0% found this document useful (0 votes)
32 views17 pages

Niet 121

Uploaded by

Premnath Mondal
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
32 views17 pages

Niet 121

Uploaded by

Premnath Mondal
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 17

GOVERNMENT OF WEST BENGAL

PUBLIC WORKS DEPARTMENT


OFFICE OF THE EXECUTIVE ENGINEER, PWD, ALIPURDUAR DIVISION,
P.O. ALIPURDUAR COURT, DIST.-ALIPURDUAR, PIN- 736122
PHONE & FAX: 03564-255175
E-mail at: [email protected]
Memo No. 1243 /XI-287 Date: 27.09.2024

NOTICE INVITING ELECTRONIC TENDER No. 12 of 2024-25 OF THE EXECUTIVE ENGINEER, PWD, ALIPURDUAR
DIVISION.

The Executive Engineer, Alipurduar Division, Public Works Department, invites e-Tender for the work detailed in the table below. (For
Submission of Bid through online).

List of scheme:-

Price of

Defect liability period


Technical
Earnest &

Sub Division
Name of the
Completion

Concerned
Period of
Sl. Estimated Money @ Financial Eligibility of
N Name of the work Amount 2% Bid Contractor
o (Rs. ) (Rs.) documents
and others
Annexure
(Rs.)
i) Intending tenderer should produce credentials of a
similar nature of completed work of the minimum
Temporary erection Rs 1,000.00 value of 40% of the estimated amount put to tender
(per set) during 5(five) years prior to the date of issue of the
of dias, pandel, Applicable of tender notice; or,
Alipurduar Sub Division, PWD

barricading including successful Bidder ii) Intending tenderer should produce credentials of 2
(two) similar nature of completed work, each of the
allied electrical during formal
minimum value of 30% of the estimated amount put
installation work agreement after to tender during 5(five) years prior to the date of
3 ( Three days )

issuance of issue of the tender notice; or,


along with temporary
AS per G.O

Acceptance iii) Intending tenderer should produce credentials of


01. arrangement of PA Letter. Tender one similar running work of similar nature which has
9,99,499.00 19,990.00 Cost is not been completed to the extent of 80% or more and
System, Live Feed & value of which is not less that the desired value at (i)
required during
LED Screen in participation of
above;
In case of running works, only those tenderer who
connection with the NIET vide Ref. No. will submit the certificate of satisfactory running work
'Durga Puja Festival 199-CRC/2M- from the concerned Executive Engineer, or
10/2012 Dt. equivalent competent authority will be eligible for the
2024' at Alipurduar tender. In the required certificate it should be clearly
21/12/2012 of
in the district of Secretary P.W.D stated that the work is in progress satisfactorily and
also that no penal action has been initiated against
Alipurduar. the executed agency, i.e. the tenderer.

1. In the event of e-Filing intending bidder may download the tender document from the website http://etender.wb.nic.in directly by
the help of Digital Signature Certificate.
2. In case of online submission, Technical Bid & Financial Bid both will be submitted concurrently duly digitally signed in the
Website http://etender.wb.nic.in. Tender document may be downloaded from website & submission of Technical Bid/Financial Bid
as per Tender Schedule stated in serial no-10.
The documents submitted by the Bidders should be properly indexed, & self attested with seal.
N.B.: Payment will be made as and when fund is available.

NIET 12 of 2024-25 of EE/PWD/APDD Page 1


3. Eligibility criteria for participation in tender:

a. The prospective bidders shall have satisfactorily completed as a prime agency during the last 5 (five) years prior to the
date of issue of this Notice at least one work of similar nature of emergent decorating work under the authority of
State/Central Gov, State/Central Gov. undertaking /Statutory Bodies constituted under the statute of the Central / State
Government and having a magnitude of 40 (forty) percent of the Estimated amount put to tender [Non Statutory Documents].
N.B. Estimated amount, Date of completion of project & detail communicational address of Client must be indicated
in the Credential Certificate issued by an officer not below the rank of Executive Engineer.

b. Valid Pan Card issued by the IT Deptt, , Govt. of India, valid Upto dated Trade License, Upto dated Professional Tax
receipts Challan, (Valid) Balance sheet and profit and loss A/C for last 3 years, valid 15-digit Goods & Service Taxpayer
Identification Number (GSTIN) under GST Act,2017 and upto date Income Tax (Sara) Acknowledgement Receipt to be
accompanied with the Technical Bid document. [Non Statutory Documents].

c. Neither prospective bidders nor any of constituent partner had been debarred to participate in any tender by the P.W. &
P.W (Roads) or any Central/State Government Departments during the last 3 (Three) 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).

d. 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.

e. 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.

f. The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of Association
and Memorandum. [Non Statutory Documents].

4. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the selected 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.

5. No Mobilization Advance and Secured Advance will be allowed.

6. Agencies shall have to arrange equivalent land for installation of Plant & Machineries, (specified for each awarded
work, storing of material, labour shed, laboratory etc. at their own cost and responsibility.

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

8. Date & Time Schedule:

Sl. No Particulars Date & Time


1 Publishing of Tender 28.09.2024 at 12:00 P.M
2 Documents download start date (Online) 28.09.2024 at 12:00 P.M
3 Bid submission Start Date 28.09.2024 at 12:00 P.M.
4 Documents download end date (Online) 05.10.2024 at 2:00 P.M.
5 Bid Submission End Date 05.10.2024 at 2:00 P.M.
6 Technical Bid Opening 07.10.2024 at 2:00 P.M.
7 Date and time of uploading of list of Technically qualified bidders.(online) Will be notified later on.
8 Date of uploading of final list of technically qualified bidders after disposal of Will be notified later on.
appeals, if any.
9 Date and time of opening of Financial Proposal (online). Will be notified later on.

9. There shall be no provision of Arbitration.

10. Earnest Money: The amount of Earnest Money (EMD) as specified against each scheme to be deposited through e-
procurement portal of the Government of West Bengal website : http://wbtenders.gov.in. by selecting desired modes of

NIET 12 of 2024-25 of EE/PWD/APDD Page 2


payments, vide No. 3975-F(Y), Dated. 28th July,2016 of Finance Department., Government of West Bengal. Procedure of
submission of EMD of the said memorandum is enclosed herewith.

NIET 12 of 2024-25 of EE/PWD/APDD Page 3


NIET 12 of 2024-25 of EE/PWD/APDD Page 4
NIET 12 of 2024-25 of EE/PWD/APDD Page 5
N.B: Exemption from earnest money for participation in Government tenders the three State Government Enterprises,
viz. Mackintosh Burn Limited, Westinghouse Saxby Farmer Limited and Britannia Engineering Limited, as per
Memorandum no. 6417-F(Y) dated: 26.08.2015 of Principal secretary to the Govt. of West Bengal, Finance
Department & circulated vide no: 430(3)-W(C)/1M-208/15 Dated: - 31.08.2015 of Joint Secretary, PWD , Works
Branch, subject to the condition that they will furnish security deposit if selected in a tender.
NIET 12 of 2024-25 of EE/PWD/APDD Page 6
11. The Bidder, at the Bidder‘s 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 entering into a contract for the work as mentioned in the Notice
inviting Tender, the cost of visiting the site shall be at the Bidder‘s own expense. Traffic management and execution shall be the
responsibility of the Agency at his/her/their risk and cost.
12. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‗Instructions to Bidders‘ before
bidding
13. 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.
14. All intending bidders are requested to be present in the office of the ‗The Executive Engineer, Alipurduar Division, Alipurduar Public
Works Department, during opening of the Financial Bid.
15. No CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances.

16. Requirement of Principal Machineries which must be possessed assured ownership : [Non Statutory Documents]
Necessary Tools & Plants have to be deployed by the Agency as per M.O.R.T. & H specification. :
17. In case of Quoting rates no multiple lowest rates will be entertained by the Department.

18. The Executive Engineer, P.W.D, Alipurduar Division, Alipurduar reserves the right to cancel the N.I.E.T. due to unavoidable
circumstances and no claim in this respect will be entertained.

19. All tools and plants and machineries will be arranged by the Agency.
20. During scrutiny, if it is come to the notice to 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.
21. In case if there be any objection regarding Prequalifying the Agency, that should be lodged to the Chairman Bid Evaluation Committee
within 48 hours from the date of publication of list of qualified Agency and beyond that time schedule no objection will be entertained by
the Screening Committee.
22. 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 tenderer under any circumstances.
23. If any discrepancy arises between two clauses on different notifications, the clause as stated in later notification will supersede former
one in following sequence:
i) Form No. 2911
ii) NIT
iii) Special terms & Condition
iv) Technical bid
v) Financial bid

