Top Banner
RDUTTA ETENDER 19-20 Page 1 of 16 GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER MALDA DIVISION, P.H. ENGINEERING DIRECTORATE DOULATPUR PHE COMPLEX, MALIHA MALDA-732102 PHONE No. 03512-279093, E-mail ID :[email protected] Memo No. 1244 /MD Dated: 27/05/2022 NIeT NO. – 08/MD/PHED OF 2022-2023 OF THE EXECUTIVE ENGINEER, MALDA DIVISION, PHE DTE. Tender Number: WBPHED/EE/MD/NIeT _08 of 2022-2023 On behalf of the Governor of West Bengal e-Tender is invited by the Executive Engineer, Malda Division, PHEDte. from experienced, resourceful, bonafideAgency/Company/Firm/Public Sector Undertaking / Government Organization having experience in Departments/Ministries of State/ Central Government, State/ Central Government undertaking, Statutory/ Autonomous Bodies constituted under central/State statue, having credential as mentioned bellow in sl. (C) depicting Eligibility for participating in the Tender : Sl. No Name of Work Amount put to tender Earnest Money Time of Completion 1 Providing Functional Household Tap Connection (FHTC) in connection with Jal Jeevan Mission (JJM and JAL SWAPNA) under command area of Uttar Chandipur Zone-II Water Supply Scheme at Manikchak Dev. Block under Malda Division, PHE Dte. in the district of Malda. (Phase-II) ₹ 26,67,003.77 ₹ 53,345.00 30 days, starting from the date of issue of formal work order. 2 Providing Functional Household Tap Connection (FHTC) in connection with Jal Jeevan Mission (JJM and JAL SWAPNA) under command area of Uttar Chandipur Zone-III Water Supply Scheme at Manikchak Dev. Block under Malda Division, PHE Dte. in the district of Malda. (Phase-II) ₹ 23,88,416.69 ₹ 47,770.00 30 days, starting from the date of issue of formal work order. 3 Providing Functional Household Tap Connection (FHTC) in connection with Jal Jeevan Mission (JJM and JAL SWAPNA) under command area of Uttar Chandipur Zone-IV Water Supply Scheme at Manikchak Dev. Block under Malda Division, PHE Dte. in the district of Malda. (Phase-III) ₹ 17,03,419.15 ₹ 34,070.00 30days, starting from the date of issue of formal work order. A) For e-filing, intending bidders have to download the tender document from the website http://etender.gov.in directly by the help of Digital Signature Certificate. B) Prequalification, Technical & Financial Bid is to be submitted concurrently duly digitally signed at desired documents in the website http://etender.gov.in Tender document are to be downloaded from website and submission of Prequalification cum Technical Bid &Financial Bid should be done following the stipulated date & time Schedule. C) Eligibility for participation in the Tender : Participants fulfilling the following eligibility criteria will be considered as technically qualified: (I) Intending tenderers should produce credentials of a similar nature of work for each work of the minimum value of 40%(1 st Call)of the estimated amount put to tender during 5(Five) years prior to the date of issue of this Tender Notice. This 5(Five) years will be counted from the date of completion of work for the work acclaimed as credential. Date of completion of the work must be mentioned in the credential certificate otherwise it will be rejected. OR
16

PHONE No. 03512-279093, E-mail ID :[email protected]

Apr 26, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 1 of 16

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER

MALDA DIVISION, P.H. ENGINEERING DIRECTORATE DOULATPUR PHE COMPLEX, MALIHA MALDA-732102

PHONE No. 03512-279093, E-mail ID :[email protected] Memo No. 1244 /MD Dated: 27/05/2022

NIeT NO. – 08/MD/PHED OF 2022-2023 OF THE EXECUTIVE ENGINEER, MALDA DIVISION, PHE DTE.

Tender Number: WBPHED/EE/MD/NIeT _08 of 2022-2023

On behalf of the Governor of West Bengal e-Tender is invited by the Executive Engineer, Malda Division, PHEDte. from experienced, resourceful, bonafideAgency/Company/Firm/Public Sector Undertaking / Government Organization having experience in Departments/Ministries of State/ Central Government, State/ Central Government undertaking, Statutory/ Autonomous Bodies constituted under central/State statue, having credential as mentioned bellow in sl. (C) depicting Eligibility for participating in the Tender :

Sl. No Name of Work

Amount put to tender Earnest Money

Time of Completion

1

Providing Functional Household Tap Connection (FHTC) in connection with Jal Jeevan Mission (JJM and JAL SWAPNA) under command area of Uttar Chandipur Zone-II Water Supply Scheme at Manikchak Dev. Block under Malda Division, PHE Dte. in the district of Malda. (Phase-II)

₹ 26,67,003.77 ₹ 53,345.00

30 days, starting from the date of issue of formal

work order.

