[go: up one dir, main page]

0% found this document useful (0 votes)
44 views14 pages

Tendernotice 1

Uploaded by

Arindam Paul
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)
44 views14 pages

Tendernotice 1

Uploaded by

Arindam Paul
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/ 14

GOVERNMENT OF WEST BENGAL

OFFICE OF THE EXECUTIVE ENGINEER


BIDHANNAGAR WEST DIVISION
PUBLIC WORKS DIRECTORATE
ROOM NO. – 124, 1ST FLOOR, PURTA BHAVAN, D.F. BLOCK,
SECTOR – I, SALT LAKE, KOLKATA – 700 091.

Ph. No. (033) 2358-7235 (Direct)

Memo. 1185-NIT Dated: 07/06/2024

NOTICE INVITING e-TENDER No. 01e/EE/BNWD OF 2024-2025 OF THE EXECUTIVE


ENGINEER, BIDHANNAGAR WEST DIVISION, P.W.D.

WBPWD/EE/BNWD/NIeT-01e/2024-2025
Sl. Name of Work Estimated Earnest Cost of Time Eligibility of Bidders to submit Name of
No. Amount Money Tender Period tender concerned
Sub – Divn.
(Rs.) (Rs.) Documents of
at the time comple
of Formal tion
Agreement
(Rs.)
1. Repair and Renovation of 35,10,178.00 70,204.00 As per Govt. 120 Intending tenderers should produce BNWSD-II
Existing Meter Room, Rule (One credentials of a similar nature of completed
Security room, Changing Hundred work of the minimum value of 40% (Forty
Twenty) percent) of the estimated amount put to
room etc with allied works of
Days tender during 5 (five) years prior to the date
State Swimming Academy at of issue of the tender notice; or, Intending
Subhas Sarobar Swimming tenderers should produce credentials of 2
Pool, Beliaghata, Kolkata. (two) similar nature of completed work, each
of the minimum value of 30% (Thirty
percent) of the estimated amount put to
tender during 5 (five) years prior to the date
of issue of the tender notice; or, Intending
tenderers should produce credentials of one
single running work of similar nature which
has been completed to the extent of 80%
(eighty percent) or more and value of which
is not less than the desired value at above.

In case of running works, only those


tenderers who will submit the certificate of
satisfactory running work from the
concerned Executive Engineer, or
equivalent competent authority will be
eligible for the tender. In the required
certificate it should be clearly stated that the
2. Repair of Boundary wall and 42,13,126.00 84,263.00 As per Govt. 120 work is in progress satisfactorily and also BNWSD-II
internal path way of State Rule (One that no penal action has been initiated
Swimming Academy at Hundred against the executed agency, i.e., the
Twenty) tenderer.
Subhas Sarobar Swimming
Days
Pool, Beliaghata, Kolkata.
The bidders have to submit the similar nature
of work with BOQ.

Important information:
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 has to be
deposited by the bidder through the following payment mode as per memorandum of the
Finance Department vide No. 3975-F(Y) dated 28th July, 2016. Net banking (any of the banks
listed in the ICICI Bank Payment gateway) in case of payment through ICICI bank
payment gateway. RTGS/NEFT in case of offline payment through bank account in any
bank.

Page 13 of 14
2. Earnest Money: 2% (two percent) EMD of total estimated amount put to tender as per
above mentioned table will have to be deposited through online with RTGS/NEFT.

2.01 The intending agencies are allowed to participate in one number work only (i.e. in one
serial only). If any agency participate in more than one number work (i.e. more than one
serial number) then he / she may be discarded from participation in all serial (works) as
per the desire of the TIA.

3. The conditions of the contract alongwith the defect liability periods and other terms & conditions
(including all riders) are mentioned in the statutory documents (e.g. WB Form No-2911 etc. of the
Technical bid) , to be noticed carefully before submission of the bid through DSC . Both Technical bid
and Financial Bid are to be submitted concurrently duly signed digitally in the website
http://etender.wb.nic.in.

4. The Technical Bid and Financial Bid are to be submitted online on or before 02/07/2024 upto 2.00
P.M.

5. The FINANCIAL OFFER of the prospective tenderer will be considered only if the tender qualifies in
the Technical Bid. The decision of the Executive Engineer, PWD, Bidhannagar West Division will be
final binding on all concerned and no challenge against such decision will be entertained. The list of
Qualified Bidders will be displayed in the website on the scheduled date and time.

