14.12.2012 Views

North 24 Parganas Zilla Parishad Rishi Bankim Sarani ... - Imimg

North 24 Parganas Zilla Parishad Rishi Bankim Sarani ... - Imimg

North 24 Parganas Zilla Parishad Rishi Bankim Sarani ... - Imimg

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

<strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong><br />

<strong>Rishi</strong> <strong>Bankim</strong> <strong>Sarani</strong>, Barasat, Kolkata- 7001<strong>24</strong>.<br />

Phone-…………………….., Fax ……………………………….<br />

NOTICE INVITING PRE-QUALIFICATION - CUM - TENDER (TWO COVER SYSTEM) for<br />

Improvement of Drainage System and Construction of Storm Water Drains in Barrackpore-II Block<br />

under <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong> under RIDF-XVI.<br />

NIT NO. NPG / N – 22 / 12-13 Dated: 07/09/2012<br />

For and on behalf of the Executive Officer, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>, the Addl. Executive Officer, <strong>North</strong> <strong>24</strong><br />

<strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>, invites sealed percentage rate tenders for the following works from resourceful bonafied<br />

either enlisted of this <strong>Zilla</strong> <strong>Parishad</strong> or bonafied outsiders, Govt. contractors registered with P.W.D./ Irrigation and<br />

Water Ways Department / Housing Deptt./ C.P.W.D. ,Kolkata Metropolitan Development Authority (KMDA),&<br />

enlisted contractors of other Engineering Deptt. of the Govt. having experience in same type of works .<br />

i) The bidder should have executed work in the same name and style as prime contractor of new<br />

construction/improvement of drainage system works involving same type of RCC structure works<br />

amounting to 50% of the amount put to tender through a single contract within last ten years<br />

To qualify for award of the Contract, each bidder should have in the last five years: Achieved in any one year<br />

during last five years in the same name and style (excluding current year) a minimum financial turnover as<br />

certified by chartered accountant and at least 50% of which is from civil engineering construction works)<br />

equivalent to amount given below.<br />

i) 100% of amount put to bid, in case of the amount put to bid is more than Rs.1000 lakh for which bid has<br />

been invited.<br />

Attested copy of IT, P.T.C.C, ST/VAT, valid audit report for the last three (3) years and all other documents must<br />

be submitted along with full address of their and authorized person to sign on tender documents along with Technical<br />

Bid papers. For Engineers Co. operative and Labour Co. operative attested copy of registration Certificate, Bye Laws,<br />

ARCS Certificate must also be submitted along with the technical Bid. During scrutiny of Technical Bid / Tender<br />

documents if it is found that any information is incorrect the Technical Bid / Tender documents will be rejected<br />

without assigning any reason thereof. The Executive Officer / Addl. Executive Officer, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong><br />

<strong>Parishad</strong> will have sole discretion to decide the eligibility of the Contractors on the basis of his submitted documents<br />

and evaluation thereof and reserve the right to refuse any explanation to Contractor to refuse issuance of tender to any<br />

applicant without assigning any reason thereof and the decision of the <strong>Zilla</strong> <strong>Parishad</strong> in this respect will be final. The<br />

details can be had from the P& RD web site : http://etender.wb.nic.in .<br />

Prospective bidders have to submit their bid on-line through http://etender.wb.nic.in . Tender<br />

document purchase fee and earnest money to be deposited to Savings Account No. 32<strong>24</strong>6674972 (SBI, Barasat,<br />

IFS Code SBIN 00000<strong>24</strong>) through RTGS/NEFT maintained for this purpose. The challan of deposit of tender<br />

purchase fee and earnest money must be scanned and uploaded by all the bidders. The tender document<br />

purchase fee submitted after date of issue of this NIT only will be considered valid for evaluation of the bid<br />

uploaded by all bidders.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

Sl.No Name of the work<br />

Estimated<br />

Cost/Amount<br />

put to tender<br />

(Rs. in Lakh)<br />

Earnest Money<br />

[2% of the<br />

estimated<br />

amount put to<br />

Tender]<br />

(Rs.)<br />

Cost of<br />

Tender<br />

documents<br />

(Rs.)<br />

(1) (2) (3) (4) (5) (6)<br />

1<br />

2<br />

Improvement of Drainage System<br />

under Mohonpur , Sewli ,<br />

Bandipur & Patulia G.P. of<br />

Barrackpore-II Block under <strong>North</strong><br />

<strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong> under<br />

RIDF-XVI.<br />

Construction of Storm Water<br />

Drains along both sides of<br />

Sodepur-Madhyamgram Road<br />

from Rupayanpur to Nowi Khal<br />

under Barrackpore-II Panchayat<br />

Samity under <strong>North</strong> <strong>24</strong> <strong>Parganas</strong><br />

<strong>Zilla</strong> <strong>Parishad</strong> under RIDF-XVI.<br />

1667.01922 33,34,038.00 20,000.00<br />

1488.49842 29,76,997.00 20,000.00<br />

Completion<br />

Time<br />

1(one) year i.e.<br />

12 months<br />

1(one) year i.e.<br />

12 months<br />

Intending bidders may download tender documents from e-procurement portal of the P& RD web site :<br />

http://etender.wb.nic.in from 10/09/2012 at 12-00 Hours to 01/10/2012 upto 14-00 Hours. The pre-qualification and<br />

bid documents duly filled in all respect should be submitted on-line through the aforesaid e-portal before 14-00 Hours<br />

