Office of The Bongaon Municipality School Road, Bongaon, North 24 Parganas
Office of The Bongaon Municipality School Road, Bongaon, North 24 Parganas
Gr Name of the work Estimated Amount of Cost of Period of Name & Eligibility of Tenderer
ou Amount put to Earnest Tender Completion Address of Eligibi
p Money
Tender documents of the the Tende
(Rs.) to be (Rs) work concerned
deposited
office
(Rs.)
1 2 3 4 5 6 7 8
Construction of Surface Drain at
Joypur Starting from the house of
Enlisted Class-I
Rs. 1004485.00
( at the time of
Rs. 20090.00
Office of the
Agreement)
Raju Bhanja upto the house of Sujit
Rs. 500.00
Contractors of
30 days
Mondal in Ward No. - 01 , Under
Bongaon
A Bongaon Municipality,Under the
scheme of H.F.A, I.D. component, Municipality , P.W.D.W.B. /Bonafide
Bongaon, North- Outsiders with
24 Parganas. Adequate financial
Construction of Surface Drain at
capacity/Working
contractors of
Rs. 1273172.00
( at the time of
Office of the
Agreement)
Bongaon Municipality
Rs. 500.00
( at the time of
Rs. 23548.00
30 days
( at the time of
Office of the
Agreement)
Rs. 500.00
Office of the
Rs. 850678.00
Rs. 17014.00
Agreement)
15 days
Refund of EMD :
i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic processing in the e-Procurement
portal of the State Government, the tender inviting authority will declare the status of the bids as successful or unsuccessful which will be made available,
along with the details of the unsuccessful bidders, to IClCI Bank by the e-Procurement portal through web services.
ii. On receipt of the information from the e-Procurement portal, the Bank will refund, through an automated process, the EMD of the bidders disqualified at
the technical evaluation to the respective bidders' bank accounts from which they made the payment transaction. Such re und will take place within T+2
Bank Working Days where T will mean the date 0 which information on rejection of bid is uploaded to the e-Procurement portal y the tender inviting
authority.
iii. Once the financial bid evaluation is electronically processed in the e-Procurement portal, EMD of the technically qualified bidders other than that of the
Ll and L2bidders will be refunded, through an automated process, to the respective bidders' bank accounts from which they made the payment
transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of financial bid is
uploaded to the e-Procurement portal by the tender inviting authority. However, the L2 bidder should not be rejected till the LOI process is successful.
iv. If the Ll bidder accepts the LOI and the same is processed electronically in the e-Procurement portal, EMD of the L2 bidder will be refunded through an
automated process, to his bank account from which he made the payment transaction. Such refund will take place with n T+2 Bank Working Days where T
will mean the date on which information on Award of Contract (AOC) to the Ll bidder is uploaded to the e-Procurement portal by the tender inviting
authority.
v. As soon as the Ll bidder is awarded the contract (AOC) and the same is processed electronically in the e-Procurement portal -
a) EMD of the Ll bidder for tender of State Government offices will automatically get transferred from the pooling account to the State Government
deposit head 1/8443-0 -103-001-07" through GRIPS along with the bank particulars of the Ll bider.
b) EMD of the Ll bidder for tende'ls of the State PSUs/Autonomous Bodies/Local Bodies/PRls, etc will automatically get transferred from the pooling
account to their respective inked bank accounts along with the bank particulars of the Ll bidder. In both the above cases, such transfer will' ake place
within T+1 Bank Working Days where T will mean the date on which t e Award of Contract (AOC) is issued.
vi. The Bank will share the details of the GRN o. generated on successful entry in GRIPSwith the E-Procurement portal for up ation.
vii. Once the EMD of the Ll bidder is transferred in the manner mentioned above, Tender fees, if any, deposited by the bidders will be transferred
electronically from the pooling account to the Government revenue receipt head 1/0070-60- 800-013-27" through GRIPSfor Government tenders and to
the respective linked bank accounts for State PSU/Autonomous Body/Local Body/PRls, etc tenders.
viii. All refunds will be made mandatorily to the bank A/c from which the payment of EMD & Tender Fees ( if any) were initiated.