6. Where there is a discrepancy between the unit rate & the line item total resulting from multiplying
the Unit rate by the quantity, in this situation the total quoted rate may be changed.

7. Running payment for work may be made to the executing agency as per availability of fund. The
executing agency may not get a running payment unless the gross amount of running bill is at least
30% of the tendered amount. Provisions in Clause(s) 7, 8 & 9 contained in W.B. Form No.2911 so far as
they relate to quantum and frequency of payment are to be treated as superseded.

8. Bids shall remain valid for a period not less than 120 (One hundred twenty) days after the dead
line date for Financial Bid submission.

9. Important Information

DATE AND TIME SCHEDULE:

Sl. Particulars Date & Time


No.
1. Date of uploading of N.I.T. Documents (Online) (Publishing Date) 07/06/2024
2 Documents download start date & time (Online) 07/06/2024 from 06.00 P.M.
3 Documents download end date & time (Online) 02/07/2024 upto 2.00 P.M.
4 Bid proposal submission start date & time (Online) 12/06/2024 from 06.55 P.M.
5 Bid proposal Submission end date & time (Online) 02/07/2024 upto 2.00 P.M.
6 Date and time of opening of Technical Proposals (online). 04/07/2024 (from 2.00 P.M.)
7 Date of uploading list for Technically Qualified Bidder(Online) After Opening of Technical Bid
8 Date & Place for opening of Financial Proposal (Online) After Technical Evaluation
9 Date of uploading of list of bidders along with their rates through After Technical Evaluation
(Online), also if necessary for further negotiation through offline
for final rate.
Page 14 of 14
. LOCATION OF CRITICAL EVENT

Bid Opening  BIDHANNAGAR WEST DIVISION, PURTA BHAVAN, 1ST FLOOR,


SALT LAKE, KOLKATA -91

11. The Bidder, at his own responsibility and risk is encouraged to visit and examine the site of works
and its Surroundings and obtain all informations that may be necessary for preparing the Bid and
entering into a contract for the work as mentioned in the Notice Inviting Tender, before submitting
offer with full satisfaction. The cost of visiting the site shall be at his own expense.

12. The intending Bidders should 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, PWD, Bidhannagar West Division reserves the right to reject any or all the application(s)
for purchasing Bid Documents and/or to accept or reject any or all the offer(s) without assigning any
reason whatsoever and is not liable for any cost that might have been incurred by any quotationer at
the stage of Bidding.

15. 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 there to and the rules made and order issued there under from time
to time.

16. During the scrutiny, if it comes to the notice to the tender inviting authority that the
credential(s) and/or any other paper(s) has/have been of any bidder found incorrect/
manufactured/ fabricated, that bidder will not be allowed to participate in the tender and that
application will be rejected. The Executive Engineer, Bidhannagar West Division, P.W.D.
reserves to right to cancel the N.I.T. due to unavoidable circumstances without assigning any
reason and no claim in this respect will be entertained.

17. Final Payment will be made to the selected agency after getting site clearance certificate
from the concerned Junior Engineer, PWD and Executive Engineer, PWD, Bidhannagar West
Division.