2

Providing Functional Household Tap Connection (FHTC) in connection with Jal Jeevan Mission (JJM and JAL SWAPNA) under command area of Uttar Chandipur Zone-III Water Supply Scheme at Manikchak Dev. Block under Malda Division, PHE Dte. in the district of Malda. (Phase-II)

₹ 23,88,416.69 ₹ 47,770.00

30 days, starting from the date of issue of formal

work order.

3

Providing Functional Household Tap Connection (FHTC) in connection with Jal Jeevan Mission (JJM and JAL SWAPNA) under command area of Uttar Chandipur Zone-IV Water Supply Scheme at Manikchak Dev. Block under Malda Division, PHE Dte. in the district of Malda. (Phase-III)

₹ 17,03,419.15 ₹ 34,070.00

30days, starting from the date of issue of formal

work order.

A) For e-filing, intending bidders have to download the tender document from the website http://etender.gov.in

directly by the help of Digital Signature Certificate. B) Prequalification, Technical & Financial Bid is to be submitted concurrently duly digitally signed at desired

documents in the website http://etender.gov.in Tender document are to be downloaded from website and submission of Prequalification cum Technical Bid &Financial Bid should be done following the stipulated date & time Schedule.

C) Eligibility for participation in the Tender :

Participants fulfilling the following eligibility criteria will be considered as technically qualified:

(I) Intending tenderers should produce credentials of a similar nature of work for each work of the minimum value of 40%(1st Call)of the estimated amount put to tender during 5(Five) years prior to the date of issue of this Tender Notice. This 5(Five) years will be counted from the date of completion of work for the work acclaimed as credential. Date of completion of the work must be mentioned in the credential certificate otherwise it will be rejected.

OR

Page 2: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 2 of 16

(II) Intending tenderers should produce credentials of 2(two) similar nature of work, of each work each of the

minimum value of 30%(1st Call)of the estimated amount put to tender during 5(Five) years prior to the date of issue of the tender notice . This 5(Five) years will be counted from the date of completion of work for the work acclaimed as credential. Date of completion of the work must be mentioned in the credential.

OR (III) Intending tenderers should produce credentials of one single running work of similar nature of each work

which has been completed to the extent of 80%(1st Call)or more and value of work which is not less than the desired value at(I) above. In case of running works only those tenderers who will submit the certificate of satisfactory running work from the concerned Executive Engineer, or equivalent competent authority will be eligible for the tender, in the required certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executed agency, i.e.,the tenderer. No joint venture in any shape shall be allowed.

‘Payment Certificate will not be treated as credential. Credential Certificate issued by the Executive Engineer or equivalent or competent authority of a State/ Central Government, State/ Central Government under taking, Statutary/ Auto nomus Bodies constituted under central/State statue on the executed value of completed/running work will be taken as credential.

Intending bidders have to upload the following documents :

a) Valid Professional Tax receipt latest e-challan.

b) GST Registration certificate with valid 15 digit GSTIN No.& Acknowledgement copy of Current GST Return.

c) PAN Card & IT Return, Audit report & balance sheet, Acknowledgement for Financial Yearfor at least three consecutive financial years amongst (2018-2019, 2019-2020, 2020-2021& 2021-2022).

d) Valid Trade License. e) In case of Partnership firm, a copy of partnership deed and in case of Company, copies of Incorporation

Certificate along with Memorandum and Articles of Association. f) A self-declaration regarding the history of arbitration / litigation /suspension and/or banning of the firm

/Company to be produced in form of affidavit duly certified by a 1st class judicial magistrate /Notary public. g) The person signing the tender, must produce document of his/her competence to do so. h) Completion Certificate in support of his credential to be obtained from the Executing Authorities not below the

rank of Executive Engineer, mentioning Name & address, Telephone No. of the agency, Tender No., Work Order No., Value of Work, Executed Value of Work, time stipulated for completion of Work, Actual time taken for Execution, and performance of the Agency. Payment certificate or work order will not be treated as credential. Joint venture or MOU with any manufacturing/ experienced executing agency will not be treated as credential.

