27
GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING Memo No.: 11-1/200 Dated: 22/02/2021 WBPWD/JHD/EE/eNIQ-09/2020-21 (Through Prequalification) The Executive Engineer, Jalpaiguri Highway Division, Nayabasti, Jalpaiguri invites e-Quotation for the work detailed in the table below. Sl. No. Name of the work Total Heads Earnest Money (Rs.) Cost of Tender Documents Time Period of Completion Eligibility of Bidders to Submit Tender Name of the Concerned Sub Division 1. Providing of Security guards for Jalpaiguri Highway Division in the district of Jalpaiguri during the year 2020- 21. 16 40000/- For Participation in e-tender no cost for tender Docs. Required 12 (twelve) months Registered, Resourceful, reliable and experienced Security Agencies having EPF and ESI registration Jalpaiguri/Dhupguri/ Mal Highway Sub- Division 1. In the event of e-filling, intending bidder may download the tender documents from the website: http://etender.wb.nic.in directly with the help of Digital Signature Certificate and lump-sum drawn in favour of “Executive Engineer, Jalpaiguri Highway Division, P.W.(Roads) Directorate payable at Jalpaiguri (Follow the procedure as mentioned in Memo No. 3975- F(Y) Dt. 28/07/2016 of Finance Department which is furnished below).. a) He will select the tender to bid and initiate payment of pre- defined EMD/Tender fees for that tender by selecting from either of the following payment modes: (i) Net Banking (any of the listed bank in the ICICI Bank payment Gateway) in case of payment through ICICI Bank Payment Gateway (ii) RTGS/NEFT is case of offline payment through bank account in any bank. b) No quotation will be entertained without any earnest money. c) Balance amount of earnest money (2% of the total amount applicable for a period of one year) as will be mentioned in the work order shall have to be deposited in the form of Demand Draft/bankers Cheque at the time of executing formal agreement in favour of “Executive Engineer, Jalpaiguri Highway Division, P.W.(Roads) Directorate payable at Jalpaiguri. d) The entire earnest money of the successful Quotationers shall be converted in to security deposit. 2. The successful Quotationers will have to execute a tender agreement on WBF No. 2911(ii) as applicable by purchasing the Documents in triplicate from this office and in proforma along with other document within 7 (Seven) days from the date of issue of letter of acceptance GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER JALPAIGURI HIGHWAY DIVISION PUBLIC WORKS (ROADS) DIRECTORATE NAYABASTI, JALPAIGURI, DIST-JALPAIGURI,PIN:735101 PHONE & FAX NO:- (03561) 230263, (03561) 229022 e-mail: [email protected] f¢ÕQjh‰ plL¡l ¢ehÑ¡q£ h¡Ù¹ ¥L¡ll L¡kÑ¡mu Smf¡C…¢s EµQ psL i¥¢š² f§aÑ (psL) A¢dL¡l eu¡h¢Ù¹, Smf¡C…¢s, ¢fe L¡X: 735101 c§li¡p J gÉ¡„ :- (03561) 230263, (03561) 229022 C-jm:- [email protected] NOTICE INVITING ELECTRONIC QUOTATION No. 09 OF 202021 OF THE EXECUTIVE ENGINEER, JALPAIGURI HIGHWAY DIVISION, NAYABASTI, JALPAIGURI.

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

  • Upload
    others

  • View
    14

  • Download
    0

Embed Size (px)

Citation preview

Page 1: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

Memo No.: 11-1/200 Dated: 22/02/2021

WBPWD/JHD/EE/eNIQ-09/2020-21

(Through Prequalification)

The Executive Engineer, Jalpaiguri Highway Division, Nayabasti, Jalpaiguri invites e-Quotation for

the work detailed in the table below.

Sl.

No.

Name of the work

Total

Heads

Earnest

Money

(Rs.)

Cost of Tender

Documents

Time Period

of Completion

Eligibility of

Bidders to

Submit Tender

Name of

the Concerned

Sub Division

1.

Providing of Security

guards for Jalpaiguri

Highway Division in the

district of Jalpaiguri

during the year 2020-

21.

16

40000/-

For

Participation

in e-tender no

cost for

tender Docs.

Required

12 (twelve)

months

Registered,

Resourceful,

reliable and

experienced

Security

Agencies

having EPF and

ESI registration

Jalpaiguri/Dhupguri/

Mal Highway Sub-

Division

1. In the event of e-filling, intending bidder may download the tender documents from the

website: http://etender.wb.nic.in directly with the help of Digital Signature Certificate and

lump-sum drawn in favour of “Executive Engineer, Jalpaiguri Highway Division,

P.W.(Roads) Directorate payable at Jalpaiguri (Follow the procedure as mentioned in

Memo No. 3975- F(Y) Dt. 28/07/2016 of Finance Department which is furnished below)..

a) He will select the tender to bid and initiate payment of pre- defined EMD/Tender fees for that

tender by selecting from either of the following payment modes:

(i) Net Banking (any of the listed bank in the ICICI Bank payment Gateway) in case

of payment through ICICI Bank Payment Gateway

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

b) No quotation will be entertained without any earnest money.

c) Balance amount of earnest money (2% of the total amount applicable for a period of one

year) as will be mentioned in the work order shall have to be deposited in the form of Demand

Draft/bankers Cheque at the time of executing formal agreement in favour of “Executive

Engineer, Jalpaiguri Highway Division, P.W.(Roads) Directorate payable at Jalpaiguri.

d) The entire earnest money of the successful Quotationers shall be converted in to security

deposit.