1. Eligibility criteria for participation in the tender.


The Application must be accompanied with the following documents.
i) Intending tenderers should produce credentials of a similar nature of completed work
of the minimum value of 40(Forty) percent of the estimated amount put to Tender
during 5(Five) years prior from the date of issue of the Tender Notice; or,
ii) Intending tenderers should produce credentials of 2(Two) similar nature of completed
work, each of the minimum value of 30% of the estimated amount put to tender during
5(year) prior to the date of issue of the tender notice; or,
iii) Intending tenderers should produce credentials of 1(one) single running work of
similar nature which has been completed to the extent of 80% or more and value of
which is not less than the desired value at (i) above;
In case of running works, only those tenders who will submit the certificate of
satisfactory running work from the concerned Executive Engineer, or equivalent
competent authority will be eligible for the tender. In the required certificate it should
be clearly stated that the work is in progress satisfactorily and also that no penal action
has been initiated against the executed agency .i.e., the tenderer.
Page 15 of 14
N.B.:- Completion Certificate should contain (a) Name of work, (b)Estimated
amount put to tender, (c) Tendered amount, (d) Name and address of Client, (e )
Date of Commencement of work, (f) Date of Completion of work, (g) Final bill
value.
iv) Current Tax return duly received along with PAN Card, GST Registration Certificate,
Valid Trade License and P.T. acknowledgement receipt for Current Financial year.
v) The Partnership Firm shall furnish the registered partnership deed and the company
shall furnish the Article of Association and Memorandum.
vi) Registered Partnership Deed (for Partnership Firm only) along with Govt. Registered
Power of Attorney showing clear authorization in his favour by rest of directors of such
company or the partners of such firm to be uploaded. (Non-Statutory documents) vide
GO NO: 09-W(C) /1M-286/15 dt 23/09/2015
vii) Completion Certificate of similar nature of job of value stated in Para 3(i) from
Engineer-in-charge mentioning Actual Date of Completion not below the rank of
Executive Engineer( without date of completion, the same will not be entertained).
viii) Declaration regarding Structure and Organization duly signed by the applicant.
ix) For the bidders belong to Registered Co-Operative Society (Engineer Co-Operative/
Labour Co-operative) must furnish updated By laws duly authenticated by ARCS/DRCS,
updated Audit Report by Audit Officer, updated Copy of MOM of AGM in addition to
other requirements as provided in N.I.T. and that has to be uploaded during bid
submission without which bid will be rejected.
x) Joint venture will not be allowed.
xi) A prospective bidder participating in a single job either individually or as partner of a
firm shall not be allowed to participate in the same job in any other form.
xii) A prospective bidder shall be allowed to participate in a single job either in the
capacity of individual or as partner of a firm. If found to have applied severally in a
single job, all his applications will be rejected for that job.
xiii) Where there is a discrepancy between the unit rate & the item total resulting from
multiplying the unit rate by the quantity, the unit rate quoted shall govern.
xiv) Prevailing safety norms has to be followed so that LTI ( Loss of time due to injury) is
zero.
xv) The Working Capital shall not be less than 15(Fifteen) percent minimum, 10% shall be
of applicants own resource.
xvi) The Bid capacity to be calculated on the basis of prescribed shall not be less than the
estimated amount put to tender.
2. There shall be no provision of Arbitration . Hence Clause 25 of 2911 is hereby omitted vide
notification no 558/SPW dt. 13.12.2011 of Pr. Secretary, PW & PW(Roads)Deptt.

3. No Mobilization/ Secured advance will be allowed.

4. Agencies shall have to arrange land for erection of Plant & Machineries, storing of materials,
labour shed, laboratory etc. at their own cost and responsibility . Required laboratory for testing
of purposes for different items of works/materials should be provided by the Agency at his own
cost which will comprises of different testing equipments (as required).

5. Adjustment of Price Vide notification No. 23-CRC/2M-1/2008 dated 13.03.2009 and Notification
No. 38-CRC/2M-61/2008 dated 20.04.2009 shall not be applicable. No escalation and or price
adjustment will be allowed by the department thereto under any circumstances.

Page 16 of 14
6. All materials should be specified grade and approved brand in conformity with relevant code of
practice (latest revision) and manufacture accordingly and shall be procured and supplied by the
agency at their own cost including all taxes. Authenticated evidence for purchase of materials to
be submitted along with challan and test certificate. In the event of further testing opted by the
Engineer-in-charge, then such testing from any Government approved Testing Laboratory shall
have to be conducted by the agency at their own cost.
7. Agencies shall have to arrange required land for installation of Plant and Machineries (specified
for each awarded work), storing of materials, labour shed, laboratory etc. at their own cost and
responsibility nearest to the work site.

8. GST and other deduction will be applicable as per Government rule.

9. Bids shall remain valid for a period not less that 120(one hundred twenty) days after the dead
line date for Financial Bid/Sealed Bid submission . Bid valid for a shorter period shall be rejected
by the Executive Engineer, P.W.D., Bidhannagar West Division as non-responsive. If the bidder
withdraws the bid during the period of bid validity the earnest money as deposited will be
forfeited forthwith without assigning any reason thereof.