1. Intending Tenderers should download the Tender Documents from the website [Link] directly with the help of Digital Signature
Certificate and necessary Earnest Money Deposit (EMD) should be remitted by the bidder through net-banking or NEFT or RTGS in respect of tender ID
payable to The Chairman, Bongaon Municipality (as per GO No. 3975-F(Y) dt. 28.07.2016 of Finance Dept., Govt. Of West Bengal). Every such Transfer shall
be done on or after the date of publish of NIeT. Any Bid without such online payment of EM (Except exemption as per G.O.) shall be treated as informal and
shall be automatically cancelled. Online transfer of Earnest Money receipt (Scanned copy) shall be uploaded as Statutory document and the same (along
with document for EMD exemption, if any) should be documented and scan copy of the aforesaid documents are to be uploaded through said website as
per the 'Date & Time Schedule' stated in Sl. No. 16. (Details of which has been narrated in 'Instruction to Bidders').
2. In case of partnership firm(s), the pledged instrument(s) must reflect the name(s) of the firm as well as the name(s) and address(es) of the partner /
partners who is/are authorized to pledge the same as per valid partnership deed(s) for claiming EMD exemption.
3. Both Technical Bid and Financial Bid should be submitted duly digitally signed by the Tenderer through the website [Link] as per the
'Date & Time Schedule' stated in Sl. No.15. of this N.I.T. (Details of which has been narrated in 'Instruction to Bidders')
ii) All categories of prospective Tenderers shall have to submit valid and up to date Professional Tax receipt Challan, GST Registration Certificate, Income
Tax Return Acknowledgement Receipt, PAN Card issued by Income Tax Department, Voter ID Card and Trade Licence in respect of the prospective
2
Tenderer.
Page
iii) Where an individual person holds a Digital Signature Certificate in his own name duly issued to him against the company or the firm of which he
happens to be a director or partner, such individual person shall, while uploading any tender for and on behalf such company or firm, invariably upload a
copy of registered power of attorney showing clear authorization in his favour, by the rest of the directors of such company or the partners of such firm
to upload such tender. The Power of Attorney shall have to be registered in accordance with the provisions of the Registration Act, 1908. [Non-statutory
Documents]
iv) The partnership firm shall furnish the Registered Partnership Deed and the Company shall furnish the Memorandum of Association (MOA) and Article of
Association (AOA.) [Non-statutory Documents]
v) Registered Un-employed Engineers’ Co-operative Societies / Labour Co- operative Societies are required to furnish the following documents : - [Non-
statutory Documents]
a) Current "No Objection Certificate" from the Assistant Registrar of Co-operative Societies.
b) Supporting documents showing area of operation.
c) Bye-laws duly approved by the Assistant Registrar of Co-operative Societies.
d) Name with address and signature of the present Board of Directors of the Co-operative Society.
e) Minutes of last Annual General Meeting and Audit Report of the Co-operative Society with the evidence of submission of the same to the
concerned Authorities.
vi) The prospective tenderers or any of their constituent partner shall neither have abandoned any work nor any of their contract have been rescinded
during the last 5 (five) years. Such abandonment or rescission will be considered as disqualification towards eligibility.
viii) A prospective Tenderer shall be allowed to participate in the job either in the capacity of individual or as a partner of a firm. If found to have applied
severally in a single job, all his applications will be rejected for that job.A prospective Tenderer (including his participation in partnership) shall be allowed
to participate in a single work as mentioned above in the List of Work(s).
x) Tender Paper will be issued by the Chairman only to the applicant on recommendation of the Executive Engineer, North 24 Parganas Division, [Link], Barasat, North 24 Parganas.
6. Agencies shall have to arrange for required Plant & Machineries, store of materials, labour shed, laboratory etc. and land for creation of the same at
their own cost and responsibility.
7. The prospective Tenderer shall establish field testing laboratory equipped with requisite instruments and technical staff according to the requirements
of works to be executed.
8. Work Order or Payment of work will be depended on availability of fund. Intending tenderers may consider this criteria while submission of Tender and
quoting their rates.
9. Bid shall remain valid for a period not less than 120 (One Hundred Twenty) days after the dead line date for Financial Bid / Sealed Bid submission. Bid
validity for a shorter period shall be rejected by the Tender Accepting Authority as non-responsive.
If any tenderer withdraws his offer before Bid validity period without giving any satisfactory explanation for such withdrawals, he may be disqualified for
submitting tender to this institution period of 1(one) year and legal action will be taken against him.
10. Cement materials of reputed brand like ACC F2R, Lafarge Concreto, Ambuja, Ultratech, Birla Gold and Steel materials of reputed brand like TATA, SAIL,
RINL only shall be allowed to use in the work supplied by the Agency himself. No Brand of Cement and Steel materials other than specified hereinabove
shall be allowed to use in the work. It should be noted that no Cement and Steel materials will be issued to the Contractor Departmentally / Bitumen own
arrangement from IOC.
11. The Tenderer, at the Tenderer’s own responsibility and risk is encouraged to visit and examine the site of works and its surroundings and obtain all
information that may be necessary for preparing the Tender and entering into a contract for the work as mentioned in the Notice Inviting Tender, the cost
of visiting the site shall be at the Tenderer’s own expense.
12. The Chairman, Bongaon Municipality, Bongaon, North-24 Parganas reserves the right to cancel this N.I.T. due to unavoidable circumstances and no
claim in this respect will be entertained.
13. The intending Tenderers shall clearly understand that whatever may be the outcome of the present Invitation of Tender, no cost of Tendering shall be
reimbursable by the Municipality. The Chairman, Bongaon Municipality,, Bongaon, North-24 Parganas reserves the right to reject any Tender or all Tenders
without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Tenderer at any stage of Tendering.
3
14. Before issuance of the work order, the Tender Accepting Authority may verify the credential and other documents of the lowest tenderer if found
Page
necessary. After verification, if it is found that such documents submitted by the lowest tenderer is either manufactured or false in that case, work order
will not be issued in favour of the tenderer under any circumstances and legal action will be taken against him. The tenderers who are eligible for
exemption of initial Earnest Money shall invariably submit the same amount in this office as Security Deposit money drawn in favour of the concerned
Chairman, in the shape of through net-banking or NEFT or RTGS in respect of tender ID payable to The Chairman, Bongaon Municipality before issuance of
Letter of Acceptance.
15. Date & Time Schedule Of NIT - WBMAD/48/2018-2019/ B-M/HFA (2nd Call)
[Link]. Particulars Date & Time
1. Date of Publishing of NIT online through the website 29/06/2018 at 17:00 hrs
[Link]
2. Date and Time for downloading of Tender Documents start 29/06/2018 at 17:00 hrs
from the website https:// [Link] End 16/07/2018 at 17:00 hrs
3. Date and Time of Submisson of Tender through the Start 29/06/2018 at 17:00 hrs
website https:// [Link] End 16/07/2018 at 17:00 hrs
4. Date & Time of Pre-bid meeting 11/07/2018 at 14:00 hrs
At office of the Chairman, Bongaon Municipality,Bongaon, North-24 Parganas.
5. Date, Time and Place of Opening of Technical Bid through the 18/07/2018 at 17:00 hrs
website https:// [Link] At office of the Chairman, Bongaon Municipality, Bongaon, North-24 Parganas.
17. Security Deposit : In respect of successful Tenderer, the Earnest Money on acceptance of Tender shall be converted as a part of the Security Deposit.
The successful Tenderer who are exempted from depositing Earnest Money, necessary 10% (Ten percent) Security Deposit shall be released by
recovering from the progressive bill @ 10% (Ten percent) of the amount of each such bill.
The successful Tenderer who deposited Earnest Money Rs. 20090.00 for Gr.A , Rs.25463.00 for Gr.B , Rs.23548.00 for Gr.C , Rs.46244.00 for Gr.D
Rs.17014.00 for Gr. E of the value of work put to the Tender, balance of necessary 10% (Ten percent) Security Deposit (Initial 2% + additional 8%) will
be refunded without any interest only after successful completion of the whole work in all respect to the period of security time as per Govt. rule from the
date of completion of work if not found any dispute of respective work.
18. Unless otherwise stipulated all the works are to be done as per General Conditions and General Specifications in the “Departmental Schedule” which
means the relevant PWD (W.B.) Schedule of Rates for the working area including up to date addenda and corrigenda, if any, published by Public Works
Department, Government of West Bengal. For Road & Bridge works, “Departmental Schedule” means the relevant PW(R)D Schedule of Rates for the
working area including up to date addenda and corrigenda, if any, published by Public Works (Roads) Department, Government of West Bengal. The project
should be executed as per IS CODE /IRC/MOST/MORTH standards regarding the quality of materials and various item of works.
19. Deduction of Income Tax from the Contractor's Bill will be made as per Govt. rules
20. Labour Welfare Cess @ 1%(one percent) of the cost of construction works will be deducted from every Bill of the selected agency. Vat, Royalty & all
other Statutory levy/ Cess will have to be borne by the contractor as per Govt. Rules and the rate in the B.O.Q. inclusive of all the taxes & cess stated
above.
21. Deduction of Tax shall be made as per provision of the W.B. VAT Act, 2003 with up to date amendments.
22. The Agency will be liable to maintain the work at working portion at the appropriate service level to the satisfaction of the Engineer-in-Charge at his
own cost for a period of Security Period from the date of completion of the work. If any defect/damage is found during the period as mentioned above, the
Agency shall make the same good at his own cost. Failure to do so, penal action against the Agency will be imposed by the Municipality as deem fit. The
Agency will have to quote his rate considering the above aspect. Also the Prospective Tenderers shall have to execute the work in such a manner so that
appropriate service level of the work is kept during progress of work and the period of Security Period from the date of successful completion of the work
to the entire satisfaction of the Engineer-in-Charge may be considered towards release of “Security Deposit”.
4
Page
23. In case of ascertaining Authority at any stage of application or execution of work necessary registered power of attorney is to be produced.
24. If any discrepancy arises between two similar clauses on different notification, the clause as stated in later notification will supersede former one in
following sequence :-
Contact with the office of the Bongaon Municipality
25. In case of inadvertent typographical mistake found in the specified Price Schedule of Rates, the same will be treated to be so corrected as to conform
with the relevant P.W.D. (W.B.) Schedule of Rates of Building, Sanitary and Plumbing and / or technically sanctioned estimate.
26. Arbitration will not be allowed. As per Conditions of Contract of Municipal printed form.
27. No Mobilization Advance and Secured Advance will be allowed.
28. Time / cost overrun and consequent cost of escalation for any materials, labour, P.O.L. etc. will not be allowed.
29. Canvassing in connection with the tender is strictly prohibited in the Tender submitted by the Contractor.
30. Site of work and necessary drawings may be handed over to the sucessful Tenderer phase wise. No claim in this regard will be entertained.
31. The sucessful Tenderer will have to submit two sets of all the Tender Documents along with BOQ in connection with this Tender in hard copy within 7
(Seven) days from the date of receipt of Letter of Acceptance of the Tender (through e- Tendering System or otherwise). Failure to do so will be liable to
termination/rejection of Tender with forfeiture of Earnest Money without any reference to the Contractor. In case of the successful Tenderer who has
been exempted from depositing Earnest Money, the Government will be at liberty to recover the forfeited amount (equat to the amount of Earnest Money)
either from the Fixed Security Deposit of the Tenderer or by any means that may be deemed suitable.
32. The successful Tenderer will have to start the work as per the work order to commence the work.
33. Successful Tenderer will be required to obtain valid Registration Certificate & Labour License from respective Regional Labour Offices where
construction work by them are proposed to be carried out under the West Bengal Building & other Construction Works’ Act, 1996 and the Contract Labour
(Regulation & Abolition) Act,1970 and the same should be submitted to the Engineer in Charge.
34. The Successful Tenderer shall have to comply with the provision of (a) the Contract Labour (Regulation & Abolition) Act,1970 (b) the Apprentice Act,1961
and (c) the Minimum Wages Act, 1948 (d) the West Bengal Road & other Construction Works’ Act, 1996 and the Notifications thereof or other laws relating
thereto and the rules made and orders issued there under from time to time, failure to do so will be treated as breach of contract and the Chairman,
Bongaon Municipality may in his discretion cancel the contract. The contactor shall also be liable for any liability arising on account of any violation by him
of the provisions of the Act and rules made there under time to time.
35. The contractor shall not be entitled for any compensation for any loss suffered by him due to delay arising out for modification of the work, due to
non-delivery of the possession of site and / or modification of drawing and design.
36. Prevailing safety norms has to be followed by the successful Tenderer during execution of the work so that LTI (Loss of time due to injury) is zero.
37. Guiding schedule of rates :,W.B. with effect from ‘2015 for Road, Building works, materials and labour along with up-to-date corrigenda and addenda.
38. The eligibility of a Tenderer will be ascertained on the basis of the documents submitted by a Tenderer in support of eligibility criteria. If
any document submitted by a Tenderer is either incorrect / manufactured / fabricated or false, his Tender will be out rightly rejected at any
stage and legal action will be taken against him.
Chairman
Bongaon, Municipality
Bongaon, North-24 Parganas
Copy forwarded for information and requested for wide circulation through his office NOTICE BOARD to –
Chairman
Bongaon, Municipality
Bongaon, North-24 Parganas
5
Page