0% found this document useful (0 votes)
92 views114 pages

Tendernotice 1

The Government of West Bengal is inviting e-tenders for the round-the-clock security guarding of Bikash Bhavan compound in Salt Lake, Kolkata, with a completion period of 365 days. Interested contractors must submit an earnest money deposit of 2% of the total tendered amount and meet specific eligibility criteria regarding previous work experience. The tender documents can be downloaded online, and bids must be submitted according to the specified schedule.

Uploaded by

Dinesh Biswas
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
92 views114 pages

Tendernotice 1

The Government of West Bengal is inviting e-tenders for the round-the-clock security guarding of Bikash Bhavan compound in Salt Lake, Kolkata, with a completion period of 365 days. Interested contractors must submit an earnest money deposit of 2% of the total tendered amount and meet specific eligibility criteria regarding previous work experience. The tender documents can be downloaded online, and bids must be submitted according to the specified schedule.

Uploaded by

Dinesh Biswas
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

GOVERNMENT OF WEST BENGAL

OFFICE OF THE SUPERINTENDING ENGINEER


BIDHANNAGAR CIRCLE
PUBLIC WORKS DIRECTORATE
ROOM NO. – 102, 1ST FLOOR, PURTA BHAVAN, DF BLOCK,
SECTOR – I, SALT LAKE, KOLKATA – 700 091.
Ph. No. (033) 2359-8485, Fax No. (033) 2321-4631, E-mail: [email protected]

Memo. No. 586/K-ESI/57 S Dated: Kolkata, the 04th June 2025.

NOTICE INVITING e-TENDER

Item Rate Notice Inviting e-Tender No. WBPWD/SE/BNC/NIeT-01/2025-2026


of The Superintending Engineer, Bidhannagar Circle,
Public Works Directorate, Government of West Bengal.

The Superintending Engineer, Bidhannagar Circle, Public Works Directorate,


Government of West Bengal, invites e-tender for the work detailed in the table below.
(Submission of Bid through online)

(Tender ID: 2025_WBPWD_874356_1)


List of Schemes:

Eligibility of
Name of the
Completion
Price of Technical &

Concerned

Contractor
Period of

Division
Sl. Earnest Financial Bid
Name of the work documents and other
No Money annexures and W.B.
Form No. 2911
2% of total tendered amount subject to

(Details of which has been narrated in

Bon fide eligible contractor through pre-qualification.


a minimum of Rs. 2,40,000.00

Bidhannagar West Division,


365 days from the date of

P.W. Dte., Govt. of W.B.


Round the clock Security Guarding of Bikash
(see note below)

commencement.
Rs. 2,500.00

Bhavan compound including all Main Gates and Office


1.
Blocks (from Ground Floor to 10th Floor), Salt Lake,
Kolkata – 700 091 (for period of 1 year).

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 1 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

NB: - (i) Intending Tenderer will not have to pay the cost of tender documents for the purpose of participating
in e-tendering, but the successful L1 (Lowest) Bidder will have to pay the cost of tender documents
of 3 (three) sets @ price mentioned in the list of scheme of NIeT during purchase of tender documents
for execution of agreement as per notification no. 199-CRC/2M-10/2012 dated 21/12/2012 of the
Secretary, Public Works Department, CRC Branch, Government of West Bengal.

In case of any contractor (L1) expressed his / her / their willingness to have extra copy of the standard
contract forms, only one spare copy of standard contract form may on payment of prescribed price be
supplied to a contractor or firm of contactors, eligible to tender in a specific work on receipt of written
requisition well in advance for the same.

(ii) In case of the works in the open tenders an earnest money amounting to 2% (two percent) of the
estimated value of work for which tender has been called for, shall have to be deposited by all
intending tenderers. In any case Fixed Permanent Security Deposit will not be entertained as an
earnest money, as per notification no. 24-A/2D-13/2010 dated 31/01/2014.

(iii) Contractor intending to participate in the bid for works value exceeding Rs. 25.00 Crore may also
furnish Bank Guarantee issued by any Public Sector Bank of requisite amount in favour of the
Executive Engineer concerned towards earnest money deposit, as per notification no. 46-
A/PW/O/2D-13/10 dated 12/02/2014.

(iv) Enlistment of Contractors has been abolished as per Govt. order no. 71/SPW/2014 dated 03/03/2014
and G.O. no. 1177-F(Y) dated 28/02/2014.

1. In the event of e-Filling, intending bidder may download the tender document from the website
https://wbtenders.gov.in directly with the help of Digital Signature Certificate has to be deposited by the
bidder through the following payment mode as per memorandum of the Finance Department vide no. 3975-
F(Y) dated 28th July, 2016 of the Secretary, Audit Branch, Finance Department, Government of West
Bengal.

1.1. Net banking (any of the banks listed in the ICICI Bank payment gateway) in case of payment through
ICICI bank payment gateway.

1.2. RTGS/NEFT in case of offline payment through bank account in any bank.

(Details of which has been narrated in “Instruction to Bidders”).

Tender document may be download from website & submission of Technical Bid / Financial Bid as per
Tender time schedule stated in “Date & Time Schedule”.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 2 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

The documents submitted by the bidders should be indexed and also should be according to his / her / their
Firm name. BOQ for the instant project is of Item Rate BOQ format. Intending bidders are requested not
to quote any rate in repect of Sl. No. 1.01 & 1.02. They will only quote item rate format in respect of
Sl. No. 2.00.

It has been decieded in compliance with G.O. 3687-F(Y) dated 02/05/2012 of Special Secretary, Finance
Department, Govt. of W.B.

2. Earnest Money:
2% (two percent) EMD of total tendered amount will have to be deposited in 2 (two) phases as stated below:

In 1st Phase, earnest money amount Rs. 2,40,000.00 (Rupees two lakh forty thousand) only shall have to be
submitted online at the time of submission of bid.

In 2nd Phase, the Balance Earnest Money (if any) shall have to be deposited by L1 bidder in addition to the
already deposited amount to cover the total EMD @ 2% (two percent) of tendered / bid amount before issue
of Work Order.

Balance Earnest Money (if any), in the shape of Bank Draft / Pay Order, issued by the bank which is
authorised to conduct Government business in West Bengal by Reserve Bank of India as notified by State
Government from time-to-time and any other Bank which has been authorised by the State Government,
drawn in favour of “Executive Engineer, Bidhannagar West Division, P.W. Dte.” payable Kolkata,
constituting 2% of the tendered amount shall be required to be deposited by the L1 Bidder before Formal

As per G.O. No. 416(8)-W(C)/1M-291/16 dated 03/08/2016 of the Joint Secretary, Works Branch, Public
Works Department, Government of West Bengal in concurrence to G.O. No. 3975-F(Y) dated 28/07/2016
of the Secretary, Audit Branch, Finance Department, Government of West Bengal a bidder should initiate
payment of pre-defined EMD for the tender by selecting from either of the following payments modes:

2.1. Net banking (any of the banks listed in the ICICI Bank payment gateway) in case of payment through
ICICI bank payment gateway.

2.2. RTGS/NEFT in case of offline payment through bank account in any bank.
(Details of which has been narrated in “Instruction to Bidders”).

As per G.O. No. 430(3)-W(C)/1M-208/15 dated 31/08/2015 of the Joint Secretary, Public Works
Department, Government of West Bengal in concurrence of G.O. No. 6417-F(Y) dated 26/08/2015 of the
Principal Secretary, Finance Department, Audit Branch, Government of West Bengal, three State
Government enterprises viz. Mackintosh Burn Limited, Westinghouse Saxby Framer Limited and Britannia

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 3 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

Engineering Limited has given exemption from deposit of earnest money for participating in Government
tenders, subject to the condition that they will furnish security deposit if selected in a tender.

2.A. G.O. 10500-F dated 19/11/2004 and 5400-F(Y) dated 25/06/2012 of the Finance Department, Government
of West Bengal are applicable for the tender.

3. Eligibility criteria for participation in tender:

3.1. Requirement of Credentials:

3.1.1. For 1st Call of NIeT:

3.1.1.1. Intending tenderers should produce credentials of a similar nature of completed


work of the minimum value of Rs. 48.00 Lakh (Rupees fourty eighty lakh) only
during 7 (seven) years prior to the date of issue of the tender notice; or

3.1.1.2. Intending tenderers should produce credentials of 2 (two) similar nature of


completed work, each of the minimum value of Rs. 36.00 Lakh (Rupees thirty six
lakh) only during 7 (seven) years prior to the date of issue of the tender notice; or

3.1.1.3. Intending tenderers should produce credentials of one single running work of
similar nature which has been completed to the extent of 80% (eighty percent) or
more and value of which is not less than the desired value at (3.1.1.1.) 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.

3.1.2. For 2nd Call of NIeT:

3.1.2.1. Intending tenderers should produce credentials of a similar nature of completed


work of the minimum value of Rs. 36.00 Lakh (Rupees thirty six lakh) only during
7 (seven) years prior to the date of issue of the tender notice; or,

3.1.2.2. Intending tenderers should produce credentials of 2 (two) similar nature of


completed work, each of the minimum value of Rs. 30.00 Lakh (Rupees thirty lakh)
only during 7 (seven) years prior to the date of issue of the tender notice; or,

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 4 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

3.1.2.3. Intending tenderers should produce credentials of one single running work of
similar nature which has been completed to the extent of 75% (seventy five percent)
or more and value of which is not less than the desired value at (3.1.2.1.) 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.

3.1.3. For 3rd Call of NIeT:

3.1.3.1. Intending tenderers should produce credentials of a similar nature of completed


work of the minimum value of Rs. 24.00 Lakh (Rupees twenty four lakh) only
during 7 (seven) prior to the date of issue of the tender notice; or,

3.1.3.2. Intending tenderers should produce credentials of one single running work of
similar nature which has been completed to the extent of 70% (seventy percent) or
more and value of which is not less than the desired value at (3.1.3.1.) 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.

3.2. Other terms and conditions of the credentials:

3.2.1. Payment certificate will not be treated as credential.

3.2.2. Credential certificate issued by the Executive Engineer or equivalent or competent authority
of a State / Central Government, State / Central Government undertaking, Statutory /
Autonomous bodies constituted under the Central / State statute, on the executed value of
completed / running work will be taken as credential.

No credential will be considered as valid unless it is supported by Work Order, Price


Schedule or BOQ of work and completion certificate mentioning the date of completion
issued by the competent authority not below the rank of Executive Engineer or equivalent or
competent authority of a State / Central Government, State / Central Government

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 5 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

undertakings, Statutory / Autonomous bodies constituted under the Central / State Statute.
The completion certificate should indicate the value of the work (equal to booked
expenditure).

N.B. Estimated Amount, Tendered Amount, Value of Executed Work, Date of Completion
of Project along with telephone number & detail address for communication of client
must be indicated in the Credential Certificate.
[Non Statutory Documents]
3.2.3. PAN Card, Professional Tax Deposit Challan for the year 2025-2026, Trade License (2025-
2026), valid 15-digit Goods and Service Tax payer Identification Number (GSTIN) under
GST Act. 2017, Income Tax Acknowledgement Receipt for Assessment Year 2025-
2026/2024-2025 (F.Y. 2024-2025/2023-2024) with relevant document(s) and any other(s) if
applicable to be accompanied with the Technical Bid document.

[Non Statutory Documents]

3.2.4. The intending bidder should not be black listed or debarred by any Government at
present. A joint venture or consortium which is suspended / debarred member(s) and
/ or partner(s) as well as person / entity who is a member of a suspended / debarred
joint venture or consortium shall likewise not be allowed to participate in this tender
during the period of suspension / debarnment unless the same has been revoked.
3.2.5. Selected Bidders will have to pay compulsorily the latest minimum wages as per
existing Labour Department order & subsequent amendment alongwith other benefits
as per Govt. rule to the all employees as engaged in this work throughout the entire
contract period.
3.2.6. Financial evaluation of the e-quotation will be done as per Govt. order No. 4599-PWD-
12039/2/2020/DIR-(PWD) dated 29/10/2021 (copy enclosed).

3.2.7.

3.2.7.1. Eligibility and Other Criteria.

3.2.7.1.1. The Intending Bidder shall have to comply with the provision of

(a) the contract labour (regulation abolition) Act. 1970;

(b) Apprentice Act 1961; and

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 6 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

(c) Minimum Wages Act. 1948

of the notification thereof or any other laws relating thereto and the rules
made and order issued there under from time-to-time.

3.2.7.1.2. The Intending Bidder must have registration like EPF, ESIC and Contract
Labour etc.

3.2.7.1.3. The organization must have an office in Kolkata.

3.2.7.2. Statutory Liabilities and Taxation

The agency should have valid ESI and PF registration numbers / Challan. Copy of
relevant documents should be enclosed.

3.2.7.3. Manpower

All staffs of the organization must have uniforms & identity card.

3.2.8. Financial Capability

3.2.8.1. The Bidder’s Net Worth for the last year calculated on the basis of capital, profit
and free reserve available to the firm should be positive.

In case of Joint Venture, Net Worth for each partner of the Joint Venture should be
positive, which shall be calculated as follows:-

3.2.8.1.1. If Joint Venture is a company, Net Worth should consist of share capital,
profit and free reserve available to the Company;

3.2.8.1.2. If Joint Venture is a partnership or proprietary firm, Net Worth should consist
of capital, profit and free reserve available to the firm.

3.2.9. Annual Turnover

The Annual Turnover during any of the last 5 Financial Years of the prospective applicant
at the expected time of bidding should be equal to or more than Rs. 1.50 Crores.

3.2.10. Analysis of rates for any item of BOQ may be asked to produce before Tender Inviting
Authority, if required in any point of time.

3.2.11. In case of Proprietorship and Partnership Firms and Company the Tax Audited Report in
3CD Form to be furnished along with Balance Sheet and Profit and Loss Account and all

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 7 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

schedules forming the part of Balance Sheet and Profit & Loss Account. Tax Audited Report,
Balance Sheet and Profit & Loss Account including all schedules forming the part of Balance
Sheet and Profit & Loss Account should be in favour of applicant.
[Non Statutory Documents]

3.2.12. Registered Unemployed Engineers’ Co-operative Societies / Unemployed Labour Co-


operative Societies are required to furnish valid Bye Law, Current Audit Report, Certificate
of Registration and Valid Clearance Certificate from A.R.C.S. for the year 2022/2023
Professional Tax Deposit Challan for the Financial Year 2022-2023/2023-2024, PAN Card,
GST relevant document(s) along with other relevant supporting papers.

[Non Statutory Documents]

3.2.13. Joint Venture

Joint Ventures will not be allowed for works upto 25 Crores.

3.2.14. A prospective bidder shall be allowed to participate in the particular Job either in the capacity
of individual or as a partner of a firm. If found to have applied severally for a single job, all
his applications will be rejected for that job, without assigning any reason thereof.

3.2.15. A partnership firm will have to furnish the registered partnership deed and a company will
have to furnish the Article of Association and Memorandum.

[Non Statutory Documents]

3.2.16. A Partnership Firm, Company Limited Firm, Private Company Limited Firm shall be
registered by the respective competent authority from the Registrar of Firms, Society, Non-
Trading Corporation, Registrar of Companies etc. & copy of Registration Certificate (with
allotment of Registration No.) will have be submitted, otherwise the Technical Bid will not
be considered for qualification & Financial Bid shall not be opened.