2. The successful Quotationers will have to execute a tender agreement on WBF No. 2911(ii) as

applicable by purchasing the Documents in triplicate from this office and in proforma along

with other document within 7 (Seven) days from the date of issue of letter of acceptance

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER JALPAIGURI HIGHWAY DIVISION PUBLIC WORKS (ROADS) DIRECTORATE NAYABASTI, JALPAIGURI, DIST-JALPAIGURI,PIN:735101 PHONE & FAX NO:- (03561) 230263, (03561) 229022 e-mail: [email protected]

f¢ÕQjh‰ plL¡l

¢ehÑ¡q£ h¡Ù¹¥L¡ll L¡kÑ¡mu

Smf¡C…¢s EµQ psL i¥¢š²

f§aÑ (psL) A¢dL¡l

eu¡h¢Ù¹, Smf¡C…¢s, ¢fe L¡X: 735101

c§li¡p J gÉ¡„ :- (03561) 230263, (03561) 229022

C-jm:- [email protected]

NOTICE INVITING ELECTRONIC QUOTATION No. 09 OF 2020–21 OF THE

EXECUTIVE ENGINEER, JALPAIGURI HIGHWAY DIVISION, NAYABASTI, JALPAIGURI.

Page 2: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

failing which the quotation will be treated as cancelled. Cost of each set of tender documents

will be as per govt. rule.

3.

Payment Procedure:

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

(i) On selection of net banking as the payment mode, the bidder will be directed to

ICICI Bank Payment Gateway webpage (along with a string containing a Unique

ID) where he will select the Bank through which he wants to do the transaction.

(ii) Bidder will make the payment after entering his Unique ID and password of the

bank to process the transaction.

(iii) Bidder will receive a confirmation message regarding success/failure of the

transaction.

(iv) If the transaction is successful, the amount paid by the bidder will get credited in

the respective Pooling account of the State Government Office/PSU/Autonomous

Body/Local Body/PRIs, etc. maintained with the Focal Point Branch of ICICI Bank

at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees.

(v) If the transaction is failure, the bidder will again try for payment by going back to

the first step.

(b) Payment through RTGS/NEFT

(i) On selection of RTGS/NEFT as the payment mode, the e-Procurement portal will

show a pre-filled challan having the details to process RTGS/NEFT transaction.

(ii) The bidder will print the challan and use the pre-filled information to make

RTGS/NEFT payment using his Bank account.

(iii) Once payment is made, the bidder will come back to the e-Procurement portal after

expiry of a reasonable time to enable the NEFT/RTGS process to complete, in

order to verify the payment made and continue the bidding process.

(iv) If verification is successful, the fund will get credited to the r4espective Pooling

account of the State Government/PSU/Autonomous Body/Local Body/PRIs, etc.

maintained with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road,

Kolkata for collection of EMD/Tender Fees.

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

(vi) But if the payment verification is unsuccessful, the amount will be returned to the

bidder‟s account.

Refund / settlement process of EMD [ as per order no- 3975-F(Y) Dated-28/07/2016 of Finance Dept ,

Govt of W.B.]

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

electronic processing in the e-procurement portal of the State Government, the tender inviting authority

will declare the portal of bids as successful or unsuccessful which will be made available, along with

the details of the unsuccessful bidders, to ICICI Bank by the e-procurement portal through web

services.

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

automated process, the EMD of the bidders disqualified at the technical evaluation to the respective

bidders‟ bank accounts from which they made the payment transaction. Such refund will take place

within T+2 Bank Working Days where T will mean the date on which information on rejection of bids

is uploaded to the e-procurement portal by the tender inviting authority.

iii. Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of the

technically qualified bidders other than that of the L1 and L2 bidders will be refunded, through an

Page 3: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

automated process, to the respective bidders‟ bank accounts from which they made the payment

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

which information on rejection of financial bid is uploaded to the e-procurement portal by the tender

inviting authority. However, the l2 bidder should not be rejected till the LOI process successful.

iv. If the L1 bidder accepts the LOI and the same is processed electronically in the e-procurement portal,

EMD of the L2bidder will be refunded through an automated process, to his bank account from which

he made the payment transaction. Such refund will take place within T+2 Bank Working Days where T

will mean the date on which information on Award of Contract (AOC) to the L1 bidder is uploaded to

the e-procurement portal by the tender inviting authority.

v. As soon as the L1 bidder is awarded the contract (AOC) and the same is processed electronically in the

e-Procurement portal-

a) EMD of the L1 bidder for tenders of State Government offices will automatically get transferred

from the pooling account to the State Government deposit head “8443-00-103-001-07” through

GRIPS along with the bank particulars of the L1 bidder.

b) EMD of the L1 bidder for tenders of the State PSUs/Autonomous Bodies/Local Bodies/PRIs, etc

will automatically get transferred from the pooling account to their respective linked bank accounts

along with the bank particulars of the L1 bidder.

In both the above cases, such transfer will take place within T+1 Bank working Days where T will

mean the date on which the Award of Contract (AOC) is issued.

vi. The Bank will share the details of the GRN No. generated on successful entry in GRIPS with the E-

Procurement portal for updating.

vii. Once the EMD of the L1 bidder is transferred in the manner mentioned above, Tender fees, if any,

deposited by the bidders will be transferred electronically from the pooling account to the Government

revenue receipt head “0070-60-800-013-27” through GRIPS for Government tenders and to the

respective linked bank accounts for State PSU/Autonomous Body/Local Body/PRIs, etc tenders.

All refunds will be made mandatorily to the Bank A/c from which the payment of EMD & Tender Fees (if

any) were initiated 4. Both Technical document and Financial Bid are to be submitted in technical (Statutory& Non-

Statutory) and financial folder concurrently duly digitally signed in the website:

http://etender.wb.nic.in

5. The Technical document and Financial Bid should be submitted online on or before the date

indicated below.

