responsibility for stacking the serviceable materials obtained during dismantling of existing structure/road (to be decided by the
Engineer-in-charge) and handling over the same to the Engineer-in-charge of work of this Department lies with the contractor and
nothing will be paid on this account. In case of any loss or damage of serviceable materials prior to handling over the same to this
Department, full value will be recover from the Contractor’s bill at rates as will be assessed by the Engineer-in-charge.
UNSERVICEABLE MATERIALS:
The Contractor shall remove all unserviceable materials, obtained during execution at place as directed. The contractor shall dressed
up and clear the work site after completion of work as per direction of the Engineer-in-charge. No extra payment will be made on this
account.
IDLE LABOUR:
Whatever the reasons may be no claim or 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.
PROGRAMME OF WORK:
Before actual commencement of work the contractor shall submit a programme of construction of work clearly showing
the materials men and equipments. The contractor will submit a programme 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 programme in consultation with the contractor and such approved programme 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 programme. The conditions laid down in clause 2 of the printed tender form
regarding the division of total period and progress to work and the time table therefore as provided in the said clause
shall be deemed to have been sufficiently complied with it the actual progress of work does not fall short of the progress
laid down in the approved time table for one fourth, half and three fourth of time allowed for the work.
NIGHT WORK:
The contractor shall not ordinarily be allowed to execute the work at night. The contractor may however, have to execute the work at
night, if instructed by the Engineer-in-Charge. For true technical or emergent reasons the work may require to be executed during the
night also according to the instruction of the Engineer-in-Charge. In that case the contractor shall have to arrange for separate set of
labour with sufficient and satisfactory lighting arrangement for the night work. No extra payment whatever, in this respect will be made
to the contractor.
PROCUREMENT OF MATERIALS:
All materials required for complete execution of the work shall be supplied by the contractor after procurement from authorised and
approved source.
REJECTION MATERIALS:
All materials brought to the site must be approved by the Engineer-In-Charge. Rejected materials must be removed by the Contractor
from the site within 24 hours of the issue of order to that effect. In case of non-compliance of such order, the Engineer-In-Charge
shall have the authority to cause such removal at the cost and expense of the contractor and the contractor shall not be entitled to
claim for any loss or damage of that account.
FORCE CLOSURE:
In case of force closure or abandonment of the works by the Department the contractor will be eligible to be paid for the finished work
and reimbursement of expenses actually incurred but not for any losses.
TENDER’S RATE:
The contractor should note that the tender is strictly based on the rates quoted by the Contractor on the priced schedule of probable
item of work. The quantities for various other items of works as shown in the priced schedule of probable items of works are based on
the drawing and design prepared by the Department. If variations become necessary due to design consideration and as per
actual site conditions, those have to be done by the contractor at the time of execution at the rate prescribed in the
tender clause. No conditional rate will be allowed in any case.
DOCUMENTS &CERTIFICATES:
The department may ask for any valid document like manufacturer’s test certificate, document for purchase
of the material etc. as deemed fit by the engineer-in-charge to ascertain original material supplied by/ used in
the work by the contractor. The contractor shall remain bound to submit all such documents to the
department.
In addition to the penalty of suspension / debarment, the bid security I earnest money posted by the
concerned bidder or prospective bidder shall also be forfeited.
(The same must be invariably part of the process of evaluation of bids.)
6. PENALTY FOR OFFENSE:-
6.1. For committing 1st Degree of offense:- Disqualifying a bidder from participating in any
procurement process under the Public Works Department, Government of West Bengal up to 2(two)
years.
6.2. For committing 21u1 Degree of offense:- Disqualifying a bidder from participating in any
procurement process under the Public Works Department, Government of West Bengal for a period
of 3(three) years.
7. PROCEDURE OF SUSPENSION AND DEBARMENT DURING THE PROCUREMENT
PROCESS:
7.1 Initiation of Action, Notifications and Hearings.
Any bidder or procurement authority on his own or based on any other information made available to
him may initiate the process of suspension / debarment proceedings by filing a written complaint
with the Bid Evaluation Committee and such filing of written application has to be done within