3.2.17. Mismatch in Name

In case if Name of the Bidder as appears/registered in the Digital Signature Certificate (DSC)
& the name of the Bidder Company/firm in application (Section-B, Form-I) & or in other
relevant documents differs it will not be considered. However minor mismatch like “M/S”,
“Kr/Kumar”, “Co-Op.” /Co-operative” etc. may be authenticated by providing proper
Affidavit (duly notarized) in this regard.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 8 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

4. The executing agency (successful bidder) may not get a running payment unless the gross amount of
running bill is 50 (fifty) lakh or 30% (thirty percent) of the tendered amount whichever is less. Provisions
in Clause(s) 7, 8, & 9 contained in West Bengal Form No. 2911 so far as they relate to quantum and
frequencies of payment are to be treated as superseded. The payment will be made as and when fund is
available from the concerned source. No claim whatsoever for delay in payment, if any, will be entertained.
Retention money towards Performance Security amount to 3% (three percent) of the value of the work will
be deducted from the running account bill of the tender [as per notification no. 201-F(Y) dated 18/01/2021
of the Principal Secretary, Finance Department, Government of West Bengal]. No interest will be paid on
security deposit.

All bills should be raised to the concerned Treasury or Pay & Accounts Officers within a fortnight of receipt
in the Divisional Office(s) and the Sub-Divisional Office(s) should be required to submit bill(s) to the
Divisional Office(s) with 15 (fifteen) days of receipt from Section Office(s) if they are reserved for check
measurement and within 7 (seven) days says if not so reserved. The Section Office(s) should be required to
submit bills to the Sub-Divisional Office(s) within 7 (seven) days after submission / claim of the bills by
the Contractor / Agency.

5. Constructional Labour Welfare Cess @ 1% (one percent) of value of the works will be deducted from every
Bill of the selected agency. GST, Royalty & all other Statutory levy / Cess will have to be borne by the
contractor & the rate in the Percentage BOQ is inclusive of all the taxes including Labour Welfare Cess
and GST. Rates quoted by the bidders in the Item Rate BOQ will be treated as inclusive of all such taxes
and levies.

Successful Tenderers 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 as per
Clauses U/S 7 of West Bengal Building & other Construction Works’ Act, 1996 and U/S 12 of Contract
Labour Act.

Successful tenderers will be required to observe the following conditions strictly:

5.1. Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 and Employees State Insurance
Act, 1948 should be strictly adhered to wherever such Acts become applicable.
5.2. Minimum wages to the workers shall be paid according to the rates notified and / or revised by the
State Government from time-to-time under the Minimum Wages Act, 1948 in respect of scheduled
employments, within the specified time as per law. Payment of bonus, wherever applicable, has to be
made.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 9 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

5.3. Adequate safety and welfare measures must be provided as per the provisions of the Building and
other Construction Workers’ (Regulation of Employment & Conditions of Service) Act, 1996 read
with West Bengal Building and Other Construction Workers (Regulation of Employment and
Conditions of Service) Rules, 2004.
5.4. All liabilities arising out of engagement of workers are duly met before submission of bills for
payment.

If there is any violation of any or all the relevant above criteria during execution of the job, it will render
the concerned agencies ineligible for the work then and there or at any subsequent stage as may be found
convenient.

6. Payment of consolidated monthly charges to the Private Security Agencies deployed in Government
establishments will be governed by memorandum vide no. 3687-F(Y) dated 02/05/2012 of Finance
Department, Government of West Bengal.

7. The executing agency (successful bidder) may not get a running payment unless the gross amount of
running bill is 50 (fifty) lakh or 30% (thirty percent) of the tendered amount whichever is less. Provisions
in Clause(s) 7, 8, & 9 contained in West Bengal Form No. 2911 so far as they relate to quantum and
frequencies of payment are to be treated as superseded. The payment will be made as and when fund is
available from the concerned source. No claim whatsoever for delay in payment, if any, will be entertained.
Retention money towards Performance Security amount to 3% (three percent) of the value of the work will
be deducted from the running account bill of the tender [as per notification no. 201-F(Y) dated 18/01/2021
of the Principal Secretary, Finance Department, Government of West Bengal]. No interest will be paid on
security deposit.

All bills should be raised to the concerned Treasury or Pay & Accounts Officers within a fortnight of receipt
in the Divisional Office(s) and the Sub-Divisional Office(s) should be required to submit bill(s) to the
Divisional Office(s) with 15 (fifteen) days of receipt from Section Office(s) if they are reserved for check
measurement and within 7 (seven) days says if not so reserved. The Section Office(s) should be required to
submit bills to the Sub-Divisional Office(s) within 7 (seven) days after submission / claim of the bills by
the Contractor / Agency.

8. Constructional Labour Welfare Cess @ 1% (one percent) of value of the works will be deducted from every
Bill of the selected agency. GST, Royalty & all other Statutory levy / Cess will have to be borne by the
contractor & the rate in the Percentage BOQ is inclusive of all the taxes including Labour Welfare Cess

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 10 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

and GST. Rates quoted by the bidders in the Item Rate BOQ will be treated as inclusive of all such taxes
and levies.

Successful Tenderers 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 as per
Clauses U/S 7 of West Bengal Building & other Construction Works’ Act, 1996 and U/S 12 of Contract
Labour Act.

Successful tenderers will be required to observe the following conditions strictly:

8.1. Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 and Employees State Insurance
Act, 1948 should be strictly adhered to wherever such Acts become applicable.

8.2. Minimum wages to the workers shall be paid according to the rates notified and / or revised by the
State Government from time-to-time under the Minimum Wages Act, 1948 in respect of scheduled
employments, within the specified time as per law. Payment of bonus, wherever applicable, has to be
made.

8.3. Adequate safety and welfare measures must be provided as per the provisions of the Building and
other Construction Workers’ (Regulation of Employment & Conditions of Service) Act, 1996 read
with West Bengal Building and Other Construction Workers (Regulation of Employment and
Conditions of Service) Rules, 2004.

8.4. All liabilities arising out of engagement of workers are duly met before submission of bills for
payment.

If there is any violation of any or all the relevant above criteria during execution of the job, it will render
the concerned agencies ineligible for the work then and there or at any subsequent stage as may be found
convenient.

9. Price Adjustment / Price Preference:

No Adjustment of Price OR Price Escalation of any kind will be allowed. Adjustment of Price (increase
or decrease) vide Notification No. 23-CRC/2M-61/2008 dated 13/03/2009 & Notification No. 38-CRC/2M-
61/2008 dated 20/04/2009 shall not be applicable for the job(s) included in this NIeT. Since BOQ for the
works under this NIeT is based upon the schedule of rates of Public Works Directorate, Government of
West Bengal with Addendum & Corrigendum as mentioned hereinafter, the bidders shall quote their rate
(percentage above / below / at par) over the total estimated cost for Percentage BOQ and quote rate for Item

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 11 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

Rate BOQ accordingly considering that no escalation and / or price adjustment will be allowed by the
Department thereto under any circumstances.

No Price Preference will be allowed for the work under this NIeT.
[Ref: Fin no :8648-F(Y) dated 12/10/2012].
10. No Mobilisation Advance and Secured Advance will be allowed.

11. Bid Validity:

Bids shall remain valid for a period not less than 120 (one hundred twenty) days from the last date of
submission of Financial Bid / Sealed Bid.

If the Bidder withdraws the Bid during the period of Bid validity his Earnest Money Deposit will be
forfeited.

12. Date and Time Schedule:

Sl.
Particulars Date and Time
No.
Date of publishing NIeT & Tender Documents. 05/07/2025
1
(online) (Publishing Date) from 09:00 A.M. onwards.
Tender Document download start date and time. 05/07/2025
2
(online) from 09:00 A.M. onwards.
Start Date of Bid Submission. 05/07/2025
3
(Technical and Financial) (online) from 09:00 A.M. onwards.
Pre Bid Meeting with the intending Bidders. 16/07/2025 at 02:00 P.M.
4 at Bidhannagar Circle, P.W. Dte., Govt. of W.B.,
(Optional for the bidders)
1st Floor, Purta Bhavan, Salt Lake, Kolkata – 700 091.
Closing date and time of download of Tender 01/08/2025
5
Document (online). upto 01:00 P.M.
Closing date and time of Bid submission (Technical 01/08/2025
6
and Financial) (online). upto 01:00 P.M.
Date and time of opening of Technical Proposals 04/08/2025 at 01:00 P.M.
7 at Bidhannagar Circle, P.W. Dte., Govt. of W.B.,
(online).
1st Floor, Purta Bhavan, Salt Lake, Kolkata – 700 091.
Date and time of uploading of list of Technically
8 Will be notified later on.
qualified bidders.(online)

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 12 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

Sl.
Particulars Date and Time
No.
Date of uploading of final list of technically qualified
9 Will be notified later on.
bidders after disposal of appeals, if any.
Date and time of opening of Financial Proposal
10 Will be notified later on.
(online).

13. There will be no provision of Arbitration.

Clause 25 of West Bengal Form No. 2911 is modified vide notification no. 8182-F(Y) dated 26/09/2012 of
Finance Department, Govt. of West Bengal, as follows:

“Except where otherwise provided in the contract all question and disputes relating to the meaning of the
specifications, designs, drawings and instructions herein before mentioned and as to the quality of
workmanship or materials used on the work or as to any other question, claim, right, matter or thing
whatsoever, in any way arising out of relating to the contracts designs, drawings, specifications, estimate,
instructions, orders or these conditions or otherwise concerning the works, or the executions or failure to
execute the same, whether arising during the progress of the work, or after the completion or abandonment
thereof shall be dealt with as mentioned hereinafter;

If the contractor considers any work demanded of him to be outside the requirements of the contract, or
disputes any drawings, record or decision given in writing by the Engineer-in-Charge on any matter in
connection with or arising out of the contract or carrying out of the work, to be unacceptable, he shall
promptly within 15 (fifteen) days request the Chairman of the Dispute Redressal Committee in writing for
written instruction or decision. Thereupon, the Dispute Redressal Committee shall give its written
instructions or decision within a period of three months from the date of receipt of the contractor’s letter.

The Dispute Redressal Committee in each of the works Departments shall be constituted with the following
officials as members:

1. Additional Chief Secretary / Principal Secretary / Secretary of the


Chairman
Department concerned.
2. Engineer-in-Chief / Chief Engineer or any officer of equivalent rank of
Member
the Department.
3. One Designated Chief Engineer / Engineer of the Department to be Member Secretary and
nominated by the Department concerned. Convenor

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 13 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

4. One representative of Finance Department of the Government not below


the rank of Joint Secretary or Financial Adviser in case of the works Member
Department where FA system has been introduced.
This provision will be applicable irrespective of the value of the works to which the dispute may relate.

14. The Bidder, at the Bidder’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 Bid 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 Bidder’s own expense. Issuance of letter of acceptance / Work Order may be delayed and / or work
may be financially restricted upto the limit of existing administrative approval until receipt of administrative
approval / revised administrative approval from the competent authority (in applicable cases). Also
issuance of Letter of Acceptance / Work Order may be delayed and / or work may be restricted in some
stretches till necessary land for the same is made available and / or encroachments are removed (in
applicable cases). No claim, whatsoever, for such delay in issuance of Letter of Acceptance / Work Order
and / or restriction of work will be entertained. Intending bidders may keep these criteria in mind while
participating in tender and / or while quoting their rates.

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

16. 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. Power of Attorney holders are not allowed to sign Tender
Documents unless otherwise approved by the Government.

17. All intending bidders are requested to be present in the Office of The Superintending Engineer, Bidhannagar
Circle, Public Works Directorate, Government of West Bengal, Room No. 102, 1st Floor, Purta Bhavan,
DF Block, Sector – I, Salt Lake, Kolkata – 700 091 during opening of the Tender to observe the tender
opening procedure.

18. Additional Performance Security

18.1. The Additional Performance Security if any, shall be forfeited at any time during the pendency of the
contract period after serving proper notice to the contractor. Necessary provisions regarding
deduction of security deposit from the progressive bills of the contractor as per relevant clauses of
the contract shall in no way be altered / affected by provision of this Additional Performance Security.

18.2. No interest would be paid on the Performance Security Deposit.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 14 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

19. No CONDITIONAL / INCOMPLETE TENDER will be accepted under any circumstances.

20. Quoted amount in total of Lowest (L1) bidder will only be acceptable. Necessary negotiation, if any, of
rates / amount will be exercised only with Lowest Bidder.

21. In the event of acceptance of lowest tendered rate, no multiple minimum rate will be considered by the
Department.

22. The Superintending Engineer, Bidhannagar Circle, Public Works Directorate, Government of West Bengal
reserves the right to cancel the NIeT due to unavoidable circumstances and no claim in this respect will be
entertained. At any stage of bidding or even after award of contract if any inadvertent typographical mistake
is found in the BOQ or any other tender document, the same will be so corrected as to conform to the
relevant Schedule of Rate and/or Technically Sanctioned Estimate or any other document as the case may
be. No clam whatsoever for such inadvertent typographical mistake will be entertained.

23. During scrutiny or at any stage of bidding or even after award of contract, if it comes to the notice to Tender
Inviting Authority that the credential(s) and/or any other paper(s) of any bidder are incorrect / manufactured
/ fabricated, that bid will be considered as non-responsive and out rightly rejected & the firm / company
shall also be liable to be prosecuted under Section 197, 199 & 200 of Indian Penal Code, 1860 along with
Section 71 & Section 73 of Indian Information & Technology Act 2008 & any other applicable law for the
time being in force in addition to forfeiture of Earnest Money / Security Deposit. Action will also be taken
as per provision of G.O No-547-W(C)/1M-387/15 dated 16/11/2015 of the Joint Sectary, Public Works
Department, Government of West Bengal.

All documents / papers uploaded / submitted by the bidder must be legible failing which the bid will be
summarily rejected without assigning any reason thereof.

24. In case there is any objection regarding qualifying of any agency, that should be lodged to the Chairperson
& Convenor of the Bid Evaluation Committee, i.e., the Superintending Engineer, Bidhannagar Circle,
Public Works Directorate, Government of West Bengal within 48 (forty eighty) hours (including holidays)
from the date and time of publication of list of qualified agencies and beyond that time schedule no
objection will be entertained by the Bid Evaluation Committee. The objection may also be submitted to the
E-mail ID: [email protected] of the said Superintending Engineer, Bidhannagar Circle, Public
Works Directorate, Government of West Bengal, within the said time frame.

25. Before issuance of Letter of Acceptance / Work Order, the tender inviting authority may verify the
credentials & other documents of the lowest tenderer if found necessary. After verification, if it is found

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 15 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

that such documents submitted by the lowest tenderer are either manufactured or false, in that case Letter
of Acceptance / Work Order will not be issued in favour of that tenderer under any circumstances and
further penal action may be taken against him as per rule.