6. The FINANCIAL OFFER of the prospective quotationers will be considered only if the

TECHNICAL Document of the tenderer found qualified by the Executive Engineer, Jalpaiguri

Highway Division. The decision of the Executive Engineer, Jalpaiguri Highway Division will

be final and absolute in this respect. The both list of Qualified Quotationers will be displayed

in the website and also in the Notice Board of the office of the Executive Engineer, Jalpaiguri

Highway Division on the scheduled date and time.

7. Eligibility criteria for participation in the Quotation.

i. The prospective quotationers should have the credential for providing security

services to a Govt. Dept./ Public sector satisfactorily completed during the last

3(three) years from the date of issue of this Notice. They should posses up-to-date

and valid documents as mentioned above[Non-statuory Documents].

N.B.: Completion certificate should contain a) Name of work , (b) Name of Client,

(c) Amount put to tender, (d) Schedule month and year of commencement

Page 4: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

and completion as per work order (e) actual month and year of completion

(f) Value of work done actually executed. ,

successful quotationer get latest Minimum wages as fixed by Labour

Department in West Bengal for Unskilled Labour w.e.f. 1st Januaru,

2021 to June 30, 2021 and enhanced time to time shall have to be paid by

the agency to the guards engaged by him including EPF, ESI, Bonus etc.

Quotationer should quote their rate including GST and their agency charge

also. Rate analysis with minimum wages, ESI, EPF, Bonus component

& GST etc. should be place in separate as quoted in BOQ. As per rule

rate quoted below the minimum wage not be entertained. Quotationer

should keep this in mind before quoting their rate. ii. Valid up-to-date (20-21) clearance of Income Tax return /Professional Tax

Clearance Certificate/ P.T.(Deposit Challan) / Pan Card /GST Registration

Certificate/ Valid and up-to-date labour License/Permit of Govt. of W.B. for

security service/ Trade License/ E.S.I. Registration Certificate/ E.M.D./ E.P.F. Registration Certificate/ Credential certificate issued by the

concerned authority for similar nature of work/ Partnership deed in case of

partnership firm / Voter ID Card for self identification to be accompanied

with the Technical documents [Non statutory Documents] Income Tax

Acknowledgement Receipt for latest assessment year to be submitted. [Non-

statutory Documents]

iii. Declaration regarding Structure and Organization duly digitally signed by

the applicant to be submitted along with application.

8. Joint venture will not be allowed to participate in the above NIQ.

9. A prospective quotationer shall be allowed to participate in a single 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

10. Where there is a discrepancy between the unit rate & the line item total resulting from

multiplying the unit rate by the quantity, the unit rate quoted shall govern. The

participating Quotationers is required to quote his rate both in figures and in words in

clusive of all charges per day per head of guard only in the respective columns of

the BOQ. Subsequent claim of any kind or any other account will not be entertained.

11. Prevailing safety norms has to be followed so that LTI (Loss of time due to injury) is

zero.

12. No mobilization /secured advance will be allowed.

13. THE AGENCY ENGAGED FOR THIS W ORK W ILL HAVE TO MAINTAIN

A REGULAR CONTACT W ITH THE ASSISTANT ENGINEERS CONCERNED

and holds discussion with him regarding performance and attendance of the guards time

to time.

14. The security agency will not allow anyone to enter the Office premises beyond the

Office hours and on any holiday without specific permission from the concern Assistant

Engineer.

15. The Security guards will not allow any machinery or any materials to move outside of

the premises without written permission or gate pass from the concern Assistant

Engineer.

16. In connection with the work, Arbitration will not be allowed. The Clause No. 25 of

2911(ii) is to be considered as deleted clause vide gazette notification no 558/SPW 13th

December, 2011.

17. Bids shall remain valid for a period not less than 120 (One hundred twenty) days after

the deadline date for Financial Bid submission. Bid valid for a shorter period shall be

rejected by the Executive Engineer, Jalpaiguri Highway Division as non-responsive.

18. The tender for the works invited in this NIQ are urgent and shall have to be completed

during stipulated time as per NIQ.

Page 5: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

19A:- Important information Date & Time schedule

Sl.

No. Particulars Date & Time

1. Date of uploading of N.I.Q. Documents online

(Publishing Date)

01/03/2021 At 04.00 P.M

2. Documents download/sell start date (Online) 01/03/2021 from 04.30 P.M

3. Documents download/sell end date (Online)

15/03/2021 up to 5.00 P.M

4. Bid Proposal Submission Start Date (On Line)

01/03/2021 from 05:00 P.M

5. Bid proposal submission end date (Online) 15/03/2021 up to 5.00 P.M

6. Bid opening date for Technical evaluation (Online)

18/03/2021 after 11.30 A..M

8. Date of uploading list for Technically Qualified

Bidder(online) After opening of Technical

Evaluation.

9. Date & Place for opening of Financial Proposal (Online)

To be communicated later

Office of the Executive

Engineer, Jalpaiguri Highway

Division, Nayabasti, Jalpaiguri

19B. LOCATION OF CRITICAL EVENT

Bid Opening

Office of the Executive Engineer

Jalpaiguri Highway Division

Nayabasti, Jalpaiguri

20. 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 as per prevailing

Govt. rule 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. No interest would be paid on the Security Deposit.

21. All Bidders are requested to present in the Office of the Executive Engineer, Jalpaiguri

Highway Division, Nayabasti ,Jalpaiguri during opening the financial bid Executive

Engineer, Jalpaiguri Highway Division, Nayabasti, Jalpaiguri 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

Quotationer will be entertained in the Bid further.

22. Site of work and necessary charges may be handed over to the agency phase wise. No claim in

this regards will be entertained.

Page 6: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

23. Earnest Money: The amount of Earnest Money will be @ 2% (two percent) of the total

quoted amount put to tender by the quotationer for a period of one year. The amount of

Earnest money for each work is indicated in the work details Earnest money for each work

shall be deposited through the online payment mode as mentioned details earlier in

the Item no- 1 (a) & (c).