Only relevant documents (documents sought for) are to be uploaded, unnecessary /junk documents should not to be uploaded. Documents those are being uploaded should be indexed in a separate page clearly stating the nature/subject of the document. Uploading of irrelevant documents will be treated as disqualification of bidder. Intending bidders if fails to upload the documents as mentioned above , his candidature as qualified bidder will be treated as cancelled.

Verification of documents : All the documents submitted/uploaded by the Bidders should be properly indexed &notarized with seal. The L-1 bidder must have show the original copies of their uploaded documents including the valid documents for EMD to the office of the Tender Inviting Authority during office hours, within the stipulated time with his acceptance letter of LOI. Failure to submit the hard copy with the acceptance letter within the time period prescribed for the purpose, may be construed as an attempt to disturb the tendering process and dealt with according legally including black listing of the bidder. If required uploaded documents may be verified by the tender inviting authority after opening of technical bid . D) General Information :

1. The intending tenderer fulfilling the above requirement should attend for the work included in the Tender Notice with all related evidentiary documents. The Tender Inviting authority reserved the rights to accept or reject their offered rate as deemed necessary to finalize the tenders satisfactory without assigning any reason whatsoever.

2. Section of eligible agency will be strictly on the basis of scrutiny and evaluation of the particulars as to be furnished at the time of bidding. Decision of the Tender Inviting Authority in this regard shall be final &

Page 3: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 3 of 16

binding.

3. The tendering operation will follow e-tendering process and all rules and regulations pertaining to the tender will be binding to the tenderers.

4. Earnest Money :Earnest Money @ minimum 2% of amount put to tender as specified as the case, separately for each serial no. of work, in the form of RTGS/ NEFT/ NET BANKING of any Nationalized Bank payable at Malda to be drawn after the date of issue of NIeT in favour of the “Executive Engineer, Malda Division, PHE Dte”. The bidder has to upload a declaration regarding drawal of requisite amount of E.M.D. in the technical proposal folder, mentioning reference of online payment date & name of drawee bank, the value of payment. The L1 bidder shall submit the hard copy of the reference document to the office of the tender inviting authority i.e. the Executive Engineer, Malda Division, PHE Dte., with the financial evaluation summary, within 7 (seven) days from the date of issuance of financial evaluation summary. Failure to submit the hard copy of EMD instrument along with the financial evaluation summary within the stipulated time will be treated as unwillingness of the bidder and his eligibility as L1 bidder will be treated as cancelled. Moreover, it will be considered as an attempt to disturb the tendering process which will be dealt as per the legal provisions accordingly including blacklisting of the bidder. Reference document of EMD should be submitted only by “L1 Bidder” after opening of Financial Bid in separate cover super-scribing Earnest Money for the work of “Name of the Work”to the Office the Executive Engineer, Malda Division, PHEDte.

5. The encrypted hard copy of EMD document must have to be uploaded by the tenderer in the technical Bid. Only L1 bidder has to submit the original copy of EMD document within 7(seven) days from the date of financial evaluation letter.

6. Security Deposit will be deducted from progressive bills @ 3% of the Bill value of work (including Earnest Money @2%). Release of Security Deposit will be guided by WBF 2911.

7. The rate is to be quoted both in words and figures in the financial Bid and rates quoted should be considered inclusive of all taxes and charges as applicable & payable. No rate to be quoted on the body of the WBF 2911.

8. Before Bidding, the Bidder(s) may visit the site to satisfy themselves about the local condition & other matters at their own cost. No claim whatsoever on the ground of insufficient knowledge about the work site or local condition will be entertained at a later date and no claim in future will be entertained.

9. Only the proprietor is authorized to sign the tender document on behalf of a company or firm.

10. The rates quoted in the tender shall remain valid for 6 (six) months from the date of submission of tender.

11. Income Tax, Sales Tax / GST and labour welfare cess and Service Tax etc. if any will be deducted from the progressive bills as per Govt. order in vogue.

12. The payment for the work will be made as per payment breakup schedule if any and the provision the agreement form WBF 2911.Subjectto availability of fund.

13. Canvassing/other means to influence the individual in the tendering process may lead to disqualification of bidder participating in the tender.

14. The contractor whose tender will be accepted shall make a formal agreement within seven (7) days from the date of issue of intimation to that effect by this office on payment of usual charges to the concerned Divisional Office and submit the same duly signed by him/them to this Office. If the contractor fails to perform the formalities within the specified period, the tender will liable to be cancelled and earnest money will be forfeited.

15. The acceptance of the tender will rest with the accepting authority that does not bind him to accept the lowest or any other tender and reserves the right to reject in part or in full of all tenders received or to split up the work in different groups without assigning any reason thereof.