26. If any discrepancy arises between two similar clauses on different notifications, the clause as stated in later
notification will supersede former one in following sequence:

(i) West Bengal Form No. 2911


(ii) NIeT
(iii) Special Terms & Conditions
(iv) Technical Specification
(v) Additional Terms & Conditions
(vi) Technical Bid
(vii) Financial Bid
In case of inadvertent typographical mistake in the BOQ / Schedule of Works / Price Schedule / Rates /
elsewhere, the same may be treated to be so corrected as to conform with the relevant schedule of rates and
/ or technically sanctioned estimate. Where there is a discrepancy between the unit rate and corresponding
total amount resulting from multiplying the unit rate by the quantity in the BOQ, the unit rate quoted shall
govern.

27. Bid Evaluation Committee (BEC):

As per G.O. no. 45-W(C)/1M-23/15 dated 13/02/2015, a Bid Evaluation Committee (BEC) has been
constituted under the Superintending Engineer, Bidhannagar Circle, Public Works Directorate, Government
of West Bengal, who is the tender inviting authority for all works beyond the tender accepting power of the
Executive Engineers.

The members of Bid Evaluation Committee would be:-

1. Superintending Engineer, Bidhannagar Circle, - Chairperson & Convener


Public Works Directorate, Government of West Bengal.

2. Executive Engineer, & Technical Assistant to the – Member


Superintending Engineer, Bidhannagar Circle, Public Works
Directorate, Government of West Bengal.
3. Executive Engineer, Bidhannagar West Division, – Member
Public Works Directorate, Government of West Bengal.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 16 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

4. Divisional Accounts Officer / Divisional Accountant, – Member


Bidhannagar West Division, Public Works Directorate,
Government of West Bengal.

The Bid Evaluation Committee will do the technical and financial evaluations of the bidders for different
types of works and make recommendation to the tender accepting authority. The bidders will have to meet
all the minimum criteria regarding:-
(a) Financial Capacity

(b) Technical Capability comprising of personnel & plant & equipment capability

(c) Experience / Credential

The eligibility of a bidder will be ascertained on the basis of his digitally signed documents in support of
the minimum criteria as mentioned in (a), (b), (c) above with the help of his DSC and the declaration
executed through prescribed affidavit in non-judicial stamp paper of appropriate value duly notarized. If
any document submitted by a bidder is either manufactured or false, in such case the eligibility of the bidder/
tenderer will be out rightly rejected at any stage without any prejudice and further penal action may be
taken against him as per rule.

28. This is a time bound urgent work. Hence the Bid Evaluation Committee reserves the right to ignore some
deficiencies at their discretion in case of first call and no challenge whatsoever against such decision of the
said committee will be entertained. In case of 2nd Call, the Bid Evaluation Committee reserves the right to
ignore some more deficiencies at their discretion and no challenge whatsoever against such decision of the
said committee will be entertained. In case of third and subsequent calls, the Bid Evaluation Committee
reserves the right to ignore more and more deficiencies at their discretion and no challenge whatsoever
against such decision of the said committee will be entertained.

29. Bidders should upload their documents from original copies. Uploading Photocopy & illegible copies will
not be accepted.

30. Each work will be awarded against specific set of machineries as indicated in Sl. No. 19 of this NIeT &
(Section-B Form-IV).

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 17 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

31. The Earnest Money may be forfeited.

31.1. If the Bidder withdraws the Bid during the period of Bid Validity.
31.2. In case of a successful Bidder, if the Bidder fails within the specified time limit to Sign the agreement.
During scrutiny or at any stage of bidding or even after award of contract, if it is come to the notice
to Tender inviting authority that the credential or any other papers found incorrect / manufactured /
fabricated.
31.3. If the Bidder fails to submit the Additional Performance Security (if any) within seven working days
from the date of issuance of Letter of Acceptance.
31.4. If the bidder fails to install machineries within 3 (three) days from the date of issue of the Work Order.
All works covered in the clause appearing hereinafter shall be deemed to form a part of the appropriate
item or items of works appearing in the work schedule whether specifically mentioned in any clause
or not and the rates quoted shall include all such works unless it is otherwise mentioned that extra
payment will be made for particular works.

32. Quality Monitoring and Supervision Consultant:

32.1. Reputed engineering firm may be engaged to act as Supervision Consultant as per direction of the
Engineer-in-Charge. The Supervision Consultant will assist the Engineer-in-Charge to monitor the
project, checking the quality and quantity of works etc. Supervision Consultant or any person
authorized by the Engineer-in-Charge shall at all reasonable time have access to the site, all plant and
all places where materials are being manufactured and tested. The contractor will have to afford every
facility for and every assistance in obtaining the right to such access.

32.2. Third Party quality audit may also be conducted for quality monitoring as per sole discretion of the
Engineer-in-Charge.

32.3. Third party monitoring of Road works under PWD – introduction of Supervision Consultant and
Highway Project Monitor.

32.3.1. It has been decided by the Govt. to engage independent experts called Highway Project
Monitors for the works valued above Rs. 10.00 crore and up to Rs. 25.00 crore to assist the
Engineer-in-Charge in quality check during implementation.

32.3.2. For the works valued above Rs. 25.00 crore, Supervision Consultants will be engaged for
Supervision of the works. The consultants empanelled by the West Bengal Highway

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 18 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

Development Corporation Limited and MoRT & H are eligible as Supervision consultant for
participation in the Financial Bid.

32.3.3. The cost for hiring of services both for Highway Project Monitor and Supervision Consultant
will be charged to contingency available for the work.

33. This NIeT shall form a part of the contract document. The successful bidder on acceptance of his bid by
the Accepting Authority, shall have to sign the contract consisting of NIeT, all tender documents forming
part of the bid as uploaded at the time of invitation of bid, the rates quoted online at the time of submission
of bid and acceptance thereof together with any correspondence leading thereto and standard West Bengal
Form No. 2911.

34. Cost of Tender Documents: The intending Tenderers shall not have to pay the cost of tender documents
for the purpose of participating in e-tendering vide Notification No. 199-CRC/2M-10/2012 dated
21/12/2012 of the Secretary, Public Works Department, Government of West Bengal.

However, the successful bidder shall have to pay the cost of contract documents
@ Rs. 2,500.00 (Rupees two thousand five hundred) only per set at the time of formal agreement.

35. The eligible responsive bidder, whose some total offered price considering all the items of works stands
lowest, will be considered for awarding the entire work. In no case award of individual item of work will
be awarded to the concerned item-wise Lowest Bidder.

Superintending Engineer,
Bidhannagar Circle, Public Works Directorate,
Government of West Bengal.

Memo. No. 586/1(41)/K-ESI/57 S Dated: Kolkata, the 04th July 2025.


Copy forwarded for information and wide circulation through his Office Notice Board to:-

1. The Chief Engineer, Head Quarter, P.W. Dte., Govt. of W.B.


2. The Chief Engineer, South Zone, P.W. Dte., Govt. of W.B.
3. The Chief Engineer, West Zone, P.W. Dte., Govt. of W.B.
4. The Chief Engineer, North Zone, P.W. Dte., Govt. of W.B.
5. The Chief Engineer, Planning, P.W. Dte., Govt. of W.B.
6. The Chief Engineer, Social Sector, P.W. Dte., Govt. of W.B.
7. The Chief Engineer, Housing Directorate, P.W. Dte., Govt. of W.B.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 19 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

8. The Chief Engineer, Head Quarter, P.W. (Roads) Dte., Govt. of W.B.
9. The Chief Engineer, South Zone, P.W. (Roads) Dte., Govt. of W.B.
10. The Chief Engineer, West Zone, P.W. (Roads) Dte., Govt. of W.B.
11. The Chief Engineer, North Zone, P.W. (Roads) Dte., Govt. of W.B.
12. The Chief Engineer, Planning, P.W. (Roads) Dte., Govt. of W.B.
13. The Chief Engineer, National Highway Wing, P.W. (Roads) Dte., Govt. of W.B.
14. The Chief Engineer & Director, Road Building & Research Institute, Govt. of W.B.
15. The Chief Engineer, P.W. (Electrical) - I, Govt. of W.B.
16. The Chief Engineer, P.W. (Electrical) - II, Govt. of W.B.
17. The Financial Advisor, P.W. Dte., Govt. of W.B.
18. The Technical Advisor, Finance (IF) Department, P.W. Dte., Govt. of W.B.
19. The Sabhadhipati, North 24-Paraganas Zilla Parished, West Bengal.
20. The Superintending Engineer, Presidency Circle, P.W. Dte., Govt. of W.B.
21. The Superintending Engineer, Kolkata Health Circle, P.W. Dte., Govt. of W.B.
22. The Superintending Engineer, Nabanna Circle, P.W. Dte., Govt. of W.B.
23. The Superintending Engineer, Southern Circle, P.W. Dte., Govt. of W.B.
24. The Superintending Engineer, North Bengal Highway Circle, P.W. (Roads) Dte., Govt. of W.B.
25. The Superintending Engineer, Central Highway Circle, P.W. (Roads) Dte., Govt. of W.B.
26. The Superintending Engineer, Northern Highway Circle, P.W. (Roads) Dte., Govt. of W.B.
27. The Superintending Engineer, Southern Highway Circle, P.W. (Roads) Dte., Govt. of W.B.
28. The Superintending Engineer, Western Highway Circle No. - I, P.W. (Roads) Dte., Govt. of W.B.
29. The Superintending Engineer, Western Highway Circle No. - II, P.W. (Roads) Dte., Govt. of W.B.
30. The Superintending Engineer, National Highway Circle No. - I, P.W. (Roads) Dte., Govt. of W.B.
31. The Superintending Engineer, National Highway Circle No. - II, P.W. (Roads) Dte., Govt. of W.B.
32. The Superintending Engineer, National Highway Circle No. - III, P.W. (Roads) Dte., Govt. of W.B.
33. The Superintending Engineer, Special Projects, P.W. (Roads) Dte., Govt. of W.B.
34. The Superintending Engineer, National Highway Design & Planning Circle, P.W. (Roads) Dte., Govt. of W.B.
35. The Superintending Engineer, State Highway Design & Planning Circle, P.W. (Roads) Dte., Govt. of W.B.
36. The Superintending Engineer, Bridge Planning Circle, P.W. (Roads) Dte., Govt. of W.B.
37. The Superintending Engineer, State Highway Planning Circle, P.W. (Roads) Dte., Govt. of W.B.
38. The Superintending Engineer, Monitoring Cell & Recourse Circle, P.W. (Roads) Dte., Govt. of W.B.
39. The Superintending Engineer, Construction Circle, P.W. (Roads) Dte., Govt. of W.B.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 20 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026

40. The Nodal Officer (Advertisement), P.W. Deptt. & Superintending Engineer & Project Director, Project
Implementation Unit – I, P.W. (Roads) Dte., Govt. of W.B.
41. The District Magistrate, North 24-Paraganas, West Bengal.

Superintending Engineer,
Bidhannagar Circle, Public Works Directorate,
Government of West Bengal.
Memo. No. 586/2(12)/K-ESI/57 S Dated: Kolkata, the 04th July 2025.
Copy forwarded for information and wide circulation through his Office Notice Board to:-

1. The Executive Engineer, Bidhannagar East Division, P.W. Dte., Govt. of W.B.
2. The Executive Engineer, Bidhannagar West Division, P.W. Dte., Govt. of W.B.
- He is requested to remain present in the Pre-Bid Meeting at the specified date & time (mentioned in this
NIeT) in the Office of the Superintending Engineer, Bidhannagar Circle, P.W. Dte.
3. The Executive Engineer, Kolkata East Division, P.W. Dte., Govt. of W.B.
4. The Executive Engineer, Bidhannagar Electrical Division, P.W. Dte., Govt. of W.B.
5. The Executive Engineer, IT Division, P.W. Dte., Govt. of W.B.
- for uploading in website of PWD.
6. The Secretary, Contractor Association, Kolkata
7. The Secretary, Contractor Association, North-24 Paraganas
8. The Secretary, Engineer’s Co-operative Association, Kolkata
9. The Secretary, Engineer’s Co-operative Association, North-24 Paraganas
10. The Secretary, F.O.C.A. & Building Association
11. Estimating Branch of this Office.
12. This Office Notice Board.
Superintending Engineer,
Bidhannagar Circle, Public Works Directorate,
Government of West Bengal.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 21 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

SECTION - A

INSTRUCTION TO BIDDERS

A. 1. General guidance for e-Tendering:

Instructions / Guidelines for electronic submission of the tenders have been annexed for assisting the
contractors to participate in e-Tendering.

A. 2. Registration of Contractor:

Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered with
the Government e-Procurement System, through logging on to https://etender.wb.nic.in (the web portal of
Public Works Department). The contractor is to click on the link for e-Tendering site as given on the web
portal.

A. 3. Digital Signature Certificate (DSC):

Each contractor is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC) for
submission of tenders, from the approved service provider of the National Informatics Centre (NIC) on
payment of requisite amount. Details are available at the Web Site stated in Clause A.1. above. DSC is
given as a USB e-Token.

Bid may be treated as non-responsive if Name of the company / firm differs from DSC to any of the
submitted documents.

A. 4. The contractor can search and download NIeT, Tender Document(s) and Addenda & Corrigenda (if any)
electronically from computer once s/he logs on to the website mentioned in Clause A.1. using the Digital
Signature Certificate. This is the only mode of collection of Tender Documents.

A. 5. Participation in more than one work:

A prospective bidder 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 bidder (including his participation in partnership) shall be allowed to participate in 2 (two)
works anywhere for each set of prescribed machinery and equipment owned / lease hold agreement by the

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 22 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

bidder. In no case a bidder will be allowed to participate in bid for more than 2 (two) works anywhere per
set of required machineries.

A. 6. Submission of Tenders:

General process of submission:

Tenders are to be submitted through online to the website stated in Clause A.2. of NIeT in two folders at a
time for each work, one in Technical Proposal & the other in Financial Proposal before the prescribed date
&time using the Digital Signature Certificate (DSC). The documents are to be uploaded virus scanned copy
duly Digitally Signed. The documents will get encrypted (transformed into non readable formats).
Documents only in .pdf format are to be submitted. In the event of e-Filing intending bidder may download
the tender document from the website directly by the help of his Digital Signature Certificate & upload the
same with other documents along with necessary Earnest Money as mentioned in NIeT & same is to be
documented through e-Filling. Where an individual person holds a digital certificate in his own name duly
issued to him by the company or the firm of which he happens to be a director or partner, such individual
person, either belonging to and appropriate cadre officer of the company or an authorized partner of a firm,

having a registered power of attorney empowered by the Board or by the firm, shall invariably upload a
copy of registered Power of Attorney showing clear authorization in his favour, to upload such tender. The
power of attorney shall have to be registered in accordance with the provisions of the Registration Act,
1908.

All documents / papers uploaded / submitted by the bidder must be legible.

A. 6.1. Technical proposal:

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

A. 6.1.1. Statutory Cover Containing:

A. 6.1.1.1. Prequalification Application


(Section-B, Form-I)

A. 6.1.1.2. Earnest Money has to be deposited by the bidder through the following payment
mode as per memorandum of the Finance Department vide no. 3975-F(Y) dated
28th July, 2016.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 23 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

(a) Net banking (any of the banks listed in the ICICI Bank Payment gateway) in
case of payment through ICICI bank payment gateway.