(as per Server clock) upto 01/10/2012. <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong> does not take any responsibility for the delay<br />

caused due to non-availability of Internet connection or traffic jam etc.<br />

The pre-qualification documents alone will be opened on 01/10/2012 at 15-00 Hours by the Addl. Executive<br />

Officer / Executive Engineer, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong> in presence of bidders present.<br />

The financial bid document of the technically qualified bidders will be opened for evaluation and selection of<br />

qualified bidders on 04/10/2012 at 12-00 Hours and the other bid documents will be unopened. No separate<br />

intimation will be given for this, unless the above date is changed .In case of change of date, due intimation will be<br />

displayed in the Office notice board and website. No individual intimation will be given. Name of the qualified<br />

bidders will be displayed in the office notice board.<br />

The Addl. Executive Officer / Executive Engineer, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong> reserves the right to<br />

reject or cancel any or all pre-qualification documents and bid document or the entire tender process without assigning<br />

any reason whatsoever.<br />

The following documents are to be produced at the time of submission of tenders through e-tendering Process.<br />

1. Valid West Bengal Sales Tax / VAT Registration No. ................................................<br />

2. Completion certificate for works of similar type and of values as mentioned above individually for the above<br />

tenders from an officer not below the rank of Executive Engineer/DDO of the concerned Department.<br />

3. Professional Tax clearance certificate.<br />

4. Annual Profit & Loss Account & Balance Sheet from chartered accountant for at least last 3 (three) financial<br />

years.<br />

5. a.) Affidavit regarding the Bidder will be able to invest 30% (Thirty percent) Cash during<br />

implementation of the work .<br />

b) Affidavit regarding correctness of certificates.<br />

c) Affidavit regarding non - employment of any <strong>Zilla</strong> <strong>Parishad</strong> official under him.<br />

d) Affidavit regarding non - employment of retired (within 2 years) Departmental / Govt.<br />

Officers / Engineers under him.<br />

6. Bank Certificates in format for proving 10% (Ten percent) overdraft / credit facilities & 10% (Ten percent)<br />

regarding availability of other Financial resources (Total 20%).


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

7. To qualify for award of the Contract, each bidder should have in the last five years:<br />

Achieved in any one year during last five years in the same name and style (excluding current year) a<br />

minimum financial turnover as certified by chartered accountant and at least 50% of which is from<br />

civil engineering construction works) equivalent to amount given below.<br />

i) 100% of amount put to bid . The attested copy of payment Certificate must be submitted for<br />

evaluation of amount of Civil engineering work done.<br />

8. VAT Clearance.<br />

9. PAN Card No.<br />

10. a) List of completed works for the last 10 Years.<br />

b) List of ongoing works.<br />

11. The contractor should have sufficient technical manpower, tools and plants to complete the work.<br />

a) List of tools and plants.<br />

(i) bidder should own/leased quality control equipments for testing of concrete (M20 grade &<br />

above) with skilled laboratory personnel at the worksite.<br />

b) List of technical staff.<br />

12. a) Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity for<br />

construction work is equal to or more than the total bid value. The available bid capacity will be calculated as under:<br />

Assessed Available Bid capacity = (A*N*M - B)<br />

Where<br />

A = Maximum value of civil engineering works executed in any one year during the last five<br />

years taking into account the completed as well as works in progress.<br />

N = 1<br />

M = 3<br />

B = Value, at the current price level, of existing commitments and on-going works to<br />

be completed during the period of completion of the works for which bids are invited.<br />

Note: The statements showing the value of existing commitments and on-going works as well as the stipulated period<br />

of completion remaining for each of the works listed should be countersigned by the Engineer in charge, not below the<br />

rank of an Executive Engineer or equivalent otherwise payment certificate for the ongoing work must be submitted.<br />

12. b) Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:<br />

(i) Made misleading or false representations in the forms, statements, affidavits and attachments submitted in proof of<br />

the qualification requirements; and / or record of submission of any false / fake document(s).<br />

(ii) Record of poor performance such as abandoning the works, not properly completing the<br />

contract, inordinate delays in completion, litigation history, or financial failures etc.<br />

(iii) Participated in the previous bidding for the same work and had quoted unreasonably high or low bid prices and<br />

could not furnish rational justification for it to the Employer.<br />

12. c) Bids from joint venture are not allowed.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

13. The Number of Technical personnel, Qualifications and Experience will be as follows:<br />

A. The Technical Personnel are:<br />

Technical Personnel Number<br />

A. Degree Holder in Civil<br />

Engineering<br />

B. Diploma Holder in Civil<br />

Engineering<br />

C. Others (Specify)<br />

Supervisor<br />

Science Graduate<br />

One<br />

One or more as<br />

per requirement<br />

2 nos.<br />

2 nos.<br />

Experience in R.C.C. Drain, R.C.C.<br />

Tunnel, R.C.C. Bridge etc. Works<br />

Experience 3<br />

(three) yrs. in the R.C.C. works.<br />

5 (five) years in construction in the<br />

similar works.<br />

3 (three) yrs.<br />

experience in the similar works.<br />

4 (four) yrs.<br />

experience in the similar works.<br />

14. Qualification Information<br />

Notes on Form of Qualification Information<br />

The information to be filled in by bidders in the following pages will be used for purposes of post-qualification.<br />

This information will not be incorporated in the Contract. Attach additional pages as necessary.<br />