16. Tender, which do not fulfill the conditions specified in the tender documents or do not fulfill the requirement of the tender in any respect will be liable for rejection.

17. The successful Tender will remain liable for following the West Bengal Contract Labour (Regulation & Abolition) Rules in force and necessary certificates from appropriate authority to be submitted within seven (7) days from the date of work order, failing which the work order may liable to be cancelled. Minimum wages Act, 1948, contract Labour (Regulation & Abolition) Act 1970, and others will be strictly followed and will be guided by WBF 2911.

18. Contractor will not be entitled for any compensation for rejection of his tender.

Page 4: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 4 of 16

19. Credential certificate produced as credential should clearly indicate the description of works, value of contract, executed work value, date of award, time allowed for the work, actual date of completion etc. and name, address, telephone no. of the certificate issuing authority.

20. Conditional tender will not be accepted under any circumstances and shall be deemed as “informal”.

21. Name and address of the :

a) Tender Inviting Authority: Executive Engineer, Malda Division, PHE Dte. DOULATPUR PHE-COMPLEX, MALIHA MALDA-732102

b) Executing Division / : Executive Engineer, Malda Division, PHE Dte. Engineer- in- Charge

22. No documents will be entertained, if sent by post / courier.

23. For detailed information & clarification, the intending applicants shall have to contact the office of the

undersigned on any working day during 1.00 PM to 5.00 PM with prior appointment.

24. The Tender Inviting Authority reserves the right to deny or accept or reject any or all the applicants and to annul the tendering process, at any point of time without any obligation & assigning any reason what-so-ever.

25. Date & time Schedule:- Sl. No. Particulars Date & Time

1 Date of Publishing of NIeT& Tender Documents (online) – 28/05/2022at 10.00A.M.

2 Documents download start date & time (Online) 01/06/2022from 1:00 P.M.

3 Prequalification, Technical and financial bid submission starting date & time (online)

01/06/2022from 3:00 P.M.

4 Documents download closing date & time (Online) 15/06/2022up to 1:00 P.M.

5 Prequalification, Technical and financial bid submission closing date & time (online)

15/06/2022 up to 3 :00 P.M.

6 Date & time of opening of Prequalification Proposals & Technical proposal (online)

17/06/2022after 3:00P.M.

7 Date & time of uploading of list of Technically qualified bidders after final evolution.(online)

Will be intimated later

8 Date & time of opening of financial bid (online) Will be intimated later

9 Date of submission of original copy of EMD& Tender Document (Off line) by the Lowest bidder (L1) Will be intimated later

10 Date of uploading of list of bidders along with the rates through (online), also if necessary for further negotiation through (offline) for final rate.

Will be intimated later.

26. In case of Ascertaining Authority at any stage of tender process or execution of work necessary registered irrevocable power of attorney is to be produced.

27. During scrutiny, if it comes to the notice to Tender Inviting Authority that the Credential or any other papers uploaded by the tenderer is incorrect/forged/fabricated, the tenderer will not be allowed to participate in the tender and his eligibility will be rejected outright without any prejudice.

28. In case if there be any objection regarding disqualifying of the Agency, that should be lodged to the Tender Inviting Authority within 24(Twenty four) hours from the date of Publication of list of qualified tenderer and beyond that time no objection will be entertained.

29. Before issuance of the work order, the Tender Inviting Authority will verify the originals of credential & other documents of the lowest tenderer. After verification, if it is found that such documents submitted by the lowest tenderer is either forged or false; in that case, work order will not be issued in favour of the lowest tenderer under any circumstances. Moreover, stringent action will be taken against him, which may leads to blacklisting of the agency.

Page 5: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 5 of 16

30. The L1 bidder will have to submit the hard copy of the tender documents duly downloaded with the signature

of the authorized signatory in all pages along with the EMD document during formal agreement. 31. Visit :http://etender.wb.nic.in for more details. 32. Tender Documents include the following:-

Sl. No. Tender Documents Page No. i. Notice Inviting e-Tender. ALL PAGES ii. General Conditions of Contract ALL PAGES iii. Special Conditions of Contract ALL PAGES iv. WBF 2911. ALL PAGES v. BOQ/ Schedule of work ALL PAGES

INSTRUCTIONSTOBIDDERS 1. General guidance for e-Tendering

Instructions / Guidelines for bidders for electronic submission of the tenders online have been annexed for

assisting the Bidders to participate in e-Tendering.