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

A. 6.1.1.3. Affidavit
(Ref:- format for affidavit shown in “X” and Declaration “Y”
in Section-B)

A. 6.1.1.4. West Bengal Form No. 2911 & NIeT with all agenda & corrigendum
(download & upload the same digitally signed, quoting rate will only encrypted in
the BOQ under Financial Bid. In case quoting any rate in West Bengal Tender
Form No. 2911 the tender will be liable to be summarily rejected)

A. 6.1.1.5. Special Terms, conditions & specification of works.

A. 6.1.2. Non statutory Cover Containing:

A. 6.1.2.1. PAN Card, Professional Tax Deposit Challan for the year 2025-2026, Trade
License (2025-2026), valid 15-digit Goods and Service Tax payer Identification
Number (GSTIN) under GST Act. 2017, Income Tax Acknowledgement Receipt
for Assessment Year 2025-2026/2024-2025 with relevant document(s) and any
other(s) if applicable.

A. 6.1.2.2. Registration Certificate under Company Act. (if any).

A. 6.1.2.3. Registered Deed of partnership Firm / Article of Association & Memorandum.

A. 6.1.2.4. Registered Power of Attorney


(For Partnership Firm / Private Limited Company, if any).

A. 6.1.2.5. Tax Audited Report in 3 CD Form along with Balance Sheet & Profit & Loss
A/c for the last five years
(year just preceding the current Financial Year will be considered as
year – I).

A. 6.1.2.6. Clearance Certificate for the Current Year issued by the Assistant Register of
Co-Op (S) (ARCS).

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 24 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

A. 6.1.2.7. Bye laws are to be submitted by the Registered labour Co-Op (S) & Engineers’
Co.-Opt.(S).

A. 6.1.2.8. List of machineries possessed by own / lease along with authenticated copy of
tax invoice, delivery challan & waybill Ref.:- Clause No. 3.2.9. & 20 and
Section-B, Form-IV of this NIeT and a statement should be submitted with
mentioning the present status and location of installation of main plant and
machineries.

A. 6.1.2.9. List of laboratory Instrument along with authenticated Invoice & Challan.

A. 6.1.2.10. List of Technical staffs along with structure & organization


(Section-B, Form-III).

A. 6.1.2.11. Requisite Credential as per Clause No. 3(i) and Section-B, Form-V of this NIeT.
Scanned copy of Original Credential Certificate as stated in Clause No. 3(i) of
NIeT is to be submitted.

Note: Failure of submission of any of the above mentioned documents (as stated in A. 1. & A.
2.) will render the tender liable to be summarily rejected for both statutory & non
statutory cover.

A. 6.2. Bid Evaluation Committee (BEC):

A. 6.2.1. Bid Evaluation Committee constituted under the Order No. 45-W(C)/1M-23/15 dated
13/02/2015 of the Public Works Department, Works Branch will continue to function as
Bid Evaluation Committee for determination of technically and financially qualified
bidders.

A. 6.2.2. Opening & Evaluation of Tender:

Earnest money amounting to 2% (two percent) of the estimated value of work for which
tender has been called for, will have to be submitted online by all intending Tenderers.

A. 6.2.3. Opening of Technical Proposal:

Technical proposals will be opened by the Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal.

A. 6.2.4. Intending tenderers may remain present if they so desire.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 25 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

A. 6.2.5. Cover (folder) statutory documents (vide Clause No. 6.A-1) will be opened first & if found
in order, cover (Folder) for non-statutory documents (vide Clause No. 6.A-2) will be
opened. If there is any deficiency in the statutory documents, the tender will summarily be
rejected.

A. 6.2.6. Decrypted (transformed in to readable formats) documents of the non-statutory cover will
be downloaded & handed over to the tender evaluation committee.

A. 6.2.7. Pursuant to scrutiny & decision of the Bid Evaluation Committee, the summary list of
eligible bidders & the serial number of work for which their proposal will be considered
will be uploaded in the web portals.

A. 6.2.8. While evaluation the committee may summon the bidders(s) & 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.

THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS

SHOULD BE ARRANGED IN THE FOLLOWING MANNER

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

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

Sl.
Category Name Sub-Category Description Detail(s)
No.
1. Trade License (2025-2026).
2. Valid 15-digit Goods and Service Tax payer
Identification Number (GSTIN) under GST
Act. 2017 with relevant document(s) and any
A. Certificate(s) Certificate(s)
other(s) if applicable.
3. PAN Card.
4. Professional Tax Deposit Challan for the year
2025-2026.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 26 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

Sl.
Category Name Sub-Category Description Detail(s)
No.
1. Proprietorship Firm (Trade License)
2. Partnership Firm
(Partnership Deed, Trade License)
3. Ltd. Company

B. Company Detail(s) Company Detail - 1 (Incorporation Certificate, Trade License)


4. Co-Operative Society
(Society Registration Certificate Copy, Trade
License)
5. Registered Power of Attorney.
1. Similar nature of work done and completion
certificate with Price Schedule or BOQ which
is applicable for eligibility are listed in

Credential – 1 Section-B, Form-V in this NIeT.


C. Credential
Credential – 2 2. Similar nature of single running work with
Price Schedule or BOQ which is applicable
for eligibility are listed in Section-B, Form-V
(Contd.) in this NIeT (if any).
1. Authenticated copy of Tax Invoice, Delivery
Laboratory Equipment Challan and Waybill (Plant / Machinery)
D. Equipment Machineries – 1 2. Authenticated copy of Tax Invoice, Delivery
Machineries – 2 Challan and Waybill (Laboratory Equipment)
1. Financial Statement (Section-B, Form-II)

Work in hand duly filled up.


2. Affidavits – “X” and Declaration – “Y”.
Financial
E. Profit & Loss A/c. and
Information Profit & Loss A/c. and Balance Sheet
Balance Sheet for the
(with Annexure and 3CD form in case of Tax
financial year 2024-2025.
Audit)
(Optional)

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 27 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

Sl.
Category Name Sub-Category Description Detail(s)
No.
Profit & Loss A/c. and Profit & Loss A/c. and Balance Sheet
Balance Sheet for the (with Annexure and 3CD form in case of Tax
financial year 2023-2024. Audit)
Profit & Loss A/c. and Profit & Loss A/c. and Balance Sheet
Balance Sheet for the (with Annexure and 3CD form in case of Tax
financial year 2022-2023. Audit)
Profit & Loss A/c. and Profit & Loss A/c. and Balance Sheet
Balance Sheet for the (with Annexure and 3CD form in case of Tax
financial year 2021-2022. Audit)
Profit & Loss A/c. and Profit & Loss A/c. and Balance Sheet
Balance Sheet for the (with Annexure and 3CD form in case of Tax
financial year 2020-2021. Audit)
Profit & Loss A/c. and Profit & Loss A/c. and Balance Sheet
Balance Sheet for the (with Annexure and 3CD form in case of Tax
financial year 2019-2020. Audit)
1. List of Technical Staffs along with Structures
& Organization (as per NIeT.)
L. Man Power Technical Personnel
2. On Contract List of Technical Staffs along
with Structures & Organization (as per NIeT.)

A. 6.3. Financial proposal

A. 6.3.1. The financial proposal should contain the following documents in one cover (folder) i.e.,
Bill of Quantities (BOQ). The contractor is to quote the rate (percentage Excess / Less / At
par) online through computer in the space marked for quoting rate in the BOQ.

A. 6.3.2. Only downloaded copies of the above documents are to be uploaded virus scanned &
Digitally Signed by the contractor.

A. 7. Financial capacity of a bidder will be judged on the basis of net worth and available bid capacity as
mentioned in the NIeT to be obtained from the information furnished in Section-B, Form-I & Form-II, i.e.,
“Pre-Qualification Application” & “Financial Statement” respectively.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 28 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

The Audited Balance Sheet for the last 5 (five) years, Net Worth, Bid Capacity etc. are to be submitted
which must demonstrate the soundness of Bidder’s financial position, showing long term profitability
including an estimated financial projection for the next 2 (two) years.

A. 8. Penalty for suppression / distortion of facts:

Submission of false document, by tenderer is strictly prohibited & if found the matter may be referred to
the appropriate authority for prosecution as per relevant IT Act / other relevant Acts and further penal action
may be taken against him as per rule.

A. 9. Rejection of Bid

The Tender Inviting Authority / 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 Bidder(s) or any obligation to inform the affected Bidder(s)
of the ground for Tender Inviting Authority / Tender Accepting Authority action.

A. 10. Opening of Financial Bid

A. 10.1. Financial proposals will be open by the Superintending Engineer, Bidhannagar Circle, P.W.
Dte. along with/or his authorized representative electronically.

A. 10.2. After opening of Financial Bid, if situation demands, the Superintending Engineer,
Bidhannagar Circle, P.W. Dte. may negotiate with the lowest bidder to lower down the rate if
required. So all Qualified Bidders are requested to remain present or send their authorised
representative in the Chamber of the Superintending Engineer, Bidhannagar Circle, P.W. Dte.
on that day at the time of opening the financial bid. No objections in this respect will be
entertained raised by any Bidders who will be present during opening of tender, or from any
Bidder who will be absent at the time of opening of tenders.

A. 11. Award of Contract

A. 11.1. The Bidder whose Bid has been accepted will be notified by the Tender Inviting & Accepting
Authority through Letter of Acceptance.

A. 11.2. The Letter of Acceptance will constitute the formation of the Contract. Issuance of Letter of
Acceptance / Work Order may be delayed due to non-receipt of clear site for the work and no
claim, whatsoever, for delay in issuance of Letter of Acceptance / Work Order will be
entertained.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 29 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

A. 11.3. The Agreement in West Bengal From No. 2911 will incorporate all necessary documents e.g.
NIeT, all Addenda & Corrigendum (if any), different filled-up Forms (Section-B), Special
Terms & Conditions (Section-C), Technical Specification (Section-D), BOQ, prevailing P.W.
Directorate Schedule of Rates at the time of floating of NIeT, and the same will be constituted
between the Tender Accepting Authority and the successful Bidder.

A. 12. Online receipt and refund of EMD of e-procurement through State Government e-procurement
portal.

A. 12.1. Login by bidder:

A. 12.1.1. A bidder desirous of taking part in a tender invited by a State Government Office /
PSU / Autonomous Body / Local Body / PRIs, etc. shall login to the e-procurement
portal of the Government of West Bengal https://wbtenders.gov.in using his login ID
and password.

A. 12.1.2. He will select the tender to bid and initiate payment of pre-defined EMD / Tender Fees
for that tender by select from either of the following payments modes:

A. 12.1.2.1. Net banking (any of the banks listed in the ICICI Bank Payment gateway) in
case of payment through ICICI bank payment gateway.

A. 12.1.2.2. RTGS/NEFT in case of offline payment through bank account in any bank.

A. 12.2. Payment procedure:

A. 12.2.1. Payment by Net Banking (any listed bank) through ICICI Bank Payment Gateway:

A. 12.2.1.1. On selection of net banking as the payment mode, the bidder will be directed to
ICICI Bank payment Gateway webpage (along with a string containing a Unique
ID) where he will select the Bank through which he wants to do the transaction.

A. 12.2.1.2. Bidder will make the payment after entering his Unique ID and password of the
bank to process the transaction.

A. 12.2.1.3. Bidder will receive a confirmation message regarding success/failure of the


transaction.

A. 12.2.1.4. If the transaction is successful, the amount paid by the bidder will get credited
in the respective Pooling account of the State Government / PSU / Autonomous

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 30 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

Body / Local Body / PRIs, etc. maintained with the Focal Point Branch of ICICI
Bank at R.N. Mukherjee Road, Kolkata for collection of EMD / Tender Fees.

A. 12.2.1.5. If transaction is failure, the bidder will again try for payment by going bank to
the first step.

A. 12.2.2. Payment through RTGS/NEFT:

A. 12.2.2.1. On selection of RTGS/NEFT as the payment mode, the e-procurement portal


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

A. 12.2.2.2. The bidder will print the challan and use the pre-filled information to make
RTGS/NEFT payment using his Bank account.

A. 12.2.2.3. Once payment is made, the bidder will come back to the e-procurement portal
after expiry of a reasonable time to enable the NEFT/RTGS process to complete,
in order to verify the payment made and continue the bidding process.

A. 12.2.2.4. If verification is successful, the Fund will get credited to the respective Pooling
account of the State Government maintained with the Focal Point Branch of
ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of EMD.

A. 12.2.2.5. Hereafter, the Bidder will go to e-procurement portal for submission of his bid.

A. 12.2.2.6. But if the payment verification is unsuccessful, the amount will be returned to
the bidder’s account.

A. 12.2.3. Refund/Settlement Process:

A. 12.2.3.1. 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 ICICI Bank by the e-Procurement portal
through web services.

A. 12.2.3.2. 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

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 31 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

the technical evaluation to the respective bidders’ bank accounts from which
they made the payment transaction. Such refund will take place within T+2 Bank
Working Days where T will mean the date on which information on rejection of
bid is uploaded to the e-Procurement portal by the tender inviting authority.

A. 12.2.3.3. Once the financial bid evaluation is electronically processed in the e-


Procurement portal, EMD of the technically qualified bidders other than that of
the L1 and L2 bidders will refund, 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.

A. 12.2.3.4. If the L1 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 within T+2 Bank Working Days where
T will mean the date on which information on Award of Contract (AOC) to the
L1 bidder is uploaded to the e-Procurement portal by the tender inviting
authority.

A. 12.2.3.5. As soon as the L1 bidder is awarded the contract (AOC) and the same is
processed electronically in the e-Procurement portal.

EMD of the L1 bidder for tenders of State Government offices will automatically
get transferred from the pooling account to the State Government deposit head
“8443-00-103-001-07” through GRIPS along with the bank particulars of the L1
bidder.

In Such transfer will take place within T+1 Bank Working Days where T will
mean the date on which the Award of Contract (AOC) is issued.

A. 12.2.3.6. The Bank will share the details of the GRN No. generated on successful entry in
GRIPS with the e-Procurement portal for updation.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 32 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - A

A. 12.2.3.7. Once the EMD of the L1 bidder is transferred in the manner mentioned above,
Tender fees, if any, deposited by the bidders will be transferred electronically
from the pooling account to the Government revenue receipt head “0070-60-
800-013-27” through GRIPS for Government tenders.

A. 12.2.3.8. All refunds will be made mandatorily to the Bank A/c. from which the payment
of EMD & Tender Fees (if any) were initiated.

A. 12.2.4. Refund/Settlement Process:

A. 12.2.4.1. The ICICI Internet Banking will communicate to the State Government e-
Procurement portal all details of the transactions on daily basis.

A. 12.2.4.2. The Tender inviting Authority of the Government Offices will be using their
respective e-procurement User ID and Password to view the EMD and Tender
Fees deposited by the bidders in the pooling accounts.

A. 12.2.4.3. The nodal officer of the Finance Department, Government of West Bengal will
be able to view the Department-wise EMD and Tender Fees deposited by the
bidders to the pooling accounts and fund transferred downstream at various
stages of the tender process to the Government accounts and bidders’ accounts,
as applicable by using user access as provided by NIC.