1. Individual Bidders<br />

1.1 Constitution or legal status of Bidder<br />

Place of registration:<br />

Principal place of business:<br />

Power of attorney of signatory<br />

of Bid<br />

1.2 Total annual volume of civil engineering<br />

construction work executed and payments<br />

received in the last five years preceding<br />

the year in which bids are invited. (Attach<br />

certificate from Chartered<br />

Accountant)<br />

[Attach copy]<br />

______________________<br />

____________________<br />

[Attach]<br />

Year (Rs. In lakhs)<br />

2006-2007 ------------------<br />

2007-2008 ------------------<br />

2008-2009 ------------------<br />

2009-2010 ------------------<br />

2010-2011 ------------------<br />

1.3 Work performed as prime Contractor (in the same name and style) on construction works<br />

of a similar nature and volume over the last five years. Attach certificate from the<br />

Project<br />

Name<br />

Engineer-in-charge / Employer<br />

Name of<br />

Employer<br />

Description<br />

of<br />

work<br />

Value of<br />

contract<br />

Contract<br />

No.<br />

Date of<br />

Issue of<br />

Work<br />

Order<br />

Stipulated<br />

Date of<br />

Completion<br />

Actual<br />

Date of<br />

Completion<br />

Remarks<br />

explaining<br />

reasons<br />

for<br />

Delay, if<br />

any<br />

Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as<br />

on the date of this bid.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

(A) Existing commitments and on-going construction works:<br />

Description<br />

of<br />

Work<br />

Place<br />

&<br />

State<br />

Contract<br />

No & Date<br />

Name &<br />

Address of<br />

Employer<br />

Value of<br />

Contract<br />

(Rs. In<br />

Lakhs)<br />

Stipulated<br />

period of<br />

completion<br />

Value of<br />

works<br />

remaining<br />

to<br />

be<br />

completed<br />

(Rs. Lakhs)<br />

*<br />

1 2 3 4 5 6 7 8<br />

N.B.Supression of any fact regarding work-in-hand will be liable for non-responsive of bid<br />

* Enclose certificate(s) from Engineer(s)-in-charge for value of work remaining to be completed.<br />

(B) Works for which bids already submitted: (Work-order not issued)<br />

Description<br />

of<br />

Work<br />

Place<br />

&<br />

State<br />

Name &<br />

Address of<br />

Employer<br />

Estimated<br />

Value of<br />

Works<br />

(Rs. Lakhs)<br />

Stipulated<br />

period of<br />

completion<br />

Date when<br />

decision is<br />

expected<br />

1 2 3 4 5 6 7<br />

Anticipated<br />

Date of<br />

completion<br />

Remarks, if<br />

any<br />

15. Before submission of Tender the Bidder must inspect the site and should submit a Certificate that<br />

he/they have inspected the site and quoted rate accordingly.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

16. SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES<br />

BANK CERTIFICATE<br />

This is to certify that M/s --------------- is a reputed company with a good financial standing.<br />

If the contract for the work, namely, ___________ is awarded to the above firm, we shall be able to provide<br />

overdraft / credit facilities to the extent of Rs. ________ to meet their working capital requirements for executing the<br />

above contract.<br />

Note: Certificate should be on the letter head of the bank.<br />

Signature of Senior Bank Manager ____________<br />

Name of the senior Bank Manager ___________<br />

Address of the Bank -----------------------<br />

Stamp of the Bank<br />

17. SAMPLE FORMAT FOR AFFIDAVIT<br />

I, Sri………………………………….,S/o Sri…………………..,aged…Years, Residing<br />

at………………………, Proprietor/Partner/Director of…………………………………..,<br />

do hereby solemnly affirm and declare in connection with ………………………………….<br />

………………………….as follows:-<br />

1. That I, the undersigned, do certify that all the information furnished & statements made in the bid documents are<br />

true and correct to the best of my knowledge and<br />

belief.<br />

2. That the undersigned also hereby certifies that neither any near relations of DE/EE/SE/AE/SAE of the Department<br />

nor any retired gazetted officers are in our<br />

Employment<br />

3. The undersigned would authorise and request any bank, person, firm or corporation to furnish pertinent information<br />

as deemed necessary and or as requested by the<br />

Department to verify this statement.<br />

4. The undersigned understands and agrees that the bid shall remain open for Acceptance 180 days from the date of<br />

opening of financial bid.<br />

5. The undersigned agrees to invest 30% of the contract price of works by cash during<br />

the implementation of the works.<br />

6. The undersigned agrees to authorise the authority to seek references from the<br />

Bankers of the undersigned.<br />

7. If the contract is awarded to us, we will deploy at site all necessary T&P and<br />

equipments as listed in the ITB of the bidding document immediately on receipt of the<br />

work order. We would commence the work only on deployment of machineries at site<br />

to the full satisfaction of the Engineer-in Charge. We would be duty bound to use<br />

those equipments at site to achieve the best result as per requirement of the contract.<br />

We would upkeep and maintain those equipments in running condition till completion<br />

of the Project. Any breakdown of any equipment will be replaced immediately. No part<br />

of equipment will be shifted to another site without the written permission of the E.I.C.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