2. Registration of Bidder

Any Bidder willing to take part in the process of e-Tendering will have to be enrolled & registered with the

Government e-Procurement system, through logging on to http://wbtenders.gov.in. The bidder is to click on the

link for e-Tendering site as given on the web portal.

3. Digital Signature certificate (DSC)

Each bidder 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 of which are available at the Web Site stated in Clause 3. DSC is given as a USB e-Token.

4. The bidder can search & download NIT & Tender Documents electronically from computer once he logs on to the

website mentioned in Clause 3 using the Digital Signature Certificate. This is the only mode of collection of Tender

Document.

5. Submission of Tenders

General process of submission, Tenders are to be submitted online through the website stated in Cl. 3 in single

folders as per tender schedule, i.e. Technical Proposal before the prescribed date & time using the Digital

Signature Certificate (DSC), The documents are to be uploaded (virus scanned copy) duly Digitally Signed

wherever necessary. The documents will get encrypted (transformed into non-readable formats).

(A) TECHNICAL PROPOSAL

The Technical proposal to be submitted in the following three covers (Folders):

A1 Pre-Qualification Cover Containing:

Scanned copy of earnest money submission confirmation from bank.

A 2 Statutory Cover Containing:

Following Documents are to be downloaded and uploaded virus scanned and digitally signed by the

Bidders:-

i. NIeT

ii. Tender Documents & Corrigendums if any.

iii. WBF 2911.

iv. Technical File (All filled up formats related to Technical Bid are to be uploaded here)

v. Fees

Page 6: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 6 of 16

A 3 Non-Statutory Cover Containing:

Following Scanned Documents are to be uploaded virus scanned and digitally signed by the Bidders:-

i. West Bengal GST Registration / PAN / P. Tax Clearance Certificate etc.

ii. IT Return, Audit report & balance sheet, Acknowledgement for Financial Year for at least three consecutive financial years amongst (2018-2019, 2019-2020, 2020-2021& 2021-2022).

iii. Affidavit (Declaration by the Bidder)

iv. Trade License

v. Registration Certificate under Company Act. (if any).

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

vii. Experience Certificate for completion of similar nature of work.

viii. Scanned copy of Original Credential Certificates.

ix. Deed of Partnership Firm / Article of Association & Memorandum.

Intending Bidders should upload Non-Statutory documents as per following folders in My Document: Sl. No

Category Name Sub Category

Description Details Remarks

A CERTIFICATES CERTIFICATES 1. West Bengal VAT Registration / PAN / P. Tax Clearance Certificate

2. Income Tax Acknowledgement Receipt

B COMPANY DETAILS

COMPANY DETAILS 1 COMPANY DETAILS 2

1. Proprietorship Firm (Trade License) 2. Partnership Firm (Partnership Deed, Trade

License). 3. Ltd. Company (Incorporation Certificate ,

Trade License) 4. Power of Attorney 5. Society (Society Registration copy, Trade

License)

C CREDENTIAL CREDENTIAL 1 CREDENTIAL 2

1. Similar Nature of Work Done & Completion Certificate

E EQUIPMENT

MACHINERIES 1 MACHINERIES 2

List of Machineries and Equipment

F

FINANCIAL INFO WORK IN HAND PAYMENT CERTIFICATE 1

PAYMENT CERTIFICATE 2 Payment Certificate only (Not TDS Certificate)

Note: - Failure of submission of any of the above mentioned documents (as stated in A1 &A2) will render the tender liable to summarily rejected for both statutory & non statutory cover.

All Corrigendum & Addendum Notices, if any, have to be digitally signed & uploaded by the bidder in the Pre-Qualification Folder.

6. II. Financial Proposal : The financial proposal should contain the following documents in one cover (folder) (a) Bill of quantities (BOQ) in which the contractor is to quote the rate online through the website

http://etender.wb.nic.in directly in the space marked for quoting rate in BOQ. Only downloaded copies of the above Documents are to be uploaded virus scanned & Digitally Signed by the contractor.

(b) The percentage (ABOVE/AT PAR/BELOW) rate both in figure & word will have to be quoted only in the BOQ under the financial bid. In case of quoting any rate in WBF 2911.or any other documents, the tender is liable to be summarily rejected.

7. Submission of Earnest Money :

The minimum earnest money as specified shall be submitted by the L1 bidder within the stipulated date and time in the form of RTGS/ NEFT/ NET BANKING of any Nationalized Bank payable at Malda to be drawn after the date of issue of NIeT in favour of the “Executive Engineer, Malda Division, PHE Dte”. during office hours.If any Tenderer is exempted from payment of EMD, copy of relevant Government order needs to be furnished (applicable in case of Registered Labour Cooperative Society).