10. DEFECT LIABILITY PERIOD:


If the contractor or his workmen or servants of authorized representatives hall 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 wires, trees, grass or
grassland or cultivated ground contiguous to the premises, on which the work or any part of it is
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 of within a period of
three months or one yea or three years of five years, as the case may be (depending upon the
nature of the work as described in the explanation appended hereto )hereinafter referred to as
the Defect Liability Period, from the actual date 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 causes 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 of otherwise, that may be then, or at any time
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 lawful for the
Government to recover the excess cost from the contractor in accordance with the procedure
prescribed by any law the time being in force.
Provided further that the Engineer-in-charge shall pass the “Final Bill” and certify thereon,
within a period of thirty days with effect from the date of submission of the final bill in acceptable
form by the contractor, the amount payable to the contractor under this contract and shall also issue a
separate completion certificate mentioning the actual date of completion of the work to the contractor
within the said period of thirty days. The certificate of the Engineer-in-charge whether in respect for
the amount payable to the contractor against the “Final Bill” or in respect of completion of work
shall be final and conclusive against the contractor. However, this security deposit of the work held
with the Government under the provision of clause 1 hereof shall be refundable to the contractor in
the manner provided here under:-
(a) For work with three months Defect Liability Period:
(i) Full security deposit shall be refunded to the contractor on expiry of three months
from the actual date of completion of the work.
Page 17 of 14
(b) For work with one year Defect Liability Period:
(i) Full security deposit shall be refunded to the contractor on expiry of one year from the
actual date of completion of the work.
(c) For work with three years Defect Liability Period:
(i) 30% of the security deposit shall be refunded to the contractor on expiry of two years
from the actual date of completion of the work:
(ii) The balance 70% of the security deposit shall be refunded to the contractor on expiry
of three years from the actual date of completion of the work ;
(D) For work with five years Defect Liability Period :
(i) No security deposit shall be refunded to the contractor for 1st 3 years from the actual
date of completion of the work;
(ii) 30% of the security deposit shall be refunded to the contract on expiry of four years
from the actual date of completion of the work;
(iii) The balance 70% of the security deposit shall be refunded to the contractor on expiry
of five years from the actual date of completion of the work;
Explanation:
The word “Work” means and includes road works, bridge work, building work, sanitary and
plumbing work, electrical work and/or any other work contemplated within the scope and
ambit of this contract. For
(i) The work of patch repair or patch maintenance in nature of a combination thereof, the
Defect Liability Period of the work shall be three months from the actual date of
completion of the work.
(ii) Thorough Bituminous Surfacing work with bituminous thickness less than 40 mm, Repair
& Rehabilitation of any road/bridge/culvert/building/Sanitary & Plumbing work, the
Defect Liability Period of the work shall be one year from the actual date of completion
of the work;
(iii) Extension of building/bridge/ culvert, Construction of new flexible pavement up to
bituminous level which has been designed for a period of 3 years or more, Widening
and strengthening of flexible pavement designed for a period for 3years of more,
Improvement of riding quality/Strengthening of flexible pavement designed for a
period of 3 years of more: Providing only mastic asphalt layer over existing bituminous
surface without providing bituminous profile corrective course/ bituminous base
course, the Defect Liability Period of the work shall be three years from the actual date
of completion of the work:
(iv) Construction of new building / new bridge/ new culvert, Reconstruction of building
/bridge /culvert including construction of approach roads for bridge/ culvert,
Construction of rigid pavement, Reconstruction of rigid pavement, Construction of new
flexible pavement covered by mastic work which has been designed for a period of 5
years of more, Widening and strengthening of flexible pavement covered by mastic
work which has been designed for a period of 5 years or more, Improvement of riding
quality/Strengthening of flexible pavement covered by mastic which has been
designed for a period of 5 years of more, the Defect Liability Period of the work shall
be five years from the actual date of completion of the work;
(2) The following paragraph shall be added to the Interpretation Clause of CONDITION of
CONTRACT:-
“The word ‘Government’ means the Government of the State of West Bengal in Public Works
Department.”
This bears concurrence of Group-T of Finance (Audit) Department vide their U.O.
No.417 dated 22.0802017.
Page 18 of 14
11. Site of work and necessary drawings may be handed over to the agency phase wise. No
claim in this regards will be entertained.

12. 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
entering into a contract for the work as mentioned in the Notice Inviting e-Tender, before
submitting offer with full satisfaction, the cost of visiting the sit shall be at his own expense.

13. The Executive Engineer, P.W.D , Bidhannagar West Division reserve the right i) 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. ii) to cancel the N.I.T at any time without assigning any reason. Any claim/
appeal/objection will not be entertained in this regard for the both the clause (i) & (ii)

14. Prospective applicants are advised to note carefully the minimum qualification criteria as
mentioned in ‘Instructions to Bidders’ before tendering the bids.