8. We would establish a site Laboratory with minimum testing equipments / apparatus<br />

as listed in the ITB to conduct the various tests on soil, aggregates, cement, concrete<br />

to maintain the quality at site. We will upkeep the Laboratory set-up in good condition<br />

of the Project.<br />

9. We would deploy at site all necessary technical Personnel for efficient contract management and supervision of<br />

works with a view to achieving best quality of works at site.<br />

10. We would carry out all necessary tests of all major items at frequency spelled out<br />

in the contract document / MORD Specification book / SP 20/SP 72 to achieve the<br />

best quality work at site. We will be contract bound to bring to the notice of the EIC<br />

any non-compliance of test results along with the action taken report.<br />

11. Any departure whatsoever in any form will be considered as breach of contract. In<br />

such situation the Department at his liberty may with hold our payment till we rectify<br />

the defects or fulfill our contractual obligation. In this connection, Departmental<br />

decision will be final and binding.<br />

12. The undersigned also certifies that neither we have abandoned any work awarded<br />

to us, nor any penal action was taken against us by any department. The undersigned<br />

also declares that we do not have any running litigation with any department.<br />

13. The undersigned inspected the site and quoted the rate accordingly.<br />

Additional information to the Bidders:-<br />

1) Drawings and Photographs of the Works:<br />

The contractor shall do photography / video photography of the site firstly before the start of the work, secondly midway<br />

in the execution of different stages of work and lastly after the completion of the work. No separate payment will<br />

be made to the contractor for this.<br />

The Contractor shall not disclose details of Drawings furnished to him and works on which he is engaged<br />

without the prior approval of the Engineer in writing. No photographs/ Video photography shall be published or<br />

otherwise circulated without the approval of the Engineer in writing.<br />

2) Notwithstanding the provisions made in the related BOQ any item of the work which can legitimately be<br />

considered as not stipulated in the Specific Schedule of probable items of work but has become necessarily as a<br />

reasonable contingent item during actual execution of the work will have to be done by the contractor if so directed by<br />

the engineer-in-Charge in writing obtaining prior approval of the tender accepting authority and the rates will be fixed<br />

in the manner as stated below.<br />

a)The rate of Supplementary item shall be analised to the maximum extent possible from rates of allied item of works<br />

appearing in the “Specific Priced Schedule of Probable Items”.<br />

b)To complete the analysis, if necessary, the rates appearing in the Schedule of Rates of PW ( Roads) Department’s<br />

schedules of rates in force for the working area at the date of acceptance of the tender.<br />

Value of the supplementary tender / substitute Supplementary tender shall not be more than 10% (ten<br />

percent) of the tender amount / contract value accepted provided that total work value together with the<br />

Supplementary tender / substitute Supplementary tender (along with excess work if any) shall not be exceed by<br />

the Sanctioned Value of the work or Estimated Amount put to the tender +5% whichever is less.<br />

3) (a) Milestones to be achieved during the contract period<br />

(1) 1/8th of the value of entire contract work up to 1/4th of the period allowed for completion of construction<br />

(2) 3/8th of the value of entire contract work up to ½ of the period allowed for completion of construction<br />

(3) 3/4th of the value of entire contract work up to ¾th of the period allowed for completion of construction<br />

(b) Amount of liquidated damages for For Whole of work<br />

delay in completion of works 1 percent of the Initial


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

Contract Price, rounded<br />

off to the nearest<br />

thousand, per week.<br />

(c) Maximum limit of liquidated damages for 10 per cent of the Initial<br />

delay in completion of work. Contract Price rounded<br />

off to the nearest thousand.<br />

4) To Keep the Proposed Constructed Drains in good condition ( security period ):<br />

3(three) year after completion of the construction / renovation. If any additional / excess work is required for<br />

the maintenance work, the same will be treated as defect liability and the Contractor will have to do the<br />

maintenance work at his own cost.<br />

i) No Mobilization Advance and Advance against purchase of equipment will be paid for the work.<br />

ii) No Secured Advance will be paid for the work under any circumstances. Under no circumstances Escalation<br />

in prices in materials, labour charges, cost of P.O.L. will be entertained.<br />

iii) No price escalation will be entertained.<br />

iv) All duties, taxes, royalties, cess, [including 1% Cess under W.B. Building and other Construction Workers<br />

(Regulation of Employments & Condition of Service) Act, 1996], toll, taxes and other levies payable by the<br />

Contractor under the Contract to the State / Central Government for any other cause, shall be included in the rates,<br />

prices and total Bid price submitted by the bidder. 1% Cess under W.B. Building and other Construction Workers<br />

(Regulation of Employments & Condition of Service) Welfare Cess Act, 1996 will be deducted from the<br />

running bills. Royalties & Cess of Minor Minerals such as sand, stone, earth shall be realized from the bills of<br />

the awarded contractor vide Notification No. 809/CI/O/MM/84/11 dtd 01.12.2011 of West Bengal Minor<br />

Minerals Rules 2002<br />

5) Preparation of Bids/Tender Documents<br />

a) Language of the Bid / Tender documents will be in English.<br />

b) Documents Comprising the Bid/ Tender documents.<br />

i) The Bid submitted by the Bidder shall be in two separate parts:<br />

Part I This shall be named Technical Bid and shall comprise of.<br />

1) Bidding documents(Technical Bid) and Earnest money.<br />

[Tender with all other documents along with BOQs, brief description, rates, schedule of works, drawings etc. of work<br />

including Tender documents can also be downloaded from Govt. of West Bengal e-tendering Web site :<br />

http://etender.wb.nic.in<br />

2) Authorised address and contact details of the bidder having the following information:-<br />