Page 7: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 7 of 16

8. Opening & Evaluation of Tender : 9. Opening of Technical proposal :

i) Technical proposals will be opened by the Executive Engineer, Malda Division, Public Health Engineering

Directorate electronically from the web site using their Digital Signature Certificate. ii) Intending tenderers may remain present if they so desire. iii) Statutory documents will be opened first & if found in order, non statutory documents will be further

opened. If there is any deficiency in such documents, the tender will summarily be rejected. iv) Pursuant to scrutiny & decision of the Tender inviting authority the summary list of eligible tenders will be

uploaded in the web portal. v) While evaluation the Tender Inviting Authority may summon the tenderers & 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. Opening of Financial Proposal

i) Opening proposals of the tenderers declared technically eligible by the members of the Tender Inviting Authority will be opened electronically from the web portal on the prescribed date, by the and the Executive Engineer, Malda Division, Public Health Engineering Directorate electronically from the web site using their Digital Signature Certificate.

ii) The encrypted copies will be decrypted and the rates will be read out to the contractors remaining present at that time.

iii) The Financial Proposals shall be evaluated by the Tender Inviting Authority i.e. the Executive Engineer,

Malda Division, Public Health Engineering Directorate Finally summary result containing inter-alia, name of contractors and the rates quoted by them shall be uploaded provided he is satisfied that the rate obtained is fare and reasonable.

iv) However, if there is any scope for lowering down of rates in the opinion of the Tender Inviting Authority,

further negotiation meeting with the lowest bidder may be held at his office which will be done off line. The final negotiation statement shall be uploaded in the website.

10. Penalty for suppression / distortion of facts :

If any tenderer fails to produce the original hard copies of the documents or any other documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression, the tenderer will be suspended from participating in the tenders on e-Tender Platform for a period of 3 (three) years. In addition, his user ID will be deactivated and Earnest Money Deposit will stand forfeited. Besides, the P. H. Engineering Directorate may take appropriate legal action against such defaulting tenderer.

11. Award of contract : The Tender inviting authority reserves the right to accept or reject any Tender and cancel this Tendering processes and reject all Tender at any time or distribute the work prior to the award of Contract without thereby incurring any liability to the affected Tenderer or any obligation to inform the affected Tenderer or Tenderers of the Ground for Authority’s action. The Award of Contract to be notified by the Tender Inviting Authority through acceptance letter. The notification of award will constitute the formation of the Contract. The Agreement in WBF 2911.and all others documents comprising of Tender documents will incorporate all terms and conditions between the EIC and the successful Bidder.

12. REJECTION OF BID: The Employer (Tender accepting authority) reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time prior to the award of Contract without thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the affected Tenderer or Tenderers of the ground for Employer's (Tender accepting authority) action. The Tenderer whose Bid has been accepted will be notified by the Tender Inviting and Accepting Authority through acceptance letter/ Letter of Acceptance The Letter of Acceptance will constitute the formation of the Contract. The Agreement in Printed Tender Form will incorporate all necessary documents e.g.NleT, all addenda-corrigendum, General terms and condition, different filled-up forms, B.O.Q. and the same will be executed between the Tender Accepting Authority and the successful Tenderer.

Page 8: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 8 of 16

13. As per memo. No. 4608 F(Y), Dated-18/07/2018, additional performance Security @ 10% of tendered amount will have to be deposited by successful bidder, if his bid found 80% or less of the estimated amount put to tender, in the form of Bank Guarantee from any scheduled bank before issuance of work order. The validity and other conditions will be applicable as per the mentioned memo. i.e. up to the end of the contract period and shall be renewed accordingly. All other relevant terms will be enforced as per the said memo.

Executive Engineer, Malda Division,

PHE Dte.

Page 9: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 9 of 16

Public Health Engineering Directorate, Government of West Bengal NIeT No.- 08/MD of 2022-2023of Executive Engineer, Malda Division, PHE Dte.