15. Conditional / Incomplete tender will not be accepted under any circumstances.

16. The intending tenderers are required to quote the rate on line

17. 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.

18. Guiding schedule of rates : Schedule of rates for Road & Bridges Works of P.W. (Roads)
Directorate effective from 30.08.2018 i.e. up-to-date corrigenda and addenda. Building Works :
Schedule of Rates (R&B), P.W.D. with effect from 01.11.2017 for Building, Sanitary & Plumbing
works, materials and labour and PW(R) Dte. Schedule of rates with effect from 01.11.2017 for
Building, Sanitary & Plumbing Works, materials and labour along with up-to-date corrigenda and
addenda.

19. 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, Bidhannagar West Division, P.W.D. reserves the right to cancel the N.I.T
due to unavoidable circumstances and no claim in this respect will be entertained.

20. Before issuance of the WORK ORDER, the tender inviting authority may verify the credential and
other documents of the lowest tendered if necessary. After verification if it is found that the
documents submitted by the lowest tendered is either manufactured or false in that case work
order will note be issued in favor of the said Tendered under any circumstances and the Earnest
Money deposited by the bidder will be forfeited by the Tender Inviting Authority without
assigning any reason thereof.

21. If any subsequent corrigenda/ addendum arise relating to this N.I.T. the same will be published
in websites http://etender.wb.nic.in. only.

Page 19 of 14
22. For any typographical mistake in case of Unit, Rate, Quantity, Amount , any type of nomenclature
in items of works/ item itself including description etc. whatsoever as stated in BOQ, that can’t be
claimed during agreement or so. In that case sanctioned estimate will be binding criteria.

23. 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) NIT
iii)Special terms & conditions.
iv)Technical Bid .
v)Financial Bid

25. Qualification criteria.


The tender inviting & Accepting Authority will determine the eligibility of each bidder, the bidders
shall 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 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 will be out rightly
rejected at any stage without any prejudice.

24. 26. Eligibility of the bidder will be out rightly rejected for the NIT as well as for running NIT’s at
any stage without any prejudice if any false/faked/concealed/misleading information’s/
submissions/ distortion of facts etc. are detected during any stage i.e. during evaluation or at any
time later on. The said bidder/bidders will not be allowed to participate for 3 (three) years in the
forthcoming N.I.T/N.I.T.’s/N.I.Q’s from this Circle including Divisions/Sub-Divisions for the above
stated reasons. Any claim /appeal/objection will not be entertained in this regard.

25. The intending Bidder 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.

26. Prospective applicants are advised to note carefully the minimum qualification criteria as
mentioned in Instruction to Bidders’ before bidding.

27. In case of Ascertaining Authority at any stage of application or execution of work necessary
registered power of Attorney is to be produced.

28. NO CONDITIONAL/ INCOMPLETE TENDER will be accepted under any circumstances.

29. All intending bidders have to mention their full postal address including PIN code number, PAN
number and GST number, valid Mail Id, Contact No correctly in the application form attached with
the NIT for uploading Income Tax and Sales Tax in new e-tax return system.

37. Suspension and Debarment of Contractor, Supplier and Consultant will be applicable as per
order Vide Memo No. 547-W( C)/1M-387/15 dt. 16.11.2015 of Joint Secretary to Govt. of West
Bengal PWD.

Page 20 of 14
38. ADDITIONAL PERFORMANCE SECURITY will be applicable as per order Vide Memo No.
4608 F(Y) dt. 18.07.2018 of Additional Chief Secretary, Financial Department, Govt. of W.B.

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

A. Technical proposal

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

A-1. Statutory Cover file Containing

Tender form No. 2911 & NIT (Properly uploaded and Digitally Signed).

A-2. Non statutory / Technical Documents

i. Professional Tax Clearance Certificate / Professional Tax (PT) deposit receipt challan
for the financial year 2024-2025, PAN Card, GST Registration Certificate.
ii. Registered Deed of partnership Firm with registered power of Attorney.
iii. Trade License from the respective Municipality/Panchayet etc. (Civil Work)
iv. Requisite Credential Certificate for completion of at least one similar nature of work in
any Govt. Department having a magnitude of at least 40(Forty) percent of the Estimated
amount of the work put to tender as per GO. No. 03-A/PW /O/l0C-02/14 Dated: 12.03.2015
of The Joint Secretary, Public Works Department, Accounts Branch, Nabanna.
v. IT return of 3 (three) years.
Note: - Failure of submission of any of the above mentioned documents will render the tender
liable to be rejected for both statutory & non statutory cover.

THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE


FOLLOWING MANNER

Click the check boxes beside the necessary documents in the My Document list and then click the tab
“Submit Non Statutory Documents’ to send the selected documents to Non-Statutory folder. Next Click
the tab “Click to Encrypt and upload” and then click the “Technical” Folder to upload the Technical
Documents.

Page 21 of 14
Sl. No. Category Sub Category Details

Name Description
A. CERTIFICATES CERTIFICATES 1. PAN CARD
2. P.Tax (Challan) (2024-2025), Trade License (Civil Work)
(2024-2025).
3. GST Registration Certificate.
4. Upto date I.T. return.
5. Credential submitted with similar nature of work.

B. Company Details Company Details 1. Up to date Trade License (Civil Work) (2024-2025) from
–I respective Municipality / Panchayet etc.

2. ‘Certificate of Registration’ from the respective Assistant


Registrar of Co – operative Societies (for Regd. Unemployed
Engineer’s Co – Operative Society Limited). Registered
Unemployed Engineers’ Co-operative Societies have to
submit photocopy of certificates of Diploma or Degree
Engineers (60% of Board of members) and original to be
shown in the office of the undersigned whose rate stand
lowest.
C. Credential (in Credential As Stated Above.
applicable cases)

i.Opening of Technical proposal: - Technical proposals will be opened by the Executive Engineer,
Bidhannagar West Division, P.W. 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.

C. 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 (Offering Above/ Below/ AT PAR) 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.

Executive Engineer,
Public Works Department,
Bidhannagar West Division

Page 22 of 14
Memo. No. 1185/1(14)-NIQ Dated: 07/06/2024
Copy forwarded for information and wide circulation through Notice Board to: -

1) The Superintending Engineer, PWD, Bidhannagar Circle, (in duplicate). Presidency Circle,
Eastern Circle, Health Circle.
2) The Executive Engineer, PWD, BIDHAN NAGAR East Division / Kolkata East Division.
3) The Assistant Engineer, PWD, Bidhannagar West Sub-Division – I/II/III/IV Sub-Division for
information and exhibiting office "NOTICE BOARD"
4) The Secretary, Purta Bhavan, (P.W.D.) Contractors Welfare Association, 51, Sarat Abasan,
Sector –II, Salt Lake, Kolkata – 91 / Purta Bhavan, (P.W.D. Civil) Contractors Welfare
Association, B-3, Purbachal Housing Estate, Cluster –IX, Salt Lake, Kolkata – 97/ West Bengal
Engineers’ Co-operative Federation Ltd., 29, Phears Lane, 1st Floor, Kolkata – 700 073 /
Sanitary & Plumbing Contractors Asociation,41, Hidaram Banerjee Lane ,Kolkata-12.
5) Notice board/Accounts section/ Estimating branch of this office.

Executive Engineer,
Public Works Department,
Bidhannagar West Division

Page 23 of 14
(Download it & fill‐up it properly and upload the same after scanning and digitally signed)
APPLICATION

To
The Executive Engineer, P.W.D.,
Bidhannagar West Division
Purta Bhavan, Salt lake,
Kolkata – 700091.
Ref:‐ Tender for __________________________________________________________________________
(Name of Work)______________________________________________________________________
________________________________________________________________________________________________
___________________________Tender ID No.: _______________________________

N.I.T. No…………………………………………………..of 2024‐2025 of the Executive Engineer, Bidhannagar West Division, P.W.D

Dear Sir,
Having Examined the Statutory, Non Statutory & NIT documents, I/we here by submit all the necessary information and
relevant documents for evaluation.
The application is made by me/we 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 groups 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 whatsoever.

Enclosure:‐ e‐Filling:‐
1. Statutory Documents.
2. Non Statutory Documents
3. BOQ.

Name of Agency (In block capital):______________________________________________________________


Full Address (In block capital):__________________________________________________________________
_________________________________________________________________PIN NO.:__________________
PAN NO.:___________________GST NO.:___________________________ Mobile No. . . . . . . . . . . . . . . . . . . . . .

Bank Account no. . .(C/A. . . . . . . . . . . . . . . . . . . . . . . . . . IFS Code. . . . . . . . . . . . . .E‐Mail ID . . . . . . . . . . . . . . . . . .