Address of communication:-<br />

Telephone No(s) Office:-<br />

Mobile No:- Facsimile (FAX) No:- Electronic Mail<br />

Identification (E-mail ID):-<br />

3) Schedule of Quantities<br />

4) Bidding Document<br />

5) Bid Validity - Undertaking that the bid shall remain valid for a period of 180 (one hundred eighty) days<br />

after the deadline for financial bid date for bid submission. A bid valid for a shorter period shall be rejected<br />

by the under signed as non responsible bidder.<br />

Part II. It shall be named Financial Bid and shall comprise of:<br />

(i)Bill of Quantity<br />

[The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees.]<br />

6) Content of Bidding Documents<br />

The set of bidding documents comprises the documents listed below<br />

1) Notice Inviting Tender


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

2) Conditions of Contract<br />

3) Specifications (Schedule of Quantity)<br />

4) Drawings<br />

5) Bill of Quantities<br />

Tenderer may inspect the respective site of work before submitting tender and go through the set of tender papers<br />

BOQs, rates, brief description, rates, schedule of works, drawings, all other details & related documents kept in the<br />

office establishment of the Executive Engineer of the <strong>Zilla</strong> <strong>Parishad</strong> from 10/09/2012 to 30/09/2012 during office<br />

hours.<br />

The agency (Tenderer) must engage at its own cost at least one degree holder Engineer who will supervise the works<br />

of the agency and specify his name in the tender form clearly. The name of his authorized representative who will<br />

supervise the day-to-day activities during construction should also be specified in the tender form. A work Order Book<br />

with triplicate pages must be kept at the site office of the agency for the work and day to day instruction, whenever<br />

required, will be recorded by the site engineers of the <strong>Zilla</strong> <strong>Parishad</strong> in connection with the work.<br />

7. Dispute Redressal System<br />

If any dispute or indifference of any kind whatsoever arises in connection with or arising out of this Contract or the<br />

execution of works or maintenance of the works there under whether before its commencement or during the progress<br />

of works or after the termination, abandonment or breach of the contract it shall, in the first instance, be referred for<br />

settlement to the competent authority, described along with their powers in the contract data above the rank of the<br />

Engineer. The competent authority shall within the period of 45days after being requested in writing by the contractor<br />

to do so, convey his decision to the contractor. Such decision in respect of every matter so referred, subject to review<br />

as herein after provided, be final and binding upon the contractor. In case the work is already in progress , the<br />

Contractor shall proceed with the execution of works , including maintenance thereof, pending receipt of the decision<br />

of the competent authority as aforesaid, with all due diligence. The competent authority in this case shall comprise of<br />

the District Magistrate, Addl District Magistrate(Dev), Executive Engineer, Financial Controller and one Assistant<br />

Engineer. If required, the Technical Advisor, WBSRDA, P&RD Dept may be consulted.<br />

8. Arbitration<br />

In view of the provisions of clause 7 on Dispute Redressal System, it is the condition of the contract that there will<br />

be no arbitration for the settlement of any dispute between the parties.<br />

IMPORTANT INTRUCTION TO BIDDERS<br />

9. Submission of e-Tender<br />

9.1 General process of submission<br />

Tenders are to be submitted online through the website as stated in two folders, at a time for<br />

each work, one is Technical Proposal and the other is Financial Proposal, before the prescribed date<br />

and time. Using the Digital Signature Certificate (DSC), the documents are to be uploaded virus<br />

scanned and digitally signed. The documents will get encrypted (transformed in to non-readable<br />

formats).<br />

9.2 Technical Proposal<br />

The Technical Proposal should contain scanned copied of the following in further two covers<br />

(folders).<br />

a) Technical File (Statutory cover) containing,<br />

i) Tender Fee - Photocopy of Demand Draft Deposit at<br />

Call Receipts towards cost of tender documents as prescribed in this N.I.T. in favour of Addl<br />

Executive Officer, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>, Barasat.<br />

ii) Earnest Money Deposit – in the form of Demand draft as prescribed in this N.I.T. in favour of<br />

<strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>, Barasat.or scanned copies of relevant Govt. order(s) for<br />

exemption.<br />

iii) Other Mandatory Forms<br />

A. ‘Average turnover from contracting business’-<br />

Summary statement of average annual turnover from contracting business for a<br />

period of last 3(three) years (Year just preceding the current financial year will be<br />

considered as year-1) or during the period since formation of the Firm, if it was set<br />

up in less than such 3-Years period (Vide-Form-2)<br />

B. ‘Power of Attorney’-<br />

Scanned copy of power of attorney by the competent authority, if the power is<br />

delegated for signing the bid to persons other than the applicant.<br />

iv) General Specification of Works and Additional Terms & Conditions.<br />

v) Drawings (if required)


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

Note:<br />

i) Tenders will be summarily rejected if any item in the statutory cover is missing.<br />

b) My document (Non-statutory Cover) containing,<br />

i) Certificates<br />

1. Professional Tax (PT) Clearance Certificate and IT PAN valid up to the date of<br />

opening<br />

of the Tenders. Application for such clearance addressed to the competent<br />

authority<br />

may also be considered.<br />

2. VAT Return certificate of the last quarter of the previous financial year.<br />

ii) Company Details<br />

1. Regd. Deed for partnership Firm/Joint Ventures from Registered of Assurance<br />

having<br />

office at Todi Mansion, Kolkata. Mere application for registration will not be<br />

considered.<br />

2. Trade Licence for Proprietorship Firms.<br />

3. Memorandum of Articles for Limited Companies.<br />

4. Society Registration and Bye-Laws for Co-operative Societies.<br />

iii) Credentials<br />

1. Completion Certificate of completed (100%) work(s) supported by Bill of Quantities<br />

(B.O.Q.s) as detailed in Form -3 executed during the current financial year and the last<br />

five years.<br />

2. Audited Balance Sheet of last 3(three) financial years or of such period, if the<br />

company was set up less than three years ago, with auditor’s certificate regarding<br />

annual turnover from contracting business in each year.<br />

i v). Equipment and manpower (if required, to be sought for in a separate standardized format)<br />

iv) Others<br />

Failure of submission of any one of the above mentioned documents will render the<br />

tender liable to summary rejection.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