(ALL FORM TO BE UPLOADED WITH TENDER DOCUMENT)

PRE-QUALIFICATION APPLICATION

To, The Executive Engineer, Malda Division, PHE Dte. Ref: Tender ID:-_______________________________ Dear Sir,

Having examined the Statutory, Non statutory &NIeT documents, I / We hereby submit all the necessary information and relevant documents for evaluation. The application is made by me / us on behalf of …………………………………………………………………….. in the capacity ……………………………………………………………………. duly authorized to submit the offer. The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for Application and for completion of the contract documents is attached herewith. We are interested in bidding for the work(s) given in Enclosure to this letter. We understand that:

a) Tender Inviting & Accepting Authority/ Engineer-in-Charge can amend the scope & value of the contract bid under this project.

b) Tender Inviting & Accepting Authority/Engineer – in-Charge reserve the right to reject any application without assigning any reason.

Enclosure: e-filling

1. Statutory Documents 2. Non Statutory Documents

Signature of applicant including title and capacity in which application is made

Page 10: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 10 of 16

DETAIL OF ORGANIZATION

1. Name of Applicant :-

(Indicate whether proprietary firm,)

Partnership, Limited Company,

Corporation/Others)

2. Office Address :-

3. Telephone No. :-

4. Fax No. :-

5. E-Mail address :-

6. Name and address of Banker :-

Signature of applicant including title and capacity in which applicant is made

Page 11: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 11 of 16

DECLARATION BY THE TENDERER

Ref :- ____________

Affidavit to be affirmed on a Non Judicial Stamp Paper of Rs. 10/- (Rupees Ten) only and to be enclosed with the Tender Documents which is also required to be mentioned in the forwarding letter of the Tenderer.

I, ………………………………………. Son of ……………………………….. aged about ……………….. years by occupation …………………………… do hereby solemnly affirm and declare as follows :-

1. That I am ________________ (designation of the ___________________ ______________________(Name of Tenderer and I am duly authorized and competent to affirm this affidavit on behalf of the said Tenderer.

2. That my / our authorized and competent personnel including myself have inspected all the sites of work covered under NI eT No. 08/MD of 2022-23, TENDER ID________________________ (circulated under Memo. No. 1244/MD, dated- 27/05/2022 of Executive Engineer, Malda Division, PHE Dte., Government of West Bengal) and have made ourselves fully acquainted with the site conditions and local conditions in or around the site of work. We have also carefully gone through the Notice Inviting Tender, subsequent corrigendum addendum, if any, and Tender Documents. Tender of the above named Tenderer is offered upon due consideration of all factors and if the same is accepted, I, on behalf of the aforesaid Tenderer, being duly authorized, promise to abide by all the covenants, conditions, and stipulations of the contract document to the entire satisfaction of the Engineer-in- charge of the work and abide by his instruction as may be given by him time to time to that effect. I also undertake to abide by the provisions of law including the provisions of Contract Labour (Regulation & Abolition) Act, 1970, Apprentice Act, 1961, West Bengal sales Tax Act, Income Tax Act as would be applicable to the Tenderer upon entering into formal contract with the Government of West Bengal.

3. That I declare that no relevant information as required to be furnished by the Tenderer has been suppressed in the Tender Documents.

4. That I declare that for execution of different types of works for Successful completion & commissioning of the entire system, as per scope of Tender Document we will not claim any extra payment for any type of work in any manner whatsoever in the event of becoming successful tenderer.

5. It is understood and agreed that cost whatsoever is incurred / involved for participation in this Tender would not be compensated / borne by PHED and therefore, in consideration of submitting its qualifications as a prospective Contractor for review, I fully agree to waive any claim against PHED that might arise with respect to its decision of a prospective Contractor’s qualification. The decision of PHED is final, binding and not subjected to appeal / review of any kind.

6. That I declare that Public Health Engineering Directorate / Department, Govt. of West Bengal shall not be held responsible for making payment against any anticipated profit and / or compensation for any losses, whatsoever for the works as stated in this Tender Document and we shall not claim any payment for such purposes in the event of becoming successful tenderer.

7. That the statements made in paragraph no. 1 to 6 are true to the best of my knowledge and belief.

Solemnly affirmed by the Said ____________ Deponent

Before me

(1st Class Judicial Magistrate / Notary Public)

Page 12: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 12 of 16

(To be typed on Company letter Head) EMD DECLARATION

From ............................................... ............................................... To The Executive Engineer, Malda Division, PHE Dte. Dist-Malda.

Name of the Work : ……………………….. NIeTNo : ___________________________________________

I, _______________________________ on behalf of __________ _________________ hereby declare that Scanned copy of Earnest Money

receipt in favour of Executive Engineer, _________________, PHE Dte has been uploaded in the Fees Folder and undertake

that hard copy of the Receipt will be submitted within due date, if we will be L1 bidder for the above stated work.