Statutory Warning: If any document submitted by a bidder is found to be either fabricated, tampered or false,
in such cases, the eligibility of the bidder will be out rightly rejected at any stage without
any prejudice and the firm/company shall also be liable to be prosecuted under Section
197, 199 & 200 of Indian Penal Code, 1860 along with Section 71 & Section 73 of Indian
Information & Technology Act 2008 & any other applicable law for the time being in
force in addition to forfeiture of Earnest Money or Security Deposit as the case may be
and also may be Debarred for participating in tender of this department for a period as
determined by the departmentas per provision of G.O No-547-W(C)/1M-387/15 dated
16/11/2015 of the Jt Sec, PWD.

Superintending Engineer,
Bidhannagar Circle, Public Works Directorate,
Government of West Bengal.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 33 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - B

SECTION – B
FORM – I
PRE-QUALIFICATION APPLICATION

To
The Superintending Engineer,
Bidhannagar Circle,
Public Works Directorate,
Government of West Bengal,
Room No. – 102, 1st Floor, Purta Bhavan, DF Block,
Sector – I, Salt Lake, Kolkata – 700 091.

Ref : Tender for


(Name of work)
NIeT No.: WBPWD/SE/BNC/ (Sl. No. ) of the Superintending
Engineer, Bidhannagar Circle, Public Works Directorate.
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 order.
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for
application and for completion of the contract documents is attached herewith.
We are interested in bidding for the 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(s): e-Filling:-
1. Statutory Documents.
2. Non-Statutory Documents.
Date:

Signature, name and designation


of Authorised Signatory.

For and on behalf of


(Name of the Applicant)

N.B.: This application must be made in the Letter Head Pad of the firm in which application is made, clearly mentioning
the address and contact number and email ID of the firm.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 34 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - B

SECTION – B
FORM – II
This is to certify that we have verified the consolidated financial statement of
(Name of the Firm in which application is made) having its Registered
Office at
(address of the Firm). Based on our examination of Books and Records and other
documentary evidences we certify that the financial data of the company given in the balance sheets are detailed
hereunder for the Financial year(s) as mentioned below are true and correct.
Sl. Financial Data for the last 5 audited Financial Years
Description
No. 2019-2020 2020-2021 2021-2022 2022-2023 2023-2024
Net Worth
1. (Calculated on the basis of capital, profit and free
reserve available to the firm should be positive)

2. Working Capital

Annual Turnover
3.
(Civil Construction Work)

Available Liquid Assets


1. Working Capital : Rs.
2. Uncommitted Bank Guarantees : Rs.
3. Credit facilities : Rs.
Total Liquid Assets : Rs.

Date:

Signature of authorised signatory of the


Statutory Auditor’s firm.

Name of the Statutory Auditor’s firm


Signature, name and designation of
Authorised Signatory
Seal of the audit firm: For and on/behalf of
(Signature, name and designation and (Name of the Applicant)
Membership No. of authorised signatory)

N.B.: This application must be made in the Letter Head Pad of the Auditor’s firm in which application is made,
clearly mentioning the address and contact number and email ID of the Auditor’s firm.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 35 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - B

AFFIDAVIT – “X”

(To be submitted in non-judicial stamp paper of appropriate value, duly notarized on or after the date of publication of this NIeT)

1. I/We, the undersigned do certify that all the statements made in the attached documents are true and correct. In case of
any information submitted is proved to be false or concealed, the application may be rejected and no objection / claim
will be raised by the undersigned.

2. The undersigned also hereby certifies that neither our firm ________________________________________ nor any
of its constituent partners have failed to executed more than one works contract under any directorate of Public Works
Department and that neither our firm ____________________________________________ nor any of its constituent
partners was terminated by any sub-rule under Clause 3 of Tender Form No. 2911 and that neither our firm
____________________________________________ nor any of its constituent partners was terminated under any
clause of Standard Bidding Documents by the Engineer-in-Charge / Employer during last 3 (three) years.

3. The undersigned would authorize and request any Bank, person, Firm or Corporation to furnish pertinent information
as deemed necessary and/or as requested by the Department to verify this statement.

4. The undersigned understands that further qualifying information may be requested and agrees to furnish any such
information at the request of The Department.

5. Certified that I have applied in the tender vide NIeT bearing No. WBPWD/SE/BNC/NIeT-01/2025-2026 of the
Superintending Engineer, Bidhannagar Circle, Public Works Directorate, Government of West Bengal in the capacity
of individual/ as a partner of a firm & I have not applied severally for the same job and also not applied more than two
works anywhere per set of required machineries.

6. The undersigned also hereby certifies that the Bid shall remain valid for a period not less than 120 (one hundred twenty)
days, after the dead line date for Bid submission.

7. I / we do hereby certify that I shall bring all requisite technical personnel and /or plants/ testing machineries / equipment
for all the items of works as per relevant IS / IRC codes of practice and as per BOQ and as per direction of the Engineer-
in-Charge at the time of execution of work at site even if upon technical evaluation I am declared as “qualified” without
having all the requisite technical personnel and /or plants/ testing machineries / equipment at the time of submission of
tender.

Date:

Signature, name and designation


of Authorised Signatory.
For and on behalf of
(Name of the Applicant / Firm with Seal)

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 36 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - B

SECTION – B
FORM – III
STRUCTURE AND ORGANISATION

:
A. 1 Name of Applicant
:
A. 2 Office Address

Telephone No. :

Mobile No. :

Fax No. :

Email :

:
A. 3 Name and Address of Bankers

A. 4 Attach an Organization Chart showing the


:
structure of the Company with names of key
personnel and technical staff with Bio-Data.
Note: Application covers Proprietary Firm, Partnership, Limited Company or Corporation.

Date:

Signature, name and designation


of Authorised Signatory.
For and on behalf of
(Name of the Applicant / Firm with Seal)

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 37 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - B

DECLARATION “Y”
(To be submitted in non-judicial stamp paper of appropriate value, duly notarized on or after the date of publication of this NIeT if any)

 I, the undersigned, declare that all the statements made in the attached documents in respect of mode of
ownership of machineries are true and correct.

 Certified that required specified machineries for the works under this NIeT will be installed at the working
site within 45 (forty five) days (maximum) from the date of LOA / Work Order.

 The undersigned also hereby certifies that neither our firm


____________________________________________ nor any constituent firm had been debarred to
participate in tender by Public Works Department during the last 7 (seven) years prior to the date of this NIeT.

 The undersigned understands and agrees that further qualifying information may be requested and agrees to
furnish any such information at the request of the Department.

 Certified that I have applied in the Tender in the capacity of individual / as a partner of a firm and that I have
not applied severally for the same job.

 Certified that I have applied in the tender in the capacity of individual / as a partner of a firm.

 Certified that I have access to or have available liquid assets (aggregate of working capital, Cash-in-Hand,
uncommitted Bank Guarantees) and / or credit facilities not less than 10% of the estimated cost put to tender.
In this respect, I have attached necessary documents with this application.

 I, the under-signed, do certify that all the statements made in the attached documents are true and correct. If
any declaration submitted is found / ascertain to be incorrect / fabricated / misrepresented / fraudulent etc.,
accordingly tender will be liable to be cancelled / terminated immediately & I / my firm / company shall also
be liable to be prosecuted under Section 197, 199 & 200 of Indian Penal Code, 1860 along with Section - 71
& Section -73 of Indian Information & Technology Act 2008 & any other applicable law for the time being
in force in addition to forfeiture of Earnest Money / Security Deposit.

Date:

Signature, name and designation


of Authorised Signatory.
For and on behalf of
(Name of the Applicant / Firm with Seal)

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 38 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - B

SECTION – B
FORM – IV
Experience Profile

Name of the Firm:

List of Completed Projects that are similar in nature to the works having more than 40% (30% in case of 2nd
Call, 20% in case of 3rd Call) of the project cost executed during the last 7 (seven) years from the date of NIeT.

Reasons for delay in


Name of Consulting
nature of work with

completion of work

completion of work
Name of Employer

Name, Location &

starting the work


Original Date of

Original Date of
Participation of
responsible for

Actual Date of

Actual Date of
Contract price

Percentage of

start of work
supervision
Tender No.

completion
company
Engineer

(in Rs.)

(if any)
Note: (a) Certificate from the Employers to be attached.
(b) Non-disclosure of any information in the schedule will result in dis-qualification of the firm.

Date:

Signature, name and designation


of Authorised Signatory.
For and on behalf of
(Name of the Applicant / Firm with Seal)

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 39 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - B

SECTION – B
FORM – IV (Contd…)
Experience Profile

Name of the Firm:

List of Single Running Project which is similar in nature of the intended job & completed to the extent of 80%
or more (75% in case of 2nd Call, 70% in case of 3rd Call) and value of which is not less than the value of 40%
(30% in case of 2nd Call, 20% in case of 3rd Call) of the estimated amount put to tender of intended job.

Reasons for delay in


Name of Consulting
nature of work with

completion of work
Name of Employer

Name, Location &

Physical Progress
Original Date of

Original Date of
Participation of

Value of Work
responsible for

Contract price

Percentage of

Percentage of
Done (in Rs.)
start of work
supervision
Tender No.

completion
company
Engineer

(in Rs.)

(if any)
Note: (a) Certificate from the Employers to be attached.
(b) Non-disclosure of any information in the schedule will result in dis-qualification of the firm.

Date:

Signature, name and designation


of Authorised Signatory.
For and on behalf of
(Name of the Applicant / Firm with Seal)

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 40 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

Section - C

Special Terms and Conditions

C. 1. General:

C. 2. Unless otherwise stipulated, all the works are to be done as per general conditions and general specifications
as mentioned in the Departmental Schedule, i.e., Public Works Department Schedule of Rates for Building
Works (Volume – I) and Sanitary & Plumbing works (Volume – II) including Materials, Labour & Carriage
effective from 01st November 2018 with up-to-date addenda and corrigenda, if any, in force issued by the
Superintending Engineer, Planning & Monitoring Circle, PWD & Convener, Combined Schedule
Committee of PWD, as applicable for the working area of concerned Circle at the time of uploading of
tender.

C. 3. For general conditions and general specifications of items of works including supply and carriage works,
not appearing in the aforesaid specification books, relevant Public Works Department Schedule of Rates
for Road & Bridge Works (Volume – III) including Materials, Labour & Carriage in different districts of
West Bengal for the working area effective from 30th August 2018 with up-to-date agenda & corrigenda, if
any, in force issued from competent authority of PWD or relevant I.S. / I.R.C. Codes of practice or National
Building Code in force at the time of uploading of tender will be considered for the appropriate working
area.

C. 4. Definition of “Engineer-in-Charge” and commencement of work:

The word “Engineer-in-Charge” means the Executive Engineer, P.W. Directorate of the concerned
Division. The word “Department” appearing anywhere in the tender documents means P.W. Department,
Government of West Bengal, who have jurisdiction, administrative or executive, over part or whole of the
works forming the subject matter of the tender or contract. The word “approved” appearing anywhere in
the documents means approved by the Engineer-in-Charge. In case, the work is transferred to any other
Division, the Executive Engineer under whom the work will be executed should be treated as the Engineer-
in-Charge. The work will have to be taken up within specified time as mentioned in the work order. Failure
to do so will constitute a violation of the contract stipulation as regards to proportionate progress and timely
completion of work and the contractor will thereby make himself liable to pay compensation or other penal
action as per stipulation of the printed tender form.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 41 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 5. Terms & Conditions in extended period:

As Clause 5 of West Bengal Form No. 2911 when an extension of time for completion of work is granted
by the Engineer-in-Charge for valid reasons over which the contractor have no control, it will be taken as
granted by the working contractor that the validity of the contract is extended automatically up to the
extended period with all terms and conditions, rates etc. remaining unaltered, i.e., the tender is revalidated
up to the extended period.

C. 6. Co-operation with other agencies and damages and safety of road users:

All works are to be carried out in close co-operation with the Department and other contract(s) that may be
working in the area of work. The work should also be carried out with due regard to the convenience of the
road users and occupants of the adjacent locality, if any. All arrangements and programme of work must
be adjusted accordingly. All precautions must be taken to guard against chances of injury or accidents to
workers, road users, occupants of the adjacent locality etc. The contractor must see that all damages to any
property which, in the opinion of the Engineer-in-Charge are due to the negligence of the contractor are
promptly rectified by the contractor at his own cost and expenses and according to the direction and
satisfaction of the Engineer-in-Charge.

C. 7. Transportation arrangement:

The contractor will arrange for all means of transport including railways wagons required for carriage and
supply of materials and also the materials required for the construction work. The Department may
however, at their own discretion grant necessary certificates, if required, for booking of railways wagons
etc. But, in case of failure of the department to help the contractor in this respect, the contractor will have
to arrange at his own initiative so that progress of work is not hampered and no claim whatsoever on this
ground will be entertained under any circumstances. If railways facilities are not available, the contractor
will have to depend on transport of materials by road as necessary to complete the work without claiming
any extra payment from Department in this regard. The contractor must consider this aspect while quoting
rate.

C. 8. Contractor’s Site Office:

The contractor will have to set up an office adjacent to the work as may be approved by the Engineer-in-
Charge where all directions and notice of any kind whatsoever, which the Engineer-in-Charge or his
representative may desire to give to the contractor in connection with the contract, may be left or sent by

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 42 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

post to such office or delivered to the contractor’s authorised agent or representative. For such intimation
to the contractor’s site office, it will be deemed to the sufficient enough to be served upon the contractor.

C. 9. Incidental and other charges:

The cost of all materials, hire charges of Tools and plants, labour, Corporation / Municipal Fees for water
supply, Royalty or road materials (if any), electricity and other charges of Municipalities or statutory local
bodies, ferry charges, Toll charges, loading and unloading charges, handling chargers, overhead charges
etc. will be deemed to have been covered by the rates quoted by the contractor inclusive of all taxes, all
other charges for the execution of the specified work, including supply of materials and related carriage,
complete or finished in all respect up to the entire satisfaction of the Engineer-in-Charge of the work. No
extra claim in this regard beyond the specified rate as per work schedule in this respect will be entertained.

C. 10. Authorised Representative of Contractor:

The contractor should not assign the agreement or sublet any portion of the work. The contractor,
may however, appoint and authorised representatives in respect of one or more of the following
purposes only.

C. 10.1.1. General day to day management of work.

C. 10.1.2. To give requisition for Departmental materials, Tools & Plants etc., to receive the same
and sign hand receipts thereof.

C. 10.1.3. To attend measurements when taken by the Departmental Officers and sign the records
of such measurements which will be taken as accepted by the contractor.

The selection of the authorised representatives will be subject to the prior approval of the Engineer-in-
Charge concerned and the contractor will in writing seek such approval of the Engineer-in-Charge giving
therein the name of work, Tender No., the Name, Address and the attested specimen signature of the
representative he wants to appoint and the specific purposes as specified here-in-above, which the
representative will be authorised for. Even after first approval, the Engineer-in-Charge may issue at any
subsequent date, revised directions about such authorised representatives and the contractor will be bound
to abide by such directions. The Engineer-in-Charge will not be bound to assign any reason for his revised
directions. Any notice correspondence etc. issued to the authorised representative or left at his address, will
be deemed to have been issued to the contractor.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 43 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 11. Power of Attorney:

The Provision of the power of attorney, if any, must be subject to the approval of the Department.
Otherwise the Department will not be bound to take cognizance of such of attorney.