9.3 Financial Proposal<br />

The financial proposal should contain the following documents in one cover (folder),i.e. Bill of<br />

Quantity (BoQ). The contractor is to quote the rate (percentage above or below) online through<br />

computer in the space marked for quoting rate in the BoQ.<br />

Only downloaded copies of the above documents are to be uploaded, virus scanned and digitally<br />

signed by the contractor.<br />

9.4 Eligibility Criteria<br />

Financial proposal of any contractor will come under the purview of consideration only both the<br />

criteria [9.4 (i) & 9.4.2(ii)] mentioned below are fulfilled.<br />

i) There is any one or more of the following categories of major items (having weightage of 25% of<br />

more in items of monetary value, in respect of the amount put to Tender) in the BoQ including the<br />

amount, i.e monetary value of such items which is to be uploaded alongwith the BoQ.<br />

Completion certificate(s) to be submitted by the Tenderer should also indicate any one or more of<br />

such major items (having weightage of 25% or more in terms of monetary value), in respect of the<br />

amount put to tender for the work for which completion certificate is provided alongwith the<br />

corresponding amount, i.e monetary value.<br />

Monetary value of all such major items should further be multiplied by the following factors to take<br />

care of the inflationary effects to arrive at the net notational amount.<br />

Year Description Multiplying factor to<br />

arrive at net notational<br />

amount<br />

Current - 1.00<br />

1st 1 year preceding the current financial year 1.08<br />

2nd 2 years preceding the current financial year 1.16<br />

3rd 3 years preceding the current financial year 1.26<br />

4th 4 years preceding the current financial year 1.36<br />

5th 5 years preceding the current financial year 1.47<br />

Net notional amount thus calculated of at least one of the major items contained in the completion<br />

certificate should be at least 30% of the corresponding amount of the same matching major item<br />

contained in the BoQ subject to ‘Note’ under ‘Earthwork’. Where net excavation is a major item,<br />

the tenderer must have matching credential of that item for eligibility.<br />

Description of major items;<br />

1. Earth work:<br />

Type - A: Earthwork in dry excavation in irrigation Canal/drainage channels or making<br />

embankments on rivers/sea front/drainage channels or irrigation canals, by manual /mechanical<br />

means including leads, lifts and disposal/transportation.<br />

Type - B : Earthwork in wet excavation in flowing channels, by pontoon mounted excavators<br />

including leads, lifts and disposal/transportation.<br />

Note :<br />

For wet excavation of flowing channels, credential of earthwork should specially be of earth work<br />

by pontoon mounted excavator. Credential of other types of earthwork will not be considered.<br />

5


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

2. Brickwork of all kinds.<br />

3. Concrete work: RCC/PCC of all grades of concrete in hydraulic structures (i.e.<br />

structures on rivers/sea front/ drainage channels or irrigation canals), including<br />

formwork and staging)<br />

6<br />

Note:- In case of tender invited for building works, concrete involved in building<br />

should also be considered over and above the above referred credentials.<br />

4. Reinforcing Steel including Structural Steel: All kinds of steelworks including<br />

supply/manufacture, placing, installation, etc.<br />

5. Protection work (on rivers/sea front/drainage channels/irrigation channels or on<br />

embankments facing these):<br />

Type - A: Cement concrete block pitching or lining/brick pitching/boulder pitching/dry<br />

brick pitching/loose boulder/brick dumping/sausage/aprons/filters (conventional or geojute<br />

or geo-synthetic) etc. including supply, carriage and lying at site.<br />

Type - B: Bullah and bamboo related work, porcupine cages/spurs, nylon or other<br />

crates, gunny/geo-bags including supply, carriage, placing/driving in position at site.<br />

Note: Credential for any particular type of protection work should be used for assessing<br />

eligibility for that particular type of work.<br />

6. Road work: All item related to construction/renovation/improvement of bituminous roads.<br />

General Note:<br />

a) While calculating the amount, i.e. money value of the major items stated above,<br />

amount of all sub-items included in the major items should be arithmetically<br />

added.<br />

b) Completion Certificate(s) (Form-3) should be supported by BoQ(s) of the work(s)<br />

for<br />

which Completion Certificate(s) is/are being issued.<br />

ii) Average turnover from contracting business as stated in clause 9.2(a)(v)(A) & Form-2<br />

should be at least 40% of the amount of Tender of works in which the contractor intends to<br />

participate.<br />

9.4.1 Completion Certificate<br />

i) Completion Certificates for fully(100%) completed works during the current year and<br />

last five financial years will only be accepted. Certificates issued for partly completed work<br />

will not be considered.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

7<br />

ii) Completion Certificate of work executed in other Departments of Central & State Government or<br />

organizations, like Public Works & Public Works(Roads) Department, Public Health<br />