Yours faithfully,

Page 13: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 13 of 16

BIDDER’S UNDERTAKING (On a Rupee Ten Stamp Paper duly Notarized)

To, The Executive Engineer, Malda Division, PHE Dte. Ref: Tender ID:________________________ Dear Sir, We, ………………………………………………………………………………………………………………, having our registered offices at

…………………………………………………………………………………………………………………………….., hereby declare that we have

previously worked with the PHE Dte., Government of West Bengal and have no history of suspension /

blacklisting/never been banned under any projects by any authority under the Public Health Engineering Department,

Government of West Bengal executed since last 5(Five)years.

Signature of applicant including title and capacity in which application is made

Page 14: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 14 of 16

DECLARATION FROM CHARTERED ACCOUNTANT (In the Letter head of the Chartered Accountant)

To, The Executive Engineer, Malda Division, PHE Dte. Dist-Malda. Ref: Tender for Dear Sir, This is to declare that ………………………………………………………………………………………………………………, having their registered offices at …………………………………………………………………………………………………………………………….., have achieved in ……(mention year)..……, during this period their total turnover was Rs…………………………………………………………………………………….. (in figures and in words) . The supporting Work Order(s) are attested and attached along with.

Turn Over in the Year 2018-19

Turn Over in the Year 2019-20

Turn Over in the Year 2020-21

Signature and Seal of the Chartered Accountant

Page 15: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 15 of 16

Bid Form (Without Price)

Bidders are required to fill up all blank spaces in this Bid Form To

Dear Sir,

Sub :

Having visited the site and examined the Bid Documents, Drawings, Conditions of Contract, Specifications, Schedules, Annexures and, the Pricing Schedules etc. including Addenda/ Amendments to the above, for the execution of the subject work, we the undersigned offer to procure the work as given in Conditions of Contract and in conformity with the said Drawings, Conditions of Contract, Specifications, Preamble to and the Pricing Schedules, Schedules, Annexures, Bidding Documents, including Addenda Nos (insert numbers)

2. I/We agree that if we fail to provide required facilities to the E-I-C or his authorized Representative for carrying out the inspection and testing of materials and workmanship.

3. We undertake, if our Bid is accepted to complete and deliver the Works in accordance with the Contract within stipulated time period, inclusive of monsoons, from the date of receipt of Letter of Acceptance issued to us by you.

4. We agree to abide by this Bid for a period of 180 days from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

5. In the event of our Bid being accepted, we agree to enter into a formal Contract Agreement with you incorporating the conditions of Contract thereto annexed until such agreement is prepared this Bid together with your written acceptance thereof shall constitute a binding Contract between us.

6. We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this day of

Signature

(Name of the Person) Company Seal

(In the capacity of)

Duly authorized to sign Bid for and on behalf of

(Fill in Block capitals) (Name of firm) Witness

Signature :

Name :

Address :

Sd/- Executive Engineer,

Malda Division, PHE Dte.

Page 16: PHONE No. 03512-279093, E-mail ID :ee_mld@wbphed.gov.in

RDUTTA ETENDER 19-20 Page 16 of 16

Memo No. 1244/(1-15)/(1-3)/MD Dated, Malda, the___27/05/2022 Copy forwarded for information to :

1). The Deputy Secretary, (Technical), PHE Department., Govt. of West Bengal 2-3) The Chief Engineer, (Northern Zone) Civil/Headquarters, PHE Dte.

4). The Superintending Engineer, North Bengal Circle – II, PHE Dte. 5-8). The Executive Engineer, Malda Arsenic Area W/S Division/Balurghat Division/Raiganj Division/Malda

Mechanical Division, PHE Dte. 9-11). The Assistant Engineer, MaldaSadar Sub-Division/Chanchal Sub-Division/RWS Malda Sub-Division, PHE Dte.

12-14). The Sr. Divisional Accounts Officer, / Estimator/ Cashier, Malda Division, PHE Dte.

15)

NOTICE BOARD of the Office of the undersigned.

Executive Engineer, Malda Division,

PHE Dte. Memo No. 1244/(1-15)/(1-3)/MD Dated, Malda, the___27/05/2022 Copy forwarded for information to :

1). The Sabhadhipati, Malda Zilla Parishad, Malda. 2). The District Magistrate, Malda. 3). The Director of Information, Department of Information and Cultural Affairs, Govt. of West Bengal, Writers'

Buildings, Kolkata- 700 001.

Executive Engineer, Malda Division,

PHE Dte.