24. 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 enter in to a contract for the work as mentioned in the Notice Inviting Quotation,

before submitting offer with full satisfaction, the cost of visiting the site shall be at his own

expense.

25. 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

Executive Engineer, Jalpaiguri Highway Division, Nayabasti, Jalpaiguri 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.

26. Prospective applicants are advised to note carefully the minimum qualification criteria as

mentioned in „Instructions to Bidders‟ before tendering the bids.

27. Conditional/ Incomplete quotation will not be accepted.

28. The intending quotationer is required to quote the rate online only.

29. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation

Abolition) Act, 1970 (b) ApprenticeAct.1961 and(c) minimum wages Act. 1948 of the

notification there of or any other laws relating thereto and the rules made and order issued

there under from time to time.

30. Guiding schedule of rates :

For Security guards: Schedule of rates of Labour Directorate, Govt. of W.B.

minimum wages with effect as on 01.01.2021. along with up-to-date corrigenda

and addenda to be applicable on the date of issue of this notice.

31. 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 Executive Engineer, Jalpaiguri Highway Division, Nayabasti, Jalpaiguri reserves the right

to cancel the N.I.Q. due to unavoidable circumstances and no claim in this respect will be

entertained.

32. In case there be any objection regarding pre-qualification, that should be lodged to the

Executive Engineer, Jalpaiguri Highway Division, Nayabasti, Jalpaiguri ,within 1(One ) days

from the date of publication of list of qualified agencies and beyond that time schedule no

objection will be entertained by the Executive Engineer, Jalpaiguri Highway Division,

Nayabasti, Jalpaiguri .

33. Before issuance of the WORK ORDER, the tender inviting authority may verify the credential

and other documents of the lowest quotationer if necessary. After verification if it is found

that the documents submitted by the lowest quotationer is either manufactured or false in that

case work order will not be issued in favour of the said quotationer under any circumstances.

34. If any discrepancy arises between two similar clauses on different notification, the clause as

stated in later notification will supersede former one in following sequence.

i) Form No. 2911(ii).

ii) NIT

Page 7: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

iii) Special terms & conditions.

iv) Technical Bid.

v) Financial Bid

35. Qualification criteria.

The tender inviting & Accepting Authority will determine the eligibility of each bidder, the

bidders shall have to meet all the minimum 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 digitally signed

documents in support of the minimum criteria as mentioned in a, b, c above. 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.

Executive Engineer

Jalpaiguri Highway Division

Jalpaiguri

Memo No: 11-1/200/1(15) Date: 22/02/2021 Copy forwarded for information and wide circulation to:

(1) The Sabhadhipati, Jalpaiguri Zilla Parishad for information.

(2) The M.L.A, Jalpaiguri/Dhupguri/Mal/Maynaguri Constituency for information

(3) The District Magistrate, Jalpaiguri for her information

(4) The Superintending Engineer, North Bengal Highway Circle, Saktigarh, Siliguri for favour of his kind

information.

(5) The Executive Engineer, Jalpaiguri Division, P.W.D., Jalpaiguri for information.

(6) The Assistant Engineer, Jalpaiguri Highway Sub-division, Jalpaiguri for information.

(7) The Assistant Engineer, Dhupguri Highway Sub-division, Jalpaiguri for information.

(8) The Assistant Engineer, Mal Highway Sub-division, Jalpaiguri for information

(9) The Secretary, Contractors‟ Association, Jalpaiguri for information.

(10) The Secretary, Engineers‟ Co-operative Association, Jalpaiguri for information.

(11) The Secretary, Labour Co-operative Association, Jalpaiguri for information.

(12) The Estimator, Jalpaiguri Highway Division for information.

(13) The Divisional Accountant, Jalpaiguri Highway Division for information.

(14) The Divisional Cashier, Jalpaiguri Highway Division for information.

(15) This Office Notice Board.

Executive Engineer

Jalpaiguri Highway Division

Jalpaiguri

Page 8: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

INSTRUCTION TO BIDDERS

SECTION–A

(1) General guidance for e-Tendering Instructions/Guide lines 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 Bidder DSC is given as a USB e- Token.

4. The contractor can search & down load NIQ & Tender Documents electronically from computer

once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This

is the only mode of collection of Tender Documents.

.

5. Submission of Tenders:

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 in to non readable formats).

A. Technical proposal

The Technical proposal should contain scanned copies of the following in two covers (folders).

A1. Statutory Cover/ Technical file Containing

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

ii. Demand Draft/ Banker‟ Cheque towards cost of tender documents as prescribed in the

NIT, against each serial of work in favour of Executive Engineer concerned with the

work. Ministry of Labour Department Registration certificate (uptodate renewal)

iii. towards earnest money (EMD) as prescribed in the NIT against each of the serial of

work in favour of the Executive Engineer, Jalpaiguri Highway Division, Nayabasti,

Jalpaiguri.

iv. Tender form No. 2911(ii) & NIT (Properly upload the same Digitally Signed). In case

quoting any rate in 2911(ii) the tender is liable to be summarily rejected).

v. Special Terms, condition & specification of works.

Financial Proposal (in cover folder)

A2. The rate will be quoted in the BOQ. Quoted rate will be encrypted in the B.O.Q. under

Financial Bid.

Page 9: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

B. Non statutory / Technical Documents

i. Professional Tax (PT) deposit receipt Challan for the financial year 2020-2021,Pan

Card, ESI/EPF registration and deposit receipt Challan for the financial year 2019-

2020, IT Return for the Assessment year 2019-20, GST Registration Certificate.

ii. Registration Certificate under Company Act. ( if any). Ministry of Labour Department

Registration certificate (uptodate renewal)

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

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

v. Current Year No objection Certificate issued by the Assistant Register of Co-Op(S)

(ARCS). Valid bye laws are to be submitted by the Registered labour Co-Op(S),

Engineers‟ Co. - Opt. (S).