Engineering Department, Sundarban Affairs Department and various other State Govt.<br />

Departments, <strong>Zilla</strong> <strong>Parishad</strong>s, West Bengal Housing Infrastructure Development Corporation Limited<br />

(WBHIDCO), West Bengal State Electricity Distribution Company Limited (WBSEDCL), Kolkata<br />

Metropolitan Development Authority (KMDA), Kolkata Metropolitan Water Sanitation Authority<br />

(KMW&SA) , Kolkata Municipal Corporation ( KMC), Hooghly River Bridge Commissioner (HRBC),<br />

Engineering Departments of Central Government and Organisation, like Farakka Barrage Project (FBP)<br />

Authority, Railways, Kolkata Port Trust (KPT), Completion Certificates are to be issued by an officer<br />

not below the rank of Executive Engineer/Divisional Engineer/District Engineer/Project Manager of<br />

other state/Central Govt. Departments/Organisations.<br />

iii) State owned Companies like Mackintosh Burn Ltd., Britania Engineering Ltd. and Westinghouse<br />

Saxby Farmer Ltd shall be allowed to enjoy price preference for the purpose of evaluation of<br />

tenders,<br />

9.4.2 Eligibility criteria for participating in more than one<br />

i) Normally separate completion certificate of fully physically completed works is to be<br />

provided for separate work [vide 9.4(i) & 9.4.1]. However, completion certificate for one<br />

particular work may be considered as eligible for participation in maximum two numbers of<br />

serials, provided required credential for two such works (to be arithmetically added for identical major<br />

works) satisfies the requirement in all respect from one such completion certificate.<br />

Example:<br />

1. Supposing that major item of two works in any particular tender is ‘Earthwork’. If 30%<br />

of the net notional amounts of earthwork required for both the serials are arithmetically<br />

added and the combined amount is less than or equal to the amount of earthwork<br />

contained in the completion certificate of one work, the tenderer will be eligible for both the works.<br />

2. Supposing that major item for any two works in any particular tender are ‘Earthwork’<br />

and ‘Concrete work’. If both 30% of the net notional amounts of ‘Earthwork’ and<br />

‘Concrete work’ are less than or equal to the amounts of ‘Earthwork’ and ‘Concrete<br />

work’ contained in one completion certificate, the tenderer becomes eligible for both the works.<br />

3. However, one completion certificate will be considered for maximum two works.<br />

9.5 Taxes & duties to be borne by the Contractor<br />

VAT, Sales Tax, Royalty, Construction Workers’ Welfare Cess and all other statutory levy/Cess will have to be<br />

borne by the contractor as per existing rules and for which no extra cost will be paid for consideration of all these<br />

charges. Service Tax, if applicable, would be reimbursed subsequently.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

Form - 2<br />

Certificate regarding Summary Statement of Yearly<br />

Turnover from Contractual Business<br />

This is to certify that the following statement is the summary of the audited Balance Sheet arrived<br />

from contractual business in favour of _________________________ ____________________________ for the<br />

three consecutive years or for such period since inception of the Firm, if it was set in less than such three year’s<br />

period.<br />

sl. no. Financial<br />

Year Turnover<br />

rounded<br />

up to Rs. In lakh (two<br />

digit after decimal)<br />

1.<br />

2.<br />

3.<br />

Total<br />

Average Turnover : Rs.<br />

Note :<br />

1. Year preceding the current financial year is to be considered as Year-1<br />

2. Average turnover is to be expressed in lakh of rupees, founded upto to digits<br />

after decimal.<br />

Remarks<br />

3. Average turnover for 3 years is to be obtained by dividing the total turnover by<br />

3.0. If the Firm was set up in less than 3 year’s period, consider the turnover for the period from<br />

inception to the year-1. It may be either 1.0 or 2.0. Average turnover is to be obtained by dividing<br />