C. 12. Extension of time:

For cogent reasons over which the contractor will have no control and which will retard the progress,
extension of time for the period lost will be granted on receipt of application from the contractor
before the expiry date of contract. No claim whatsoever for idle labour, additional establishment,
enhanced cost of materials and labour and hire charges of tools & plants etc. will be entertained under
any circumstances. The contractor should consider the above factor while quoting his rate.
Applications for such extension of time should be submitted by the contractor in the manner indicated
in Clause 5 of the printed form of West Bengal Form No. 2911.

C. 13. Contractor’s Godown:

The contractor must provide suitable godowns for cement and other materials at the site of work. The
cement godown should be sufficient in capacity and it must be water tight with either an elevated
floor with proper ventilation arrangement underneath the floor or if solid raised flooring is made,
cement is to be stored on bamboo or timber dunnage to the satisfaction of the Engineer-in-Charge.
No separate payment will be made for these godowns or for the store yard. Any cement, which is
found at the time of use to have been damaged, shall be rejected and must immediately to removed
from the site by the contractor as per directed of the Engineer-in-Charge.

C. 14. Arrangement of Land:

The contractor will arrange land for installation of his Plants and Machineries, his godown, store yard,
labour camp etc. at his own cost for the execution of the work. Departmental land, if available and if
applied for, may be spared for the purpose on usual charges as fixed by the Competent Authority.

C. 15. Use of Government Land:

Before using any space in Government land for any purpose whatsoever, approval of the Engineer-
in-Charge will be required. Departmental land, if available and if applied for, may be spared for the
purpose on usual charges as fixed by the Competent Authority. The contractor will have to make his
own arrangements for storage of tools, plants, equipment; materials etc. of adequate capacity and will
clear and remove on completion of work and will also remove the shed, huts etc. which he might have
erected in Government land. If after such use, the contractor fails to clear the land, Department will

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 44 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

arrange to remove those installations and adequate recovery will be made from the dues of the
contractor.

C. 16. Work Order Book:

The contractor will within 7 (seven) days of receipt of the order to take up the work, supply at his
own cost one Work Order Book to Sub-Divisional Officer / Assistant Engineer concerned, who is
authorised to receive and keep in custody the Work Order Book on behalf of the Engineer-in-Charge.
The Work Order Book will be kept at the site of work under the custody of Sub-Divisional Officer /
Assistant Engineer or his authorised representative. The Work Order Book should have machine
numbered pages in triplicate. Directions or instructions from Departmental officers to be issued to
the Contractor will be entered (in triplicate) in the Work Order Book (except when such directions or
instructions are given by separate letters). The contractor or his authorised representatives should
regularly note the entries made in the Work Order Book and also record thereon the actions taken or
being taken by him for complying the said directions or instructions on any relevant points relating
to the work. The contractor or his authorised representative may take away the triplicate pages of the
Work Order Book for his own record and guidance.

Cases of supplementary items or of claims may not be entertained unless supported by entries in the
Work Order Book or any written order from the Tender Accepting Authority.

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

C. 16.1.1. Name of the Work;

C. 16.1.2. Reference to contract number;

C. 16.1.3. Contractual rate in percentage;

C. 16.1.4. Date of opening of the Work Order Book;

C. 16.1.5. Name and address of the Contractor;

C. 16.1.6. Signature of the Contractor;

C. 16.1.7. Name & address of the Authorized representative (if any);

C. 16.1.8. Specific purpose for which the contractor’s representatives is authorized to act on behalf
of the Contractor;

C. 16.1.9. Signature of the authorized representative duly attested by the Contractor;

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 45 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 16.1.10. Signature of the Sub-Divisional Officer / Assistant Engineer concerned;

C. 16.1.11. Date of actual completion of work;

C. 16.1.12. Date of recording final measurement;

Entries in C. 14.11. & C. 14.12. above shall be filled in on completion of the work and before the
Work Order Book is recorded in the office of the Sub-Divisional Officer / Assistant Engineer.

C. 17. Clearing of Materials:

Before starting any work, work site, wherever necessary, must be properly dressed after cutting
clearing of all varieties of jungles, shrubs, bamboo clusters or any undesirable vegetation from the
alignment or site of works. On completion of works all temporary structures or obstructions including
some pipes in underground works, if any, must also be removed. All scars of construction should be
obliterated and the whole site should be left in a clear and neat manner to the satisfaction of the
Engineer-in-Charge. Total length (in case of road project) should be demarcated by proper chainaging
with fixing 200 m post as per direction of the Engineer-in-Charge on both sides of the alignment and
Bench Marking at desired locations as per direction of the Engineer-in-Charge. No separate payment
will be made for all these works, the cost thereof being deemed to have been included in the rates of
various items of works quoted by the contractor in the schedule of probable items of works.

C. 18. Sundry Materials:

The contractor must erect temporary pillars, master pillars etc. as may be required in suitable places
as directed by the Engineer-in-Charge at his own cost before starting and during the work by which
the departmental staff will check levels layout of different works and fix up alignment and the
contractor will have to maintain and protect the same till completion of the work. All machineries
and equipment like Level Machine, Staff, Theodolite etc. and other sundry material like pegs, strings,
nails, flakes instruments etc. and also skilled labour required for setting out the levels, for laying out
difference structures and alignment will also have to be supplied by the contractor at his own cost as
per direction of the Engineer-in-Charge without any extra claim towards the Department.

C. 19. Supplementary / Additional items of Works:

The contractor must erect temporary pillars, master pillars etc. as may be required in suitable places
as directed by the Engineer-in-Charge at his own cost before starting and during the work by which
the Departmental staff will check levels layout of different works and fix up alignment and the
contractor will have to maintain and protect the same till completion of the work. All machineries

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 46 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

and equipment like Level Machine, Staff, Theodolite etc. and other sundry material like pegs, strings,
nails, flakes instruments etc. and also skilled labour required for setting out the levels, for laying out
difference structures and alignment will also have to be supplied by the contractor at his own cost as
per direction of the Engineer-in-Charge without any extra claim towards the Department.

C. 19.1.1. Rates of Supplementary Item(s) will be analysed in the 1st instant as far as possible
from the rates of the allied items of works appearing in the tender schedule.

C. 19.1.2. Rates of Supplementary Item(s) will be analysed to the maximum extent possible from
the rates of allied items of works appearing in the Public Works Department Schedule
of Rates (for Building / Sanitary & Plumbing Works) of probable items of work
forming part of the tender document. Rates of SOR for the working area at the time of
floating of NIeT will be applicable.

C. 19.1.3. In Case, additional items do not appear in the above Public Works Department
Schedule of Rates, such items for the works will be paid at the rates entered in the
Public Works (Roads) Department Schedule of Rates for the working area at the time
floating of NIeT.

C. 19.1.4. It the Supplementary Item(s) cannot be computed even after application of clauses
stated above, rates of supplementary item(s) will be analysed to the maximum extent
possible from the rates of allied items of works appearing in the current PWD Schedule
of Rates (for Building / Sanitary & Plumbing / Road Works) of probable items of work
for the work area at the time of execution of work.

C. 19.1.5. If the rates of the Supplementary Item(s) cannot be computed even after application of
clauses stated above, the same will be determined by analysis from market rates of
material, labour and carriage cost prevailing at the time of execution of such items of
work. Profit and overhead charges (both together) at 10% (ten percent) will be allowed
only. In that case the contractual percentage will not be applicable.

Contractual percentage shall only be applicable with regard to the portions of the analysis based on
PWD Schedule of Rates as mentioned in Clauses C. 17.1., C. 17.2., C. 17.3 & C. 17.4. stated above
only.

It may be noted that the cases of supplementary items of claim will not be entertained unless supported
by entries in the Work Order Book or any written order from the tender accepting authority.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 47 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 20. Covered up works:

When one item of work is to be covered up by another item of work the later item should not be done
before the formal item has been measured up and has been inspected by the Engineer-in-Charge or
the Sub-Divisional Officer / Assistant Engineer, as the authorized representative of the Engineer-in-
Charge and order given by him for proceeding with the later item of work. When, however, this is
not possible for practical reasons, the Sub-Assistant Engineer, if so authorized by the Sub-Divisional
Officer / Assistant Engineer may do this inspection in respect of minor works and issue order
regarding the later item.

C. 21. Approval of Sample:

Samples of all materials to be supplied by the contractor and to be used in the work will have to be
approved by the Engineer-in-Charge and checking the quality of such materials will have to be done
by the concerned Department or as directed by the Engineer-in-Charge prior to utilization in the work.

C. 22. Water and Energy:

The contractor will have to arrange at his own cost, required energy for operation of equipment and
machineries, for operating pump set, illuminating work site, office, etc. that may be necessary in
difference stages of execution of work. No facility of any sort will be provided for utilization of the
departmental sources of energy existing at the site of work. Arrangement for obtaining water for the
work should also be made by the contractor at his own cost. All cost for getting energy and / or for
any purpose whatsoever will have to be borne by the contractor for which no claim will be entertained.

All materials, tools and plants and all labour (skilled and unskilled) including their housing, water
supply, sanitation, light, procurement of food for contractors staff & crews, medical aids etc. are to
be arranged for by the contractor at his own cost. The cost for transportation of labour, materials and
all other incidental items as required for work shall also have to be borne by the Contractor without
any extra claim from the Department.

C. 23. Road open to traffic:

It should be clearly understood that the contractor will be responsible to keep the road open to all
kinds of traffic during execution of the work. The work should be so arranged and the programme of
work must be so adjusted as not to disturb the smooth flow of road traffic in any way. If necessary,
diversion road should be provided and maintained by the contractor at his own cost for the entire
period of work, if not separately provided in the tender. The Contractor should take all necessary

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 48 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

precautions including guarding, lighting and barricading as necessary, to guard against the chances
of injury or accident to the road user and traffic and ferry users during execution of the work for
which nothing extra will be paid except otherwise mentioned in the specific price schedule. The
contractor will also have to indemnify the Department against consequences of any such injury or
accident, if so happens and which, as per opinion of the Engineer-in-Charge is due to contractor’s
fault.

Suitable road sign, as and where necessary, should be provided by the contractor at his own cost as
per direction of the Engineer-in-Charge and will also be maintained till the completion of the work.
Road barriers, with red light at night, are to be placed where the existing surface is disturbed with
proper road signs. All these should be done at the cost of the contractor without any extra claim
towards the Department.

C. 24. Drawings:

All works should be carried out in conformity with the drawings supplied by this Department. The
Contractor will have to carry out all the works according to the Departmental General Arrangement
Drawing and Detail Working Drawings to be supplied by the Department from time-to-time.

C. 25. Serviceable Materials:

The responsibility for stacking the serviceable materials (as per decision of the Engineer-in-Charge)
obtained during dismantling of existing structures/roads and handing over the same to the Engineer-
in-Charge of work of this Department lies with the contractor and nothing will be paid on this account.
In case of any loss or damage of serviceable materials prior to handing over the same to this
Department, full value will be recovered from the Contractor’s bill at rates as will be assessed by the
Engineer-in-Charge.

C. 26. Unserviceable Materials:

The Contractor will have to remove all unserviceable materials, obtained during execution at a place
as will be directed. The contractor should dress and clear the work site after completion of work as
per direction of the Engineer-in-Charge. No extra payment will be made on this account.

C. 27. Contractor’s risk for loss or damage:

All risk on account of railway or road carriage or carriage by boat including loss or damage of
vehicles, boats, barges, materials or labour, if any, will have to be borne by the contractor without
any extra claim from the Department.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 49 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 28. Idle labour & additional cost:

Whatever may be the reason, no claim on idle labour, enhancement of labour rate additional
establishment cost, cost of Toll and hire and labour charges of tools and plants, railway freight etc.
will be entertained under any circumstances.

C. 29. Charges and fees payable by contractor:

C. 29.1. The contractor will have to pay all fees required to be given or paid by any statute or any
regulation or by-law of any local or other statutory authority which may be applicable to the
works and will keep the department indemnified against all penalties and liabilities of every
kind for breach of such statute, regulation or law.

C. 29.2. The Contractor will save and indemnify the department from and against all claims, demands,
suit and proceedings for or on account of infringement of any patent, rights, design, trade mark
of name of other protected right in respect of any constructional plant, machine, work,
materials, thing or process used for or in connection with works or temporary works or any of
them.

C. 30. Issue of Departmental Tools and Plants:

All Tools and Plants required for the work will have to be supplied by the Contractor at his own cost.
All cost of fuel and stores for proper running of the Tools and Plants must be borne by the Contractor.

C. 31. Realisation of Departmental claims:

Any of sum money due and payable to the contractor (including security deposit refundable to
him/her) under this contract may be appropriated by the Government and set off against any claim of
Government for the payment of sum of money arising out of this contract or under any other contract
made by the contractor with the Government. If the entire claim of Government is not appropriated
by this way, claim for balance amount may be appropriated as per Public Demand Recovery Act.

C. 32. Compliance of different Acts:

The contractor shall comply with the provisions of the Apprentices Act, 1961, Minimum Wages Act,
1848. Contact Labour (Regulation and Abolition) Act 1970 and the rules and orders issued hereunder
from time to time. If he fails to do so, Engineer-in-Charge or Superintending Engineer of the concern
Circle of P.W. Directorate may at his discretions, take necessary measure over the contract.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 50 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

The Contractor shall also make himself responsible for any pecuniary liabilities arising out on account
of any violation of the provision of the said Act(s). The Contractor must obtain necessary certificate
and license from the concerned Registering Office under the Contract Labour (Regulation &
Abolition) Act, 1970.

The contractor shall be bound to furnish the Engineer-in-Charge all the returns, particulars or date as
are called for from time-to-time in connection with implementation of the provisions of the above
Acts and Rules and timely submission of the same, failing which the contractor will be liable for
breach of contract and the Engineer-in-Charge may at his discretion take necessary measures over the
contract.

C. 33. Safety, Security and Protection of the Environment:

The Contractor shall, throughout the execution and completion of the Works and the remedying of
any defects therein:

C. 33.1. have full regard for the safety of all persons and the Works (so far as the same are not
completed or occupied by the Department);

C. 33.2. provide and maintain at his own cost all lights, guards, fencing, warning signs and watching,
when and where necessary or required by the Engineer-in-Charge for the protection of the
Works or for the safety and convenience of the public or others;

C. 33.3. take all reasonable steps to protect the environment on and off the Site and to avoid damage
or nuisance to persons or to property of the public or others resulting from pollution, noise or
other causes arising as a consequence of his methods of operation;

C. 33.4. ensure that all lights provided by the Contractor shall be screened so as not to interfere with
any signal light of the railways or with any traffic or signal lights of any local or other
authority.

C. 33.5. prevailing safety norms has to be followed so that LTI (Loss of Time due to Injury) is zero.

C. 34. Commencement of work:

The work must be taken up within the date as stipulated in the Work Order and completed in all
respects within the period specified in Notice Inviting e-Tender.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 51 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 35. Programme of work:

Before actual commencement of work, the contractor shall submit a programme of construction of
work with methodology clearly showing the required materials, men and equipment. The contractor
will submit a programme of construction in the pattern of Bar Chart or Critical Path Method and a
time table divided into four equal periods of progress of work to complete the work within the specific
period for approval of the Engineer-in-Charge who reserves the right to make addition, alterations
and substitutions to such programme in consultation with the contractor and such approved
programme shall be adhered to by the contractor unless the same is subsequently found impracticable
in part or full in the opinion of the Engineer-in-Charge and is modified by him/her. The contractor
must pray in writing, showing sufficient reasons therein for modification of programme.