.

vi. Credential for completion of at least one similar nature of work under the authority of

State/Central Govt./PSU having a magnitude of 40(Forty) percent of the quoted total

amount put to tender during the last 3(three) years prior to the date of issue of this NIQ

is to be furnished. (Ref. Cl. No. 7(i) of this NIQ (Section – B, Form – V). Scanned copy

of Original Credential Certificate as stated in 7(i) of NIQ.

Note: Failure of submission of any of the above mentioned documents (as stated in A1, A2

&B) will render the tender liable to summarily rejected for both statutory & non statutory

cover.

Page 10: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

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

IN THE FOLLOWING MANNER

Click the checkboxes beside the necessary documents in the My Document list and then click the tab

“Submit Non Statutory Documents‟ to send the selected documents to Non-Statutory folder. Next

Click the tab“Click to Encrypt and upload” and then click the “Technical” Folder to upload the

Technical Documents.

Sl.

No.

Category Name

Sub Category

Description

Details

A.

CERTIFICATES

CERTIFICATES 1GST Registration certificate.

2. PAN

3. P. Tax (Challan) (2020-21)

4. Latest IT Receipt

5. IT-Return for Assessment year 2020-

21

B. Company Details Company Details –I

1. Proprietorship Firm (Trade License) .

2. Partnership Firm (Partnership Deed,

Trade License)

3. LTD Company (Incorporation

certificate, Trade License)

4. Society (Society Registration copy,

Trade License), Ministry of Labour

Department Registration certificate

(uptodate renewal)

5. Power of attorney

C. . Credential

Credential 1 1. Similar nature of work done

& completion certificate which is

applicable for eligibility in this

quotation.

D.

Man Power Skilled Supervisor Structures & Organization (As per NIQ)

A. Tender evaluation by the Executive Engineer, Jalpaiguri Highway Division, Nayabasti, and

Jalpaiguri.

i. Opening of Technical proposal: -Technical proposals will be opened by the Executive

Engineer, Jalpaiguri Highway Division, Nayabasti, Jalpaiguri P.W.(Roads) Directorate

and his authorized representative electronically from the web site stated using their

Digital Signature Certificate.

ii. Intending Quotationer may remain present if they so desire.

iii. Cover (folder) statutory documents (vide Cl. No. 6-A1) should be open first & if found

in order, cover (Folder) for non statutory documents (vide Cl. No. –6-A2) will be

opened. If there is any deficiency in the statutory documents the quotation will

summarily be rejected.

iv. Decrypted (transformed in to readable formats) documents of the non statutory cover

will be downloaded by the Executive Engineer, Jalpaiguri Highway Division,

Nayabasti, Jalpaiguri.

v. Uploading of summary list of technically qualified Quotationers.

vi. Pursuant to scrutiny & decision of the Executive Engineer, Jalpaiguri Highway

Division, Nayabasti, Jalpaiguri, the summary list of eligible tenders & the serial

number of work for which their proposal will be considered will be uploaded in the

web portals.

Page 11: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

vii. While evaluation the Executive Engineer, Jalpaiguri Highway Division, Nayabasti

,Jalpaiguri, may summon of the tenders & seek clarification / information or additional

documents or original hard copy of any of the documents already submitted & if these

are not produced within the stipulated time frame, their proposals will be liable for

rejection.

A.2. 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 PAR) online through computer in the space marked for quoting rate

in the BOQ.

ii. Only down loaded copies of the above documents are to be uploaded virus scanned &

Digitally Signed by the contractor.

6. Penalty for suppression /distortion of facts: 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 Executive Engineer, Jalpaiguri Highway Division, Nayabasti

,Jalpaiguri , 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. 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 whose 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(ii) will incorporate

all agreements between the Tender Accepting Authority and the successful Bidder.

Executive Engineer

Jalpaiguri Highway Division

Page 12: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

SECTION– B

FORM-I

PRE-QUALIFICATIONAPPLICATION

To

The Executive Engineer,

Jalpaiguri Highway Division

Nayabasti,Jalpaiguri,

Ref:-

Tender for …………………………. ………………………………. (Name of work)

……………………………………………………………………………………………………………

……………………………

……………………………………………………………………………… [N.IQ. No -----------------

of 2020-2021 of E.E.JHD, P.W(R).D.]

Dear Sir,

Having examined the pre-qualification documents (N.I.Q. & 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;

Encl:

(1) Prescribed forms duly filled induplicate

Signature of applicant including title

(2) Evidence of authority to sign. and capacity in

which application is

(3) Latest brochures.

Date:

Page 13: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

SECTION– B

FORM-III

STRUCTUREAND ORGANISATION

A. 1. Name of Applicant (Firm):

Office Address:

Telephone No. :

Mobile No. :

Fax No. :

A. 2. Office Address

Telephone No. :

Mobile No. :

Fax No. :

E-mail id :

A. 3.Name and address of Bankers. :

A. 4. Attach an organization chart showing: Structure of the company with names of Key personnel

and Skilled Supervisor with Bio-data.

Page 14: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

SECTION-B

FORM-V

EXPERIENCE PROFILE

LIST OF WORKS COMPLETED WHICH ARE SIMILAR IN NATURE AND EXECUTED

DURING THE LAST TWO YEARS IN ANY GOVT. DEPARTMENT / GOVT. UNDERTAKING

/STATUTORY BODY UP TO A VALUE OF 40% OF THE ESTIMATED VALUE PUT TO

QUOTATION.