the total turnover by 1.0 or 2.o, as the<br />

case may be.<br />

4. In case, the firm was set up in less than 3 year’s period, mention the year of<br />

inception in the ‘Remarks’ column.<br />

Signature of the bidder Signature of the auditor


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

Form - 3<br />

Completion Certificate (100 % Physical Completion )<br />

1. Name of the work :<br />

2. Name of the Client :<br />

3. Amount put to Tender :<br />

4. Contractual Rate :<br />

5. Date of Commencement :<br />

6. Date of completion as per work order :<br />

7. Actual date of completion :<br />

8. Final gross value of the bill (if the final bill is :<br />

Prepared, otherwise mention N.A.)<br />

9. Amount contained in the BOQ for the major :<br />

items of work in lakh of Rupees, with reference<br />

to the major items stipulated in the Nit Major<br />

items are such items as broadly categorized<br />

below, which have weightage of 25 % or more in<br />

terms of monetary value, in respect of the amount<br />

put to tender.<br />

17<br />

Sl. Total Weightage in<br />

N Major items amount % of the total<br />

o. as per amount put to<br />

BoQ (Rs. tender<br />

In lakh)<br />

1 2 3 4<br />

1. Earth work :<br />

Type-A : Earth work in dry excavation in irrigation<br />

canal / drainage channels or making<br />

embankments on rivers / sea front / drainage channels or<br />

irrigation canals, by manual / mechanical means including<br />

leads, lifts and disposal / transportation.<br />

Type - B : Earthwork in wet excavation in flowing<br />

channels, by pontoon mounted excavators including leads,<br />

lifts and disposal / transportation.<br />

2. Brickwork of all kinds<br />

3. Concrete Work : RCC / PCC of all grades of<br />

concrete in hydraulic structures (i.e. structures on<br />

rivers / sea front / drainage channels or irrigation<br />

canals), including formwork and staging.<br />

4. Reinforcing Steel including Structural Steel<br />

All kinds of steel works including supply /<br />

manufacture, placing, installation, etc.<br />

5. Protection work ( On rivers, sea front, drainage<br />

channels, irrigation channels or on embankments facing<br />

these).<br />

Type-A : Cement concrete block pitching or lining / brick<br />

block pitching / boulder pitching / dry brick pitching /<br />

loose boulder / brick dumping / sausage


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

Sl.<br />

No.<br />

Page 16 of 18<br />

18<br />

Form - 3 (Contd.)<br />

Major items Total<br />

amount<br />

as per<br />

BOQ<br />

(Rs. In<br />

lakh)<br />

Weightage<br />

in % of<br />

the total<br />

amount<br />

put to<br />

tender<br />

1 2 3 4<br />

/apronsfilters(conventionalorgeojute<br />

or geo - synthetic) etc.<br />

including supply, carriage and<br />

laying at site..<br />

6 Road work :<br />

All items related to construction / reno0vation /<br />

improvement of bituminous roads.<br />

Note :<br />

1. While calculating the amount, i.e. money value of the major items stated above<br />

amount of all sub-items included in the major items should be arithmetically<br />

added.<br />

2. Completion Certificate(s) should be supported by BoQ(s)<br />

3. Completion Certificate for fully (100 %) completed works will only be<br />

considered<br />

4. Mention ‘NA’ in Col. 3 & 4 in case any off the major items are not included in<br />

the Completion Certificate. BoQ.<br />

5. In case, there is any difficulty in getting the above table filled up in the office of<br />

the Authority issuing the completion certificate, signature of the issuing<br />

Authority may be obtained after Sl.8. The table below Sl.9 may be filled up by<br />

the tenderer himself in a separate sheet (title would be ‘Fporm-3 Contd.’) using<br />

the BoQ and to be signed by him.<br />

Signature of the bidder Signature of the issuing authority


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

List of Important Dates of Bids<br />

1.Name of Work:<br />

i) Improvement of Drainage System under Mohonpur , Sewli , Bandipur & Patulia G.P. of Barrackpore-II Block under<br />

<strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong> under RIDF-XVI.<br />

ii) Construction of Storm Water Drains along both sides of Sodepur-Madhyamgram Road from Rupayanpur to Nowi<br />

Khal under Barrackpore-II Panchayat Samity under <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong> under RIDF-XVI.<br />

2. Completion Period for Construction: 12 (twelve) Months<br />

3. Date of Issue of Notice Inviting Bid Date: 07 Month: 09 Year: 2012<br />

4. Period and time for download of Bidding Documents -From Date:10 Month 09 Year: 2012<br />

Time 12-00 Hours<br />

To Date : 01 Month: 10 Year:2012<br />

Time 14-00 Hours<br />

5. Time of submission Bids From Date: 10 Month:09 Year: 2012<br />

Time: 14-00 Hours<br />

To Date: 01 Month: 10 Year 2012<br />

Time: 14-00 Hours<br />

6. Time and Date for opening Technical Bid/Bids Date: 01 Month: 10 Year: 2012<br />

Time: 15-00 Hours<br />

7. Time and Date of opening Financial Bids Date: 04 Month: 10 Year: 2012<br />

Time 12-00 Hours<br />

8. Place of opening bids <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong><br />

9. Last Date of Bid Validity Date: 04 Month: 04 Year: 2013<br />

10. Officer inviting Bids<br />

Designation: - Addl. Executive Officer,<br />

Address: <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong><br />

Page 17 of 18<br />

Addl. Executive Officer,<br />

<strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.


Free tenders for Improvement Work by <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>-5786084926<br />

Memo No. 1895 /1(13)/NZP Dated: 07.09.2012.<br />

Copy forwarded for information with a request to please display the notice in the Office board for wide circulation to<br />

the:<br />

1. Joint secretary, Panchayats & Rural Development Depptt., Jessop Building (1 st floor ), 63 N.S. Road,<br />

Kol-1.<br />

2. C.A. to the Sabhadhipati, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong> for kind information to the Sabhadhipati.<br />

3. Chairman District Council, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.<br />

4. Purta Karmadhakshya - O -Paribahan Sthayee Samity, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.<br />

5. Assistant Labour commissioner, Govt. of West Bengal,K.S.Roy Road Kolkata-700001.<br />

6. Executive Engineer(P&RD) , <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.<br />

7. District Engineer, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.<br />

8. Executive Engineer(DRDC) , <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.<br />

9. Finance Controller, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.<br />

10. Secretary, <strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.<br />

11. The Executive Engineer, P.W.D./Assistant Engineer, KMDA, Sub-division -XII, P.W.D./Executive<br />

Engineer, Highway Division P.W.(R)D./Executive Engineer, I & W / Ways Deptt./Assistant Engineer, I<br />

& W/Ways Deptt. .................... Sub-Division.<br />

12. Office Notice Board.<br />

13. Guard File.<br />

Page 18 of 18<br />

Addl. Executive Officer,<br />

<strong>North</strong> <strong>24</strong> <strong>Parganas</strong> <strong>Zilla</strong> <strong>Parishad</strong>.

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!