Date:‐ Signature of applicant including title


And capacity in which application is made.

Page 24 of 14
FOR
RMAT OF
O THE BANK
B G
GUARANNTEE FO
OR ADDITIONA
AL
PERFORM
P MANCEE SECUR
RITY DE
EPOSIT
To

[Designaation

Account Details
D

Account Nam
me : WB Govt Pooling A/C for
f Performance Guarantee

Beneficiary Bank
B Account No : 000605030134

IFSC Code : ICIC00000006

MICR Code : 702290022

Branch Addreess :

WHEREAS
ken, in pursuance of Lette
has undertak er of acceptance e No. dated to execute
[name of Contract and brrief descriptio
on of Works]

AND WHEREAAS it has been


n stipulated by
b you in the said
s ntractor shall furnish you with
Contractt that the Con w a
Bank Guaran
ntee by a Scheduled com mmercial bank for the su um

AND WHEREAAS we (ind


dicate the name of the ba
ank & branch)) have agreed
d to give the Contractor su
uch a
Bank Guaran
ntee.

NOW THEREF
FORE we (indicate
( the name of the bank & brancch) hereby afffirm that wee are the Guarantor and
of contractor [am
mount of guuarantee]. (in
words). We undertake to o pay you, uppon your firstt written dem
mand and witthout cavil orr argument, a sum
within the limits
l of [amount
[ of guarantee]
g ass aforesaid without
w your needing to prove or to show
grounds or reasons
r for yo
our demand for
f the sum sp pecified therein.

We (Indica ate the namee of the bank k & branch) hereby


h waive
e the necessitty of your de
emanding the
e said
debt from th
he contractorr before prese
enting us with
h the demandd.

We (Ind ame of the bank & branch


dicate the na h) further ag
gree to pay to
o you
any money so
s demanded d not withstan
nding any disspute or disputes raised by
b the contractor(s) in anyy suit
or proceedin
ng pending before
b any court
c or Trib
bunal relatingg thereto, ou
ur liability under this pre
esent
absolute and
d unequivocall.

Execu
utive Engineer
r, Bidhannagar
r East Division,,

Public Works Directora


ate, Government of West Ben
ngal
Seal and Signature of the
t Tenderer.
(Signature of Tender Accepting
g Authority)

Page 25 of
o 14
The
T payment//so make by us under thiis bond shall be a valid discharge
d of o
our liability for
f payment there
under
u e contractor(ss) shall have no claim agaiinst us for ma
and the aking such pa
ayment.

We
W he name of the bank & branch) further agree that
(Indicate th t no chan nge or
addition
a to orr other modiffication of the
e terms of th
he Contract or
o of the workks to be perfo
ormed there under
or
o of any of the
t Contract documents which w may bee made between you and the Contacto or shall in any way
release
r and we hereby waive noticce of any such change, addition
us from any liabilitty under this guarantee, a
or
o modificatio on.

W (Indicate the name of the bank & branch)


We b lastlyy undertake not
n to revoke this guarante
ee except witth the
previous
p conse
ent of you in writing.

remain
r in forc
ce and successfu
ul completionn of the work k under the stated
s
contract
c plus claim periodd of Six monnths for the Bank Guaran
ntee. Notwith hstanding, an nything menttioned
above,
a our liabiliity againsst this guarantee is resstricted to
o
Rs.
(R
Rs. ) and unnless a claim in writing is lodged
l
of this
t guaranteee all our liab
bilities
under
u this gua
arantee shall cease to existt.

Signed
S and sea
aled this day of 2
20 at

SIGNED, SE
EALED AND DE
ELIVERED

Fo
or and on beha
alf of the BAN
NK by

(SSignature)

(N
Name)

(D
Designation)

(C
Code Number))

(A
Address)

NOTES
N :

(i)
( The bank guarantee
g should contain the name, designation an nd code numb ber of the offficer(s) signin
ng the
guarantee.
g The addre ess, telephon
ne number an
nd other details of the Hea ad Office of the
t Bank as wellw as
of
o issuing Bran
nch should bee mentioned on the coveriing letter of issuing
i Branch.

Signature Not Verified


Digitally signed by ANSHUMAN CHATTARAJ
Date: 2024.06.07 17:27:54 IST
Location: West Bengal-WB

You might also like