Name of

Employer

Name,

Location

&

nature of

work

Contract

price in

Indian

Rs.

Original

date

of start

of

work

Original

date

of

completion

of work

Actual

date

of

starting

the work

Actual

date

of

completion

the work

Reasons

for

delay in

completion

(if any)

Note :

a) Certificate from the Employers to be attached.

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

c) No quotation will be deemed to the fit for consideration unless the quotation documents are

fully and completely filled in. All information that may be asked from a quotationer must be

unequivocally furnished. Any quotation which is incomplete or does not comply with the

prescribed conditions or stipulations laid down hereinto rejection at the time of opening or

during subsequent scrutiny. Quotation received with conditional rate will be liable to rejection

at the time of opening.

d) Canvassing in connection with the quotation is strictly prohibited and a quotationer who resorts

to this will render his quotation liable to rejection. e) No alteration shall be permitted to be

made by the quotationer in any quotation after its submission.

QUOTATION FOUND TO HAVE SUBMITTED UNDER FALSE NAME:

When a Contractor, whose quotation has been accepted under a given name, is subsequently

discovered to have given a false name, his contract may at the discretion of the Authority accepting the

quotation be annulled his Security Deposit will be forfeited.

Signature and address

of the Quotationer

Signature of Quotation

Accepting Authority

Page 15: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

Annexure-A

Bidders should be quoted their rate according to the proforma and service charge for security

guard per head per month as per his choice

Service

charge

as per

head per

month

(Agency

to Quote

their

rate) Rs.

Minimum

wage per

head per

month

Rs. P (As

per

Latest

Govt.

order)

EPF,

13% on

Minimum

wages per

head per

month.

Rs. P

ESI,

3.25% on

Minimum

wages per

head per

month.

Rs. P

BONUS,

8.33% on

Minimum

wages per

head per

month.

Rs. P

GST 18%

on total

amount

(Minimum

wages

+Service

Charge+

EPF+

ESI+

Bonus)

TOTAL

AMOUNT

TOTAL

AMOUNT

In Words

8780.00 1141.40 285.35 731.37

This statement should be followed by the authorized bidder with duly signed by the bidders strictly.

Executive Engineer

Jalpaiguri Highway Division

Page 16: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

SECTION — 3

Special terms and conditions GENERAL:

1) The authority will have every right to pay surprise visit to check up the duty of security Guard

at any time.

2) The persons engaged for duty will have to wear same uniform and Identity card for

identification promptly. Uniform will have to be supplied by the quotationer for which no

additional allowance or charges will be entertained.

3) The duty Roaster of the persons to be engaged for guarding will have to be finalized by the

concerned Assistant Engineers even in cases of every change of duties.

4) No claim will be entertained for the permanent service of the guards engaged and the

concerned authority shall not remain responsible in any liabilities or complication arises from

the guards.

5) The concerned departmental authority shall not be responsible to supply rain

coat/umbrella/Torch and Cells and lantern with kerosene oil if required. The same are to be

supplied by the quotationer and the cost thereof to be considered in the rate quoted by the

quotationer.

6) The concerned departmental authority shall not responsible to compensate or otherwise liable in

any manner what so-ever for an injury and/or death of security guards while on duty.

7) Before taking over the charges of duties the guard will have to check up all the lock and keys of

the Bungalow Compound etc. and then handing over and taking over the charges will be signed

by both the parties concerned.

8) In case of exigencies and when the situation requires supply of additional guards will have to be

made available at the same rate as accepted on requisition.

9) Immediately after receiving the work order, the agency (for guarding) must submit to the

Assistant Engineer concerned a list showing the name, signature (L.T.I.), passport size

photograph in duplicate of security guards duly attested by him well in time. If any change is

made subsequently by the contractor the change (in name, signature etc.) is also be intimated to

Assistant Engineer as and when such change is made. The identity of each guard shall have to

be intimated to the Assistant Engineer.

10) An inventory of valuable movable articles installed in Bungalow Compound, offices and Stack

yard shall be maintained by the agency which shall be kept in the Assistant Engineer‟s/Sub-

Assistant Engineer‟s room. The agency shall take the responsibility of safe guarding all such

articles. The agency will be fully responsible for any losses, shortages, damages, pilferage of

Govt. property and the cost of the same as fixed by the undersigned will recovered from bill(s)

& security deposit of the agency.

11) An amount equal to 10% (Ten percent) of the monthly bill value will be deducted as security

deposit, till completion of the contract. The entire security deposit will be refunded after three

month of satisfactory completion of contract on suitable application.

12) The agency will keep itself ready to take up the work within seven (7) days from the date of

issue of Work -Order or from any other special date as will be mentioned.

13) The agency will not be entitled to withdraw the agreement without serving a notice of

withdrawal to the undersigned prior to 2 months.

14) The undersigned reserves the right to terminate the agreement any time without assigning any

reason what so ever even by forfeiting the security deposit.

15) The agency will have to take immediate redressal measure on receipt of any intimation from

the authorized representative of the undersigned as to the irregular/improper performance of

duties by the Guard failing which action will be taken by the undersigned as per condition of

contract.

Page 17: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

16) a) For payment of the services rendered, the successful quotationioner shall furnish the

monthly acquaintance roll of the payment of wages to the guards made by him to the

concerned Assistant Engineer along with the Bill in triplicate in WBF No. 24 on monthly basis.

b) Payment to the agency shall be made as per availability of the fund.

c) Statutory Deduction as applicable shall be made from the bill of the agency.

The undersigned reserves the right to reject any quotation even lowest one without assigning

any reason.

17) All quotationers are requested to be present personally during opening of quotation positively.