24. Qualification Criteria:

As per G.O. no. 453-WC (C)/1 M-23/15 dated 15.09.2015, a Bid Evaluation Committee (BEC) has been constituted under the Executive
Engineer, P.W.D., Alipurduar Division, who is the tender inviting authority for all works within the tender accepting power of the
Executive Engineers. The members of the Bid Evaluation Committee comprises of the following officials:-

i) The Executive Engineer of this Division Chairpersons & Convener


ii) The Divisional Accounts Officer/ Divisional Accountant of this office Member
iii) The Concerned Assistant Engineer (P.W.D.), Alipurduar Construction Sub Member
Division / Alipurduar Sub Division / Kamakhyaguri Construction Sub Division/
Falakata Sub Division under whom the work, tendered for will be executed

The Bid Evaluation Committee will do the technical and financial evaluations of the bidders for different types of works and make
recommendation to the tender accepting authority. The bidders will have to meet all the minimum criteria regarding:-

a) Financial Capacity
b) Technical Capability comprising of personnel & equipment capability
c) Experience / Credential
The eligibility of a bidder will be ascertained on the basis of the self attested documents 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.

25. Refund/Settlement process of EMD : The Earnest Money will be refunded as per notification no- 3975-F(Y) dated 28.07.2016 of
Finance Department, Govt. of West Bengal.

NIET 12 of 2024-25 of EE/PWD/APDD Page 7


26. 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.
27. The Bid Evaluation Committee reserves the right to ignore minor deficiencies at their discretion in case of first call and no challenge
whatsoever against such decision of the said committee will be entertained. In case of second call, the Bid Evaluation Committee
reserves the right to ignore some deficiencies at their discretion and no challenge whatsoever against such decision of the said
committee will be entertained. In case of third and subsequent calls, the Bid Evaluation Committee reserves the right to ignore more and
more deficiencies at their discretion and no challenge whatsoever against such decision of the said committee will be entertained.

28. The rates in Price Schedule have been considered including 18% GST & 1% Labour Cess & other taxes incidental charges in vogue.

29. Vide notification No. 4608-F(Y), Dated. 18.07.18 of Finance Deptt, Govt of West Bengal, an Additional Performance Security shall have
to be submitted by the bidder @ 10% of the tendered amount as being selected as L1, if the accepted bid value is 20% or more below
than the estimated amount put to tender.

The Additional Performance Security shall be submitted in the form of Bank Guarantee from any Scheduled Bank before issuance of the
Work Order. If the bidder fails to submit the Additional Performance Security within schedule working days from the date of issuance of
Letter of Acceptance, his Earnest Money will be forfeited and other necessary actions as per NIT like blacklisting of the contractor, etc,
may be taken. The Bank Guarantee shall have to be valid up to end of the Contract Period and shall be renewed accordingly, if required.

The Bank Guarantee shall be returned immediately on successful completion of the Contract. If the bidder fails to complete the work
successfully, the Additional Performance Security shall be forfeited at any time during the pendency of the contract period after serving
proper notice to the contractor. Necessary provisions regarding deduction of security deposit from the progressive bills of the contractor
as per relevant clauses of the contract shall in no way be altered / affected by provision of this Additional Performance Security.

30. Preventive measures to be taken by the contractors to avoid air pollution during construction activities.
a) Wrapping of construction area / buildings with geotextile fabric, installing dust barriers, or other actions, as appropriate for the location.
b) Applying water and maintain soil in a visible damp or crusted condition for temporary stabilization.
c) Applying water prior to leveling or any other earth moving activity to keep the soil moist throughout the process.
d) Limiting vehicle speeds to 15 mph on the work site.
e) Cleaning wheels and undercarriage of haul trucks prior to leaving construction site.
f) Applying and maintaining dust suppressant on haul routes.
g) Applying a cover or screen to stockpiles and stabilize stockpiles at completion of activity by water and maintain a dust palliative to all
outer surfaces of the stockpiles.
h) Stabilizing surface soils where loaders, support equipment and vehicles should operate by using water and maintain surface soils in a
stabilized condition where loaders, support equipment and vehicles will operate.
i) Stabilizing adjacent disturbed soils following paving activities with immediate landscaping activity or installation of vegetative or rock
cover.
j) Maintaining dust control during working hours and clean track at the end of the work shift / day.
k) Stabilizing sloping surfaces using soil binders until vegetation or ground cover can effectively stabilize the slope.
I) Disposal of debris in consultation with the local authorities following proper environmental management practice.
m) During construction work, including cutting of marbles, ambient noise level should not exceed more than 65 dB(A)

31. In addition to the Clause No. 17 of Conditions of Contract of the printed WB. Form 2911 shall be included by the order no. 5784-
PW/L&A/2M-175/2017 dated 12.09.2017 of the Principal Secretary, PWD. is enclosed in 2911.

32. Vide memo 1282/P&RD dated 03.11. 2022 of Chief Secretary, Govt. of West Bengal and consequent memo 551-PWD-
25017(12)/17/2024 dated 01.03.2024 of Special Secretary, PWD, Govt. of West Bengal ―Contractor should have to ensure the
engagement of job card holders as unskilled workers for execution of awarded works‖ under Mahatma Gandgi NREGS.

33. Extend the validity period of credentials for participation in Tender from existing 5 years to 7 years due to covid pandemic affected period
of 2020-2021 and 2021 – 2022 (vide Minutes of the meeting of Committee formed vide order No. 725-ENC/23 Dt. 02.11.2023 of Public
Works Department). Validity of this relaxation on credential upto 31.03.2027.

NIET 12 of 2024-25 of EE/PWD/APDD Page 8


INSTRUCTION TO BIDDERS
SECTION – A
1. General guidance for e-Tendering
Instructions/ Guidelines for tenders for electronic submission of the tenders online 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. 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 found to have applied severally in a single job all his applications will be rejected for that job.

6. 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).
7. Only relevant certificates and details shall be furnished. Details of company/firm profile (Deed etc.) are to be scanned and
uploaded. 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 provisions of
the Registration Act, 1908. Without uploading such registered power of attorney, the bid may be rejected.
A. Technical proposal
The Technical proposal should contain scanned copies of the following further two covers (folders)
A-1. Statutory Cover Containing
i. Prequalification Application (Sec-B, Form – I)
ii. Financial Statement (Section – B, Form – II).
iii. Affidavits (Ref: Format shown in ―X‖ of Section ―B‖).
iv. Declaration (Ref: Format shown in ―Y‖ of section ―B‖).
v. Tender form No. 2911 & NIT
(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 the tender liable to summarily rejected.
vi. Special Terms, condition & specification of works.
vii. Certificate of revolving line of credit by the Bank (if required).
A-2.Non statutory Cover Containing
i. Valid Pan Card issued by the IT Deptt, , Govt. of India, valid upto dated Trade License, Upto dated Professional Tax
receipts Challan, (Valid) Balance sheet and profit and loss A/C for last 3 years, valid 15-digit Goods & Service
Taxpayer Identification Number (GSTIN) under GST Act,2017 and uptodate Income Tax (Saral)
Acknowledgement to be accompanied with the Technical Bid document, ―Tax invoice(s) needs to be issued by the
supplier for raising claim under the contract showing separately the tax charged in accordance with the
provisions of GST Act,2017.‖
ii. Registration Certificate under Company Act.
iii. Registered Deed of partnership Firm/ Article of Association & Memorandum
iv. Registered Power of Attorney (For Partnership Firm/ Private Limited Company, if any)
v. Tax Audited Report in 3 CD Form along with Balance Sheet & Profit & Loss A/c for the last Three years (year
just preceding the current Financial Year will be considered as year – I)

NIET 12 of 2024-25 of EE/PWD/APDD Page 9


vi. Clearance Certificate for the Current Year issued by the Assistant Register of Co-Op (S) (ARCS) bye laws are
to be submitted by the Registered labour Co-Op(S) & Engineers‘ Co.- Opt.(S)
vii. Credential for completion of at least one work under the authority of state/ central Govt. statutory bodies under
State/Central Govt. constituted under the statute of the state/ state Govt. having a magnitude of 40(Forty)
percent of the Estimated amount put to tender during the last 3(Three) years [as mentioned in the ―Eligibility of
Contractor‖ on the first page of this NIT] prior to the date of issue of this NIT is to be furnished. (Ref. Cl. No.
3(a) of this NIT (Section: B, Form: V).

N.B. : The bidders should put their original signature with date on other important documents before uploading.

B. Financial Proposal:
i. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of quantities (BOQ) the contractor is to quote
the rate (Presenting Above/ Below/ At per) online through computer in the space marked for quoting rate in the BOQ.
ii. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the contractor.

8. Penalty for suppression / distortion of facts


If any tenderer fails to produce the original hard copies of the documents (especially Completion Certificated and audited balance
sheets), or any other documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is
detected in the hard copies from the uploaded soft copies or if there is any suppression, the tenderer will be suspended from
participating in the tenders on e-Tender platform for a 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 as per I.T.
Rule.

9. Rejection of bid
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.
N.B. : The Bidder whose Bid has been accepted will be notified by the Tender inviting & Accepting Authority acceptance letter / Letter of
Acceptance.
The Letter of Acceptance 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. All the
tender documents including NIT & B.O.Q. will be the part of the Contract Document.

Sd/-
(P.K. Halder)
Executive Engineer, P.W.D.
Alipurduar Division,
Alipurduar

Memo No.: - 1243/1(6)/XI-287 Date: - 27.09.2024

Copy forwarded to-


1) The Chief Engineer, P.W.D., North Zone, Jalpaiguri for favour of his kind information.
2) The Superintending Engineer, P.W.D., North Bengal Construction Circle No.-I, Coochbehar for favour of his kind information.
3) The Assistant Engineer, P.W.D., Alipurduar Sub-Division/ Alipurduar Construction Sub-Division
4) The Estimating section/Accounts section of this Office.
5) The Head Clerk of this office for information.
6) NOTICE BOARD of this Division Office.
Sd/-
(P.K. Halder)
Executive Engineer, P.W.D.
Alipurduar Division,
Alipurduar

SECTION – B

NIET 12 of 2024-25 of EE/PWD/APDD Page 10


FORM –I
PRE-QUALIFICATION APPLICATION

To
The Executive Engineer, PWD
Alipurduar Division
Alipurduar.

Ref: - Tender for______________________________________________________________________________


________________________________________ (Name of work) ______________________________________
____________________________________________________________________________________________
____________________________________________________________________________________________

N.I.E.T.No.: __12_ (Sl. No. _1___) of 2024-25 of Executive Engineer, PWD, Alipurduar Division, Alipurduar.

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:-

1. Statutory Documents
2. Non Statutory Documents
Date: - Signature of applicant including title
and capacity in which application is made.

N.B: Pre-Qualification Application should be made on Bidder (s) Letter Pad only.

NIET 12 of 2024-25 of EE/PWD/APDD Page 11


AFFIDAVIT – “X”

(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 is 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 its constituent partners have failed to executed more than
one works contract under any directorate of Public Works Department and that neither our firm _______ _ nor any of its
constituent partners was terminated by any sub-rule under clause 3 of Tender Form no. 2911 and that neither our firm
_______________ nor any of its constituent partners was terminated under any clause of Standard Bidding Documents by the
Engineer-in-Charge/ Employer during last 3(three) years.

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 vide NIET no. ___ of 2024-25 of EE,P.W.D, APD DIVISION of SL.No.___ in the
capacity of individual/ as a partner of a firm & I have not applied severally for the same job and also not applied more
than two works anywhere per set of required machineries.
6.
6. The undersigned also hereby certifies that the Bid shall remain valid for a period not less than 120 (One Hundred twenty) days,
after the dead line date for Bid submission.

7. I / we do hereby certify that I shall bring all requisite technical personnel and /or plants/ testing machineries / equipments for all
the items of works as per relevant IRC / IS codes of practice and as per BOQ and as per direction of the Engineer-In-Charge at the
time of execution of work at site even if upon technical evaluation I am declared as ―qualified‖ without having all the requisite
technical personnel and /or plants/ testing machineries / equipments at the time of submission of tender.

Date______________

Signature, name and designation


of Authorised Signatory

For and on behalf of …………………(Name of the Applicant)

NIET 12 of 2024-25 of EE/PWD/APDD Page 12


DECLARATION “Y”
(To be submitted in non-judicial stamp paper of appropriate value, duly notarised)

 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 7
(Seven) 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 that 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 of 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 be cancelled / terminated immediately & I / my firm / company shall also be liable to be
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______________________________

NIET 12 of 2024-25 of EE/PWD/APDD Page 13


SECTION - B
FORM- III
STRUCTURE AND ORGANISATION

A.1 Name of applicant :

A.2 Office Address :

Telephone No. and Cell Phone No. :

Fax No. :
E mail :

A.3 Details of Bank Accounts

i) Name of Bank :
ii) Name of Branch and Address with Phone No. :

iii) Account No. :

iv) MICR No. :


v) IFSC Code :

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 made.

NIET 12 of 2024-25 of EE/PWD/APDD Page 14


SECTION – B
FORM – V
EXPERIENCE PROFILE
Name of the Firm:

D.1 LIST OF PROJECTS COMPLETED THAT ARE SIMILAR IN NATURE TO THE WORKS HAVING MORE THAN 40% OF THE PROJECT COST EXECUTED DURING THE LAST
FIVE YEARS.