The conditions laid down in Clause 2 of the printed tender form regarding the division of total period
and progress to work and the time table there for as provided in the said clause shall be deemed to
have been sufficiently complied with the actual progress of work and does not fall short of the
progress laid down in the approved time table for one fourth, half and three fourth of time allowed
for the work.

C. 36. Setting out of the work:

The contractor shall be responsible for the true and perfect setting out of the work and for the
correctness of the position, levels, dimensions and alignments of all parts of work, if any rectification
or adjustment becomes necessary the contractor shall have to do the same at his own cost according
to the direction of the Engineer-in-Charge. During progress of works, if any, error appears or arises
in respect of position, level, dimensions or alignment of any part of the work contractor shall at his
own cost rectify such defects to the satisfaction of the Engineer-in-Charge. Any setting out that may
be done or checked by either of them shall not in any way relieve the contractor from their
responsibility for correctness and rectification thereof.

C. 37. Precautions during works:

The contractor shall carefully execute the work without disturbing or damaging underground or
overhead service utilities viz. Electricity, Telephones, Gas, Water pipes, Sewers etc. In case
disturbances of service utilities is found unavoidable the matter should immediately be brought to the
notice of the Engineer-in-Charge and necessary precautionary measures as would be directed by the
Engineer-in-Charge shall be carried out at the cost and expenses of the contractor. If the service
utilities are damaged or disturbed in any way by the contractor during execution of the work, the cost

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 52 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

of rectification or restoration of damages as would be fixed by the Engineer-in-Charge concerned will


be recovered from the contractor.

C. 38. Testing of qualities of materials & workmanship:

All materials and workmanship shall be in accordance with the specifications laid down in the
contract and also as per specification mentioned in the relevant Schedule of Rates for Building Works
(Volume - I) and Sanitary & Plumbing Works (Volume - II) and relevant IS / IRC codes and the
Engineer-in-Charge reserves the right to test, examine and measure the materials / workmanship
direct at the place of manufacture, fabrication or at the site of works or any suitable place. The
contractor shall provide such assistance, instrument, machine, labour and materials as the Engineer-
in-Charge may require for examining, measuring and testing the works and quality, weight or quantity
of materials used and shall supply samples for testing as may be selected and required by the
Engineer-in-Charge without any extra cost. Besides this, he will carry out tests from outside
Government Laboratory as per instruction of Engineer-in-Charge. The cost of all such tests will have
to be borne by the agency and that must be considered during quoting rate.

C. 39. Specification for Building, Sanitary & Plumbing Works & Ancillary Works and Quality
Control Tests:

All works and all quality control tests should conform to specifications mentioned in the BOQ and in
the NIeT and in the relevant “Schedule of Rates, Building, Sanitary & Plumbing Works of PWD,
Government of West Bengal read with relevant Corrigenda and Addenda”. Where the above BOQ,
NIeT & SOR is silent about specification or quality control tests of any particular item of work, the
same should conform to the specifications and quality control test laid down in the relevant,
“Schedule of Rates of Road & Bridge Works PWD, Government of West Bengal read with relevant
Corrigenda & Addenda / relevant IS / IRC Codes of practice.”

C. 40. Timely completion of work:

All the supply and the work must have to be completed in all respects within the time specified in
Notice Inviting e-Tender from the date of commencement as mentioned in work order. Time for
completion as specified in the tender shall be deemed to be the essence of the contract.

C. 41. Procurement of materials:

All materials required to complete execution of the work will have to be supplied by the contractor
after procurement from authorised and approved source.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 53 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 42. Rejection of materials:

All materials brought to the site must be approved by the Engineer-in-Charge. Rejected materials
must be removed by the Contractor from the site within 24 hours from the issue of order to that effect.
In case of non-compliance of such order, the Engineer-in-Charge will have the authority to cause such
removal at the cost and expense of the contractor and the contractor will not be entitled to claim for
any loss or damage on that account.

C. 43. Implied elements of work in items:

Except of such items as are included in the Specific Priced Schedule of probable items and
approximate quantities no separate charges will be paid for traffic control measures, shoring,
shuttering, dewatering, curing etc. and the rates of respective items or works are deemed to be
inclusive of the same.

C. 44. Damaged cement:

Any cement lying at contractor’s custody, which is found at the time of use to have been damaged,
will be rejected and must immediately be removed from the site by the contractor or disposed of as
directed by the Engineer-in-Charge at the costs and expenses of the contractor.

C. 45. Issue of Departmental Materials:

Departmental materials will not be issued under any circumstances.

C. 46. Forced Closure:

In case of forced closure or abandonment of the works by the Department, the contractor will be
eligible to be paid for the finished works and reimbursement of expenses actually incurred but not for
any losses.

C. 47. Tender Rate:

The contractor should note that the tender is strictly based on the rates quoted by the Contractor on
the priced schedule of probable item of work. The quantities for various other items of works as
shown in the priced schedule of probable items of works are based on the drawings and designs
prepared by the Department. If variations become necessary due to design consideration and as per
actual site conditions, those will have to be done by the contractor at the time of execution at the rate
prescribed in the tender condition. No conditional rate will be allowed in any case.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 54 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 48. Delay due to modification of drawing and design:

The contractor will not be entitled for any compensation for any loss due to delay arising out of
modification of the drawing, addition & alterations of specifications, delay in issuance of drawings,
etc.

C. 49. Additional Conditions:

A few additional conditions under special terms and conditions:

C. 49.1. Rate quoted will be inclusive of clearing site including removal of surplus (both serviceable
& unserviceable) earth, rubbish, materials etc. as per direction of the Engineer-in-Charge.

C. 49.2. Rate quoted will be inclusive of all Taxes.

C. 49.3. Display board (Informatory) of size 150 cm X 90 cm is to be provided at starting and end
chain age of the work-site with aluminum plate hoisted on steel tubular pipe/ angle post to a
height of 1.5 Meter at the cost of the contractor including fitting, fixing, painting, lettering etc.
complete as per direction of the Engineer-in-Charge.

C. 49.4. The Contractor is to display caution board maintaining I.S. / I.R.C. norms at his own cost as
per direction of the Engineer-in-Charge.

C. 49.5. Deep excavation of trenches left out for days should be avoided.

C. 49.6. Labour Welfare CESS will be deducted @ 1% (one percent) of gross bill value as per rule, if
applicable.

C. 49.7. The whole work will have to be executed as per Departmental drawings available in this
connection at the tendered rate.

C. 49.8. Income Tax will be deducted from each bill of the contractor as per applicable rate and rules
in force.

C. 50. Royalty:

The Contractor will have to comply the relevant rules and regulations and laws of the land in this
regard.

C. 51. Night Work:

The contractor shall not ordinarily be allowed to execute the work at night. The contractor may
however, have to execute the work at night, if instructed by the Engineer-in-Charge. For true technical

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 55 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

or emergent reasons, the work may require to be executed during the night also according to the
instruction of the Engineer-in-Charge. In that case the contractor shall have to arrange for separate
set of labour with sufficient and satisfactory lighting arrangement for the night work. No extra
payment whatsoever in this respect will be made to the contractor.

C. 52. Working condition:

During execution of work, contractor will remain responsible for providing unhindered passage to
traffic on road adjacent to site, providing lighting and guarding arrangement during night for safety
and no extra cost will be paid on this account.

Work may be required to be executed at night also. Accordingly, sufficient lighting arrangement is to
be made by the bidder and the cost of such arrangement shall be deemed to have been included in the
rates of relevant items.

It is to be noted that there will not be any electrical facility at work site. Bidder should make his own
arrangement for water, necessary power of lighting, welding, running of pumps etc. and the cost for
such arrangement shall be deemed to have been included in the rates quoted by the bidder.

C. 53. Procedure for suspension and debarment of suppliers, contractors and consultants:

(as per G.O. 547-W(C)/1M-387/15 dated 16/11/2015 of PWD)

C. 53.1. Scope.

The procedure as laid down in subsequent paragraphs shall govern the suspension / debarment
of suppliers, contractors and consultants ("contractors" for brevity) involved in government
procurement for offenses or violations committed during competitive bidding and contract
implementation, for the works under Public Works Department, Government of West Bengal.

C. 53.2. Prohibition on suspended / debarred persons / entities to participate in the bidding of


government projects / contracts of the department.

A person / entity that is suspended / debarred by a procuring entity shall not be allowed to
participate in any procurement process under Public Works Department during the period of
suspension / debarment unless the same has been revoked.

A joint venture or consortium which is suspended / debarred or which has suspended /


debarred member(s) and/or partner(s) as well as a person / entity who is a member of a
suspended / debarred joint venture or consortium shall, likewise, not be allowed to participate

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 56 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

in any procurement process under Public Works Department during the period of suspension
/ debarment unless the same has been revoked.

(The same must be invariably mentioned in procurement notice.)

C. 53.3. Definition of Terms:

C. 53.3.1. Bidder:

A Person / Contractor / Agency / Joint Venture / Consortium / Corporation


participating in the procurement process and/or a Person / Contractor / Agency /Joint
Venture / Consortium / Corporation having an agreement / contract for any
procurement with the department shall be referred as bidder.

C. 53.3.2. Bid Evaluation Committee (BEC in short):

(a) "Bid Evaluation Committee" for the bids invited by the Executive Engineer will
be comprising of (i) Concerned Executive Engineer inviting bids as chairperson
and convener, (ii) Divisional Accounts Officer as member and (iii) Concerned
Assistant Engineer as member.

(b) "Bid Evaluation Committee" for the bids invited by the Superintending Engineer
will be comprising of

(i) Concerned Superintending Engineer as chairperson and convener,

(ii) Concerned Executive Engineer as member,

(iii) T.A to Superintending Engineer of concerned Circle or any other


Executive Engineer of the Circle as member,

(iv) Divisional Accounts Officer/ Divisional Accountant as member.

The Bid Evaluation Committee, as constituted by the Department from time to


time.

C. 53.3.3. Consolidated Debarment List:

A list prepared by the Department containing the list of bidders debarred by the Public
Works Department, Government of West Bengal. The list would be displayed on
website of the Department.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 57 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 53.3.4. Contract implementation:

A process of undertaking a project in accordance with the contract documents.

C. 53.3.5. Debarment:

An administrative penalty, in addition to the contract provision, disqualifying a bidder


from participating in any procurement process under Public Works Department,
Government of West Bengal for a given period.

C. 53.3.6. Debarred Bidder:

A Bidder who was disqualified by the competent authority of the Public Works
Department, Government of West Bengal.

C. 53.3.7. Department:

Public Works Department, Government of West Bengal.

C. 53.3.8. Debarment Committee (Committee competent for issuing Debarment Order):

The "Debarment Committee" will be comprising of the

(i) The Engineer in Chief & Ex-Officio Secretary, Public Works Department as
chairperson and convener,

(ii) The Chief Engineer, Head Quarter, Public Works Directorate as member,

(iii) The Chief Engineer, Head Quarter, Public Work (Roads) Directorate as member,

(iv) The Financial Advisor, Integrated Finance Branch, PWD as member,

(v) For electrical works, the Chief Engineer, Electrical / for NH works, the Chief
Engineer, NH / for Social Sector works, the Chief Engineer, Social Sector as
member.

The Debarment Committee is authorized to decide to place alleged bidders under


debarment.

C. 53.3.9. Entity:

A Person / Contractor / Agency / Joint Venture / Consortium / Corporation participating


in the procurement process and/or a Person / Contractor / Agency / Joint Venture /

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 58 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

Consortium / Corporation having an agreement / contract for any procurement with the
department shall be referred as entity.

C. 53.3.10. Offence:

A violation or breach of a law, regulation, laid down procedure, etc.

C. 53.3.11. Procurement:

It is the act of buying goods, services or works from an external source. It is favorable that
the goods, services or works are appropriate and that they are procured at the best possible
cost to meet the needs of the acquirer in terms of quality and quantity, time, and location.

C. 53.3.12. Procuring Entity / Authority:

The officer authorized by the Public Works Department, Government of West Bengal, for
procurement.

C. 53.3.13. Suspension:

Temporary disqualification of a bidder from participating in the procurement process of


Public Works Department for a period of 6 (six) months when an offence is made out
against a bidder.

C. 53.3.14. Suspension Committee (Committee competent for issuing Suspension Order):

“Suspension Committee” will be comprising of

(i) Zonal Chief Engineer, of the concerned Directorate, as chairperson and convener,

(ii) Assistant Chief Engineer (Monitoring), of the concerned Directorate as member


and,

(iii) Concerned Superintending Engineer, of the respective wing, as member.

For NH works, the Zonal Chief Engineer, P.W. (Roads) Directorate will act as Chairperson
and Convener and for Electrical and Social Sector works, the Zonal Chief Engineer, P.W.
Directorate will act as Chairperson and Convener of the Suspension Committee as stated
above.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 59 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 53.4. Grounds for Suspension and Debarment

C. 53.4.1. Submission of eligibility requirements containing false information or falsified documents.

C. 53.4.2. Submission of Bids that contain false information or falsified documents, or the
concealment of such information in the Bids in order to influence the outcome of eligibility
screening or any other stage of the bidding process.

C. 53.4.3. Unauthorized use of one's name / digital signature certificate for purpose of bidding
process.

C. 53.4.4. Any documented unsolicited attempt by a bidder to unduly influence the outcome of the
bidding in his favour.

C. 53.4.5. Refusal or failure to post a self-declaration to the effect of any previous debarment imposed
by any other department of State Government and/or Central Government.

C. 53.4.6. All other acts that tend to defeat the purpose of the competitive bidding such as lodging
false complain about any bidder, lodging false complain about any officer duly authorized
by the department. restraining any interested bidder to participate in the bidding process,
etc.

C. 53.4.7. Assignment and subcontracting of the contract or any part thereof without prior written
approval of the procuring entity.

C. 53.4.8. Whenever adverse reports related to adverse performance, misbehavior, direct or indirect
involvement in threatening, making false complaints etc. damaging the reputation of the
department or any other type complaint considered fit by the competent authority of the
department, are received from more than one officer or at more than one occasion from
individual officer.

C. 53.4.9. Refusal or failure to post the required performance security / earnest money within the
prescribed time without justifiable cause.

C. 53.4.10. Failure in deployment of technical personnel, engineers and/or work supervisor having
requisite license / supervisor certificate of competency as specified in the Contract.

C. 53.4.11. Refusal to accept an award after issuance of "Letter of Acceptance" or enter into contract
with the government without justifiable cause.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 60 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 53.4.12. Failure of the contractor, due solely to his fault or negligence, to mobilize and start work
or performance within the specified period as mentioned in the “Letter of Acceptance”,
“Letter of Acceptance cum Work Order”, “Work Order”, “Notice to Proceed”, “Award of
Contract”, etc.