TERMS & CONDITIONS IN ORDER TO PRECEDENCE:

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:

a) Financial Bid

b) Technical Bid

c) Special terms and conditions

d) Notice Inviting e- Quotation

e) Printed Tender Form, i.e. W.B.F. 2911(ii) /W.B.F. 2908

All works covered in the clause appearing herein after shall be deemed to form a part of the

appropriate item or items of works appearing in the schedule whether specifically mentioned in any

clause or not and the rates quoted shall include all such works unless it is otherwise mentioned that

extra payment will be made for particular works.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

Page 18: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

ENGINEER IN CHARGE AND COMMENCEMENT OF WORK :

The word “Engineer-In-Charge” means the Executive Engineer, P.W.(Roads) Directorate of the

concerned Division. The word “Department” appearing anywhere in the tender documents means

P.W. (Roads) Department, Government of West Bengal, who have jurisdiction, administrative or

executive over part of whole of the works forming the subject matter of the tender or contract. The

word “approved”

Appearing any wherein the documents means approved by the Engineer-In-Charge.

CONDITION IN EXTENDED PERIOD :

As Clause 4 of W.B.F.2908 or Clause - 5 of W.B.F.No. 2911 (ii) as the case may be when an

extension of time for completion of work is authorized by the Engineer-In-Charge, it will be taken for

granted 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.

CO-OPERATION AND DAMAGES AND COMPLETION OF WORK:

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/building users and occupants, if any. All arrangements and

programme of work must be adjusted accordingly. All precautions must be taken to guard against

chances of injury or accidents to workers, road users, occupants 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.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

Page 19: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

CONTRACTOR’S SITE OFFICE:

The contractor shall have an office adjacent to the work as may be approved by the Engineer-In-

Charge where all directions and notice of any kind whatsoever which the Engineer-In-Charge or his

representative may desire to give to the contractor in connection with the contract may be left and

same when left at or sent by post to such office or delivered to the Contractor‟s authorized agent or

representative shall be deemed to the sufficiently served upon the contractor.

INCIDENTAL AND OTHER CHARGES:

The cost of all materials, hire charges to Tools and plants, Labour, Corporation/Municipal Fees for

water supply, Royalty or road materials (if any), Electricity and other charges of Municipalities or

statutory 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 Sales Tax (Central and/or State), Income Tax, Octroi Duty/Terminal Tax, Turnover Tax

etc. All other charges for the execution of the complete or finished work or in case of supply of

materials and for carriage to the entire satisfaction of the Engineer-In-charge of the work. No claim

what so ever in this respect will be entertained.

AUTHORISED REPRESENTATIVE OF CONTRACTOR:

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.

a) General day to day management of work

b) To give requisition for Departmental materials, Tools &Plants etc.to receive the same and sign

hand receipts thereof.

c) To attend measurements when taken by the Departmental Officers and sign the records of such

measurements which will be taken of acceptance by the Contractor. The selection of the

authorized 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 Clause9(a),(b) and

(c) which the representative will be authorized for even after first approval, the Executive

Engineer may issue at any subsequent date. Revised directions about such authorized

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 authorized representative. Any notice correspondence etc. issued to the

authorized representative or left at his address, will be deemed to have been issued to the

contractor himself.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

Page 20: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

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 contract or in the manner indicated in Clause 5

of the printed form of W.B.F. No.2911 (ii).

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

Page 21: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

WORK ORDER BOOK:

The contractor shall within seven days of receipt of the order to take up work, supply at his own cost

one Work Order book to Sub-Divisional Officer 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 or his authorized representative.

The Work Order Book shall have machine numbered page sin duplicate directions or instruction from

Departmental officers to be issued to the Contractor will be entered (in duplicate) 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 duplicate page of the Work Order Book for his own record and guidance.

In Case of supplementary items or of claims may not be entertained unless supported by entries in the

Work Order Book or any written order from the Tender Accepting Authority.

The first page of the Work Order Book shall contain the following particulars:

a) Name of the Work ::

b) Reference to contract number ::

c) Contractual rate in percentage ::

d) Date of opening of the Work Order Book ::

e) Name and address of the Contractor ::

f) Signature of the Contractor ::

g) Name &address of the Authorized representative (if any of the contractor authorized by him) ::

h) Specific purpose for which the contractor‟s representatives is authorized to act on behalf of the

Contractor

i) Signature of the authorized representative duly attested by the Contractor

j) Signature of the Sub-Divisional Officer concerned

k) Date of actual completion of work

l) Date of recording final measurement

Entries in (k) & (l) above shall be filled in on completion of the work and before the Work Order Book

is recorded in the office of the Sub- Divisional Officer.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

Page 22: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

SUPPLEMENTARY/ADDITIONAL ITEM OF WORKS:

Notwithstanding the provisions made in the related printed tender Form(if any) any item of the work

Which can be legitimately be considered as not stipulated in the specific schedule of probable items of

work but has become necessary as a reasonable contingent item during actual execution of work will

have to be done by the Contractor if so, directed by the Engineer-In-Charge and the rates will be fixed

with manner as stated below:-

a) Rate of supplementary items shall be analyzed to the maximum extent possible from rates

of the allied items of work appearing in the P.W. (Roads) Department schedule of rates of

probable items of work forming part of tender document.

b) In Case, extra items do not appear in the above Public Works( Roads ) Department (WB)

Schedule of Rates for Road Works , such items for the works shall be paid at the rates

entered in the Public Works Department, Schedule of Rates for the working area.

c) If the rates of the supplementary items cannot be computed even after applications of

clauses stated above, the same shall be determined by analysis from market rates of

material, labour and carriage cost prevailing at the time of execution of such items work.

Profit and overhead charges (both together) at 10% (Ten percent) will be allowed, the

contractual percentage will not be applicable.

d) Black-market rates shall never be allowed.

e) 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.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

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 Office rmay do this

inspection in respect of minor works and issue order regarding the latter item.

WATER AND ENERGY:

The contractor shall have to arrange for their own source of energy for operation of equipments and

machineries, driving 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 \what so ever will have to be borne by the contractor for which no claim will be entertained.

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

Page 23: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

contractor. The cost of transport of labour, materials and all items as aforesaid shall also have to be

borne by the Contractor.

SERVICEABLE MATERIALS:

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.

CONTRACTOR’S RISK FOR LOSS OR DAMAGE:

All risk on account of Railway or Road carriage or carriage by boat including loss or damage of

vehicles boats, barges materials or labour will have to be borne by the contractor.

IDLE LABOUR:

Whatever the reasons may be no claim of 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.

CHARGES AND FEES PAYABLE BY CONTRACTOR:

a) The contractor shall be all notices and pay all fees required to be given or paid by any

statute or any regulation or by law and any local or other statutory authority which may be

applicable to the works and shall keep the department against all penalties and liability of

every kinds for breach of such statute regulation or law.

b) The Contractor shall have 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.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

Page 24: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

REALISATION 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 these contracts or under any other

contract made by the contractor with the Government.

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 here under

from time to time. If he fails to do so, his and Executive Engineer, Jalpaiguri Highway Division, 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.

COMMENCEMENT OF WORK:

The work must be taken up within the dates stipulated in the work order and completed in all respects

Within the period specified in Notice Inviting Quotation.

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 in to 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.

SETTING OUT OF THE WORK:

The contractor shall be responsible for the true and perfect setting out of the work and for the

correctness of the position, levels, dimensions and alignments of all parts of work, if any, rectification

or adjustment becomes necessary the contractor shall have to do the same at his own cost according to

the direction of the Engineer-In-Charge during progress of works. If any, errors appears or arise 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 or their responsibility for

correctness thereof.

Page 25: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

PRECAUTIONS DURING WORKS:

The contractor shall carefully execute the work without disturbing or damaging underground or

overhead service utilities viz. Electricity, Telephones, Gas, Water pipes, Sewers etc. in case

disturbances of service utilities is found unavoidable the matter should immediately be brought to the

notice of the Engineer-In-Charge and necessary precautionary measures as would be directed by the

Engineer-In-Charge shall be carried out at the cost and expenses of the contractor. If the service

utilities are damaged or disturbed in any way by the contractor during execution of the work, the cost

of rectification or restoration of damages as would be fixed by the Executive Engineer of the Division

concerned will be recovered from the contractor.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

TIMELY COMPLETION OF WORK:

The work must have to be completed in all respects within the time specified in Notice Inviting Tender

from the date of work order. Time for completion as specified in the tender shall be deemed to be the

essence of the contract.

IMPLIED ELEMENTS OF WORK IN ITEMS:

Except of such items as are included in the Specific Priced Schedule of probable items and

approximate quantities no separate charges shall be paid for any measures etc. and the rates of

respective items or works are to be deemed as inclusive of the same.

ISSUEOF DEPARTMENTAL MATERIALS:

All materials required for completion of job is to be supplied by the agency at his own cost and

arrangement.

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.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

Page 26: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

.

QUOTATION’S RATE:

The contractor should note that the quotation 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.

DELAY DUE TO MODIFICATION OF DRAWING AND DESIGN:

The contractor shall not be entitled for any compensation for any loss suffered by him due to delays

arising out of modification of the work due to non-delivery of the possession of site.

ADDITIONAL CONDITIONS:

A few additional conditions under special terms and conditions.

a) Rate quoted shall be inclusive of EPF, ESI and Bonus etc as per direction of the Engineer -

In-Charge.

b) Rate quoted shall be inclusive of West Bengal Sales Tax, Income Tax Octroi and all other

duties, if any. .

c) Guards engaged for duty must have good physique.

d) No arrangement for staying within the premises will be allowed for the guards not on duty.

e) The guards will have to provide with suitable equipment like Lathi (Cane), whistle etc. for

unarmed guarding in the Govt. premises at night.

f) The whole work will have to be executed as per Decision of Quotation Inviting Authority

in this connection at the quoted rate.

g) As per Finance (Taxation) Department of Income Tax Will be made from each bill of the

contractor as per applicable rate in force.

h) In accordance with the West Bengal Taxation Laws (amendment) Ordinance Value Added

Tax will be deducted from contractor‟s bill as per existing VAT rules.

REFUND OF SECURITY DEPOSIT:

As mentioned in relevant clauses of WBF No 2911 (ii)

ARBITRATION:

There shall be no provision for Arbitration under this contract, Provision under clause 25 of WBF No.

2911 (ii) is thus considered deleted.

Signature and address

of the Quotationer

Signature of

Quotation Accepting

Authority

Page 27: GOVERNMENT OF WEST BENGAL | PUBLIC WORKS ... - WB, PWD

GOVERNMENT OF WEST BENGAL | PUBLIC WORKS DEPARTMENT | ROADS WING

DECLARATION BY THE QUOTATIONER

I/We have inspected the site of work and have made myself/ourselves fully acquainted with local

conditions in and around the site of work. I /We have carefully gone through the Notice Inviting

Quotation and other tender documents mentioned there in along with the documents attached. I/We

have also carefully gone through the 'Priced schedule of Probable Items and Quantities'.

My/Our tender is offered taking due consideration of all factors regarding the local site conditions

stated in this Detailed Notice Inviting Quotation to provide the full safety and security of Govt.

premises as per contract referred to above in all respects.

I/We promise to abide by all the stipulations of the contract documents and carry out and complete the

work to the satisfaction of the department.

I/We also agree to procure tools and plants, at my/our cost required for the work.

Signature of Quotationer

Postal address

of the Quotationer

Executive Engineer

Jalpaiguri Highway Division