Name of Name, Name of Contract price Percentage of Original Date of Original Date of Actual Date of Actual Date of Reasons for
Employer Location & Consulting in Indian `. Participation of start of work completion of starting the completion of delay in
nature of work Engineer company work work work completion (if
responsible for any)
supervision

Note: a) Certificate from the Employers to be attached


b) Non-disclosure of any information in the Schedule will result in disqualification of the firm

Signature of applicant including title


and capacity in which application is made.
SECTION – C

Special terms and conditions

B.1 General :

Unless otherwise stipulated all the works are to be done as per general conditions and general specifications as mentioned in—
‗Departmental Schedule‘, which means the P.W.D. (W.B) Schedule of rates Volume-I w.e.f 1st November‘2017 including 15th corrigendum
w.e.f 21.10.2022 , Vol-II w.e.f 1st November‘2017 including 7th corrigendum w.e.f 22.01.2020 & Volume-III w.e.f 30th August ,2018
including 10th corrigendum w.e.f 24.08.2022 if any, issued by the Combined Schedule Committee, PWD, Govt. of West Bengal.

The contractor will arrange land for installation of his Plants and Machineries, his godown, stackyard, 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.

B.2 Use of Government Land:

Before using any space in Government land for any purpose whatsoever, approval of the Engineer-in-charge will be required.
Departmental land, if available and if applied for, may be spared for the purpose on usual charges as fixed by the 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.

B.3 Realization of Departmental claims:

Any some 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.

B.4 Compliance of different Acts:

The contractor shall comply with the provisions of the Apprentices Act, 1961, Minimum Wages Act, 1848. Contact Labour
(Regulation and Abolition) Act 1970 and the rules and orders issued hereunder from time to time. If he fails to do so, Engineer in-
Charge or Executive Engineer of the concern Division of P.W. 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.

B.5 Defect Liability PERIOD: CONDITIONS OF CONTRACT:-

If the contractor or his workmen or servants or authorized representatives shall break, deface, injure, or destroy
any part of building, in which they may be working, or any building, road, road-curbs, fence, enclosure, water
pipes, cables, drains, electric or telephone posts or wire, tress, grass or grassland or cultivated ground contiguous
to the premises, on which the work or any part of it being executed , or if any damage shall happen to the work
from any cause whatsoever or any imperfection become apparent in it at any time whether during its execution or
within a period of completion of work as per completion certificate issued by the Engineer-in-Charge, the
contractor shall make the same good at his own expense, or in default, the Engineer-in Charge may cause the
same to be made good by other workmen and deduct the expense {of which the certificate of the Engineer-in-
Charge shall be final and binding on all concerned} from any sums. whether under this contract or otherwise, that
may be then, or at any times thereafter become due to the contractor from the government or from his security
deposit, either full, or of a sufficient portion thereof and if the cost, in the opinion of the Engineer-in-Charge
{which opinion shall be final and conclusive against the contractor}, of making such damage or imperfection good
shall exceed the amount of such security deposit and/or such sums, it shall be law full for the Government to
recover the excess cost from the contractor in accordance with the procedure prescribed by any law for the time
being in force.

PRECAUTIONS FOR SAFE GUARDING THE ENVIRONMENT

(i) The contractor shall take all precautions for safeguarding the environment during the course of the construction
works. They shall abide by all laws, rules and regulations in force governing pollution and environmental protection
that are applicable in the area where the works are situated.

(iii) The contractor shall not use or generate any material in the works which is hazardous to the health of person,
animals or vegetation. Where some substance which can cause injury to the health of workers, the firms shall
provide protective clothing or appliances to their workers.

Utility Services of different department and local Municipalities / Panchayet which fall in the proposed scheme will be
shifted by the concern utility departments for which the selected contractor will make their programme of works having
parity with those departments from time to time in consultation with the department.

All tenderers are hereby cautioned that conditional offers or deviation from the conditions of contract or other requirements
stipulated in these tender documents shall be summarily rejected as non-responsive and shall not be considered further in
tender evaluation.

Agency shall not be allowed to sublet any part of the work without prior written consent of Employer / Engineer-in-charge.

** (N.B. In case of any bandh or any Unscheduled Holiday on the aforesaid date of opening of Technical Bid, the next
working date will be treated as scheduled/prescribed date for the purpose.)

Sd/-
(P.K. Halder)
Executive Engineer, P.W.D.
Alipurduar Division,
Alipurduar

You might also like