C. 53.4.13. Failure by the contractor to fully and faithfully comply with its contractual obligations
without valid cause, or failure by the contractor to comply with any written lawful
instruction of the procuring entity or its representative(s) pursuant to the implementation
of the contract.

C. 53.4.14. For the procurement of consultancy service/ contracts, poor performance by the consultant
of his services arising from his fault or negligence. Any of the following acts by the
consultant shall be construed as poor performance.

(i) Non deployment of competent technical personnel, competent engineers and /or
work supervisors;

(ii) Non deployment of committed equipment, facilities, support staff and manpower;
and

(iii) Defective design resulting in substantial corrective works in design and/or


construction;

(iv) Failure to deliver critical outputs due to consultant's fault or negligence; and

(v) Specifying materials which are inappropriate and substandard or way above
acceptable standards leading to high procurement cost

(vi) Allowing defective workmanship or works by the contractor being supervised by


the consultant.

C. 53.4.15. For the procurement of goods, unsatisfactory progress in the delivery of the goods by the
manufacturer, supplier or distributor arising from his fault or negligence and/or
unsatisfactory or inferior quality of goods, vis some vis as laid down in the contract.

C. 53.4.16. Willful or deliberate abandonment or non-performance of the project or contract by the


contractor resulting to substantial breach thereof without lawful and/or just cause.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 61 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 53.5. Category of Offense:

C. 53.5.1. First Degree of Offense:

Clause No. C. 53.4.1 to C. 53.4.16 to be considered as first degree of offense.

C. 53.5.2. Second Degree of Offence:

Any one of the offences as mentioned under Clause No. C. 53.5.1 above, committed by a
particular bidder / contractor / supplier by more than one occasions, be considered as
second degree of offense.

In addition to the penalty of suspension / debarment, the bid security / earnest money posted
by the concerned bidder or prospective bidder shall also be forfeited.

(The same must be invariably part of the process of evaluation of bids.)

C. 53.6. Penalty of Offense:

C. 53.6.1. For committing First Degree of Offense:

Disqualifying a bidder from participating in any procurement process under the Public
Works Department, Government of West Bengal upto 2 (two) years.

C. 53.6.2. For committing Second Degree of Offence:

Disqualifying a bidder from participating m any procurement process under the Public
Works Department, Government of West Bengal for a period of 3 (three) years.

C. 53.7. Procedure of Suspension and Debarment during the Procurement Process:

C. 53.7.1. Initiation of Action, Notifications and Hearings

Any bidder or procurement authority on his own or based on any other information made
available to him may initiate the process of suspension / debarment proceedings by filing
a written complaint with the Bid Evaluation Committee and such filing of written
application has to be done within 48 (forty eight) hours from the date and time of
publication of the result of technical evaluation of any bid.

(a) Upon verification of the existence of grounds for suspension / debarment, the
chairperson of Bid Evaluation Committee shall immediately notify the bidder
concerned either electronically through his registered e-mail id or in writing to his
postal address, advising him that:

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 62 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

(i) A complaint has been filed against him and prima facie material has been found,
which may lead to suspension / debarment.

(ii) He has been recommended to be placed under suspension I debarment by the


Suspension Committee, stating the grounds for such.

(iii) The said bidder within three days from the date of issue of such notification by the
Bid Evaluation Committee, may approach the chairperson of Suspension
Committee by submitting all required documents in his favour for a hearing. Any
application made thereafter would not be entertained.

Such notice should contain the e-mail ID and the postal address of the Chairperson of the
Suspension Committee.

(b) After receiving the recommendation for suspension from Bid Evaluation Committee,
the Suspension Committee shall issue a notice to the alleged bidder, electronically
through his registered e-mail ID, to submit all relevant documents in support of his
defense within 3 (three) working days after issuance of the notice of the Suspension
Committee. The Suspension Committee will conduct the hearing within 7(seven)
working days from the date of receipt of the documents from the alleged bidder. If no
appeal has been received from the alleged bidder or after hearing if found sufficient
ground for suspension the Suspension Committee, will suspend the alleged bidder from
participating in the procurement process under the Public Works Department for a
period of 6 (six) months from the date of issuance of Suspension order. The
Chairperson of the Suspension Committee shall issue the Suspension Order within 7
(seven) days from the last date of hearing and shall notify the bidder concerned either
electronically through his registered e-mail id or in writing to his postal address. The
chairperson of Suspension Committee shall also inform the decision to all concerned.

If sufficient reasons for suspension are not found, the Suspension Committee would
reject the recommendation of Bid Evaluation Committee and would allow the bidder
to take part in the tendering process.

If the bidder is suspended, the Suspension Committee would recommend debarment of


the bidder and forward the case with all documents to the Debarment Committee for
further action.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 63 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

(c) The Debarment Committee upon receipt of the recommendation of the Suspension
Committee shall scrutinize the documents. The Debarment Committee will hold a
hearing of the alleged bidder and issue necessary order within 10 (ten) working days
from the last date of hearing. The Debarment Committee if satisfied after hearing shall
forward the case to the Department for order of debarment. The Department in due
course will issue Debarment Order disqualifying / prohibiting the erring bidder from
participating in the bidding / procurement of all projects under Public Works
Department, Government of West Bengal for a specified period. The alleged bidder
shall be intimated accordingly either electronically through his registered e-mail ID or
in writing to his postal address. Otherwise the Debarment Committee may reject the
recommendation of the Suspension Committee. The chairperson of Debarment
Committee shall also inform the decision to all concerned.

C. 53.8. Procedure for Debarment during The Contract Implementation Stage:

(a) Upon termination of contract due to default of the bidder, the Engineer-in-Charge shall
recommend for debarment to the Bid Evaluation Committee. The Bid Evaluation
Committee shall submit his recommendation of debarment of the alleged bidder along
with a detail report stating clearly the reasons for debarment to the Debarment
Committee within 30 (thirty) days from the date of termination of contract. The alleged
bidder shall be intimated accordingly either electronically through his registered e-
mail id or in writing to his postal address. The chairperson of Bid Evaluation
Committee shall also inform the decision to all concerned.

(b) The Debarment Committee upon receipt of the recommendation of the Bid Evaluation
Committee shall scrutinize the documents. The Debarment Committee will hold a
hearing about the matter from the bidder and issue necessary order within 10 (ten)
working days from the last date of hearing. The Debarment Committee if satisfied after
hearing shall forward the case to the department for order of debarment. The
department in due course will issue Debarment Order disqualifying / prohibiting the
erring bidder from participating in the bidding / procurement of all projects under
Public Works Department, Government of West Bengal for a specified period. The
alleged bidder shall be intimated accordingly either electronically through his
registered e-mail ID or in writing to his postal address. Otherwise the Debarment

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 64 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

Committee may reject the recommendation of the Bid Evaluation Committee. The
chairperson of Debarment Committee shall also inform the decision to all concerned.

C. 53.9. Status of Suspended / Debarred Bidder:

(a) Bidder placed under suspension / debarment by the competent authority will not be
allowed to participate in any procurement process, within the period of suspension /
debarment, in any procurement process under Public Works Department. The earnest
money of the suspended bidder shall stand forfeited to the Government.

(b) If the Suspension / Debarment Order is issued prior to the date of issue of "Letter of
Acceptance'', "Letter of Acceptance cum Work Order", "Work Order'', "Notice to
Proceed", "Award of Contract'', etc. for any bid, the suspended / debarred bidder shall
not be qualified for award for the said bid and such procurement process will be dealt
with as per existing norms by simply excluding the erring bidder.

(c) If the Suspension / Debarment Order is issued after award of a government project /
contract to the debarred bidder, the awarded project / contract shall not be prejudiced
by the said order provided that the said offense(s) committed by the debarred bidder is
not connected with the awarded project / contract.

C. 54. Strict implementation of direction for preventive measures need to be taken to Control Air
Pollution:

(as per no. 1M-21/2017/06-R/W(N) dated 16/06/2017 of the Joint Secretary, Projects & Coordination,
Public Works Department (Roads Wing), Work Branch, Government of West Bengal)

C. 54.1. Preventive measures to be taken:

C. 54.1.1. Wrapping of construction area / buildings with geotextile fabric, installing dust
barriers, or other actions, as appropriate for the location.

C. 54.1.2. Applying water and maintain soil in a visible damp or crusted condition for
temporary stabilization.

C. 54.1.3. Applying water prior to leveling or any other earth moving activity to keep the soil
moist throughout the process.

C. 54.1.4. Limiting vehicle speeds to 15 mph on the work site.

C. 54.1.5. Cleaning wheels and undercarriage of haul trucks prior to leaving construction site.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 65 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

C. 54.1.6. Applying and maintaining dust suppressant on haul routes.

C. 54.1.7. Applying a cover or screen to stockpiles and stabilize stockpiles at completion of


activity by water and maintain a dust palliative to all outer surface of the stockpiles.

C. 54.1.8. Stabilizing surface soils where loaders, support equipment and vehicles should
operate by using water and maintain surface soils in stabilized condition where
loaders, support equipment and vehicles will operate.

C. 54.1.9. Stabilizing adjacent disturbed soils following paving activities with immediate
landscaping activity or installation of vegetative or rock cover.

C. 54.1.10. Maintaining dust control during working hours and clean track at the end of the work
shift / day.

C. 54.1.11. Stabilizing sloping surfaces using soil binders until vegetation or ground cover can
effectively stabilize the slope.

C. 54.1.12. Disposal of debris in consultation with the local authorities following proper
environmental management practice.

C. 54.1.13. During construction work, including cutting of marbles, ambient noise level should
not exceed mare than 65 dB(A).

C. 54.2. Preventive measures to be taken:

C. 54.2.1. Disposal of debris indiscriminately.

C. 54.2.2. Allowing the vehicles to run at high speed within the work site.

C. 54.2.3. Cutting materials without proper dust control / noise control facility.

C. 54.2.4. Keeping materials without effective cover.

C. 54.2.5. Allowing access to the work area except workers to limit soil disturbance. Access
may be prevented by fencing, ditches, vegetation, berms or other suitable barrier.

C. 54.2.6. Leaving the soil, sand and cement stack uncovered.

C. 54.2.7. Keeping materials or debris on the roads or pavements.

C. 54.2.8. Burning of old tyres in hot mix plant as a fuel during construction and repairing of
the roads for melting coal tar.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 66 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - C

A consolidated report regarding compliance of the directions i.e. preventive measures to be taken and practices
to be discarded, may please be furnished to this office for onward submission to the Principal Secretary,
Department of Environment, Government of West Bengal.

Superintending Engineer,
Bidhannagar Circle, Public Works Directorate,
Government of West Bengal.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 67 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

Section - D

Technical Specification

D. 1. Name of Work:

Round the clock Security Guarding of Bikash Bhavan compound including all Main Gates and Office
Blocks (from Ground Floor to 10th Floor), Salt Lake, Kolkata – 700 091 (for period of 1 year).

D. 2. Site Condition:

The contractor before tendering must visit the site and satisfy himself as to the extent of the proposed
construction difficulties and problems, if any, to start, to continue and complete the work within the time
as stipulated in this tender without dislocation of normal traffic during day as well as to night. The
execution of the work should be planned and phased so that there are no undue hazards to the movement
of normal traffic over the road. No additional payment will be entertained on this account.

Difficulties and inconveniences in transporting materials over the bad roads, Kutcha roads, incomplete
roads and over the weak and damaged culverts should be taken into consideration by the Contractor. The
materials for the work may be required to carry over kutcha roads. These approach roads should be
maintained by the Contractor at his own cost.

Difficulties in collection of different materials in lot, over the road flank due to insufficient space if there
be any, should be noted by the bidder. No extra rate or extra time will be allowed on these accounts. The
bidder should quote his rate taking into consideration regarding security of the materials. Nothing will be
entertained under any circumstances beyond the respective tendered provisions.

D. 3. Preliminaries:

During execution of the work, contractor will remain responsible for providing reasonable facilities to
traffic on the road and also lighting and guarding of the road during night for its safety while the work is
in progress and no extra rate will be paid on this account before taking up the work.

Approximately half of the road width including one flank should be kept clear to the traffic from all
obstructions and the surface should be properly cleaned and leveled as far as possible.

Sign Boards / Direction Boards are to be erected at required points of specified size indicating in red
letters on a white back ground as per direction of the Engineer-in-Charge, cost of which will have to be
borne by the agency.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 68 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

Road barriers should be placed wherever the existing road surface is disturbed with proper road signs.
During night, these should be provided with light, Night Guard / “Chowkidar” for watching the barrier
etc. should also be maintained by the Contractor to give due warning to road users, especially at night.

D. 4. Specifications & Mode of execution:

Unless otherwise stipulated specifically all the item of works are to be done as per relevant sections,
general conditions and general guideline as mentioned either in –

D. 1.1. Schedule of Rates of Building and Sanitary & Plumbing Works of P.W.D (WB), Vol-I/II w.e.f.
01/11/2017 and PWD Schedule of Rates (Electrical Works) Vol-I with effect from 01/11/2017
publishedby the Public Works Department for different district of West Bengal including up-to-
date addenda and corrigenda as mentioned in this NIeT.

D. 1.2. Specification for Building Works & Electrical works.

Note: Regarding volume measurement and rate of staging :-

D. 1.2.1. For the purpose of length the distance between the two transverse vertical planes
through the centre of bearing of abutment and or articulation and pier or two piers or
between abutment and pier or two articulations will be considered as the case may be,
but the volume of piers or verticals intercepted within the calculation should be
deducted.

D. 4.2.1.1. The unit rate for staging of cantilever span/arm will be considered equal to the unit
rate of the main span to which the cantilever is related to :-

D. 4.2.1.2. The clear span of the suspended span of a Balanced or Anchored cantilever Bridge
will be considered as the length between the centre of bearings of the suspended
span and the unit rate of staging admissible will be accordingly ascertained.

D. 1.2.2. For the purpose of width the distance between the outermost vertical faces of the
superstructure including footpath and retaining wall will be considered.

D. 1.2.3. For height the bottom and top level should be taken as follows :-

D. 4.2.3.1. Bottom Level:

Average bed surface of the river/channel or the ground surface as specified between
the inner surface of two abutments/ end supports of superstructure, as the case may
be :-

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 69 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

D. 4.2.3.1.1. Average R.L. of bottom of launched pre-cast P.S.C. girder for deck slab of
such bridge.

D. 4.2.3.2. Top Level:

D. 4.2.3.2.1. For portion of footpath with railings etc. its average bottom level should
be considere.

D. 4.2.3.2.2. For portion of the bottom level of deck portion.

D. 4.2.3.2.3. The average bottom level of beam girder/deck slab as the case may be
should be taken in case of T-Beam slab.

D. 4.2.3.2.4. The average level of the bottom levels of soffit slab in case of box
girder/solid slab.

D. 5. Expansion Joints:

Expansion joints shall extend throughout the entire width of the bridge including wheel guard and parapet.
The expansion joint will be as per provision in the item of works to be done as per drawing and
specification to be approved by the Engineer-in-Charge. Necessary component parts fabricated and
complete shall be supplied by the contractor and his rate should include necessary welding, fitting, fixing
up the same true to line position, camber and all works necessary to finish the joints as per drawing
mentioned above.

D. 6. Specification of Bored Cast-In-Situ Piles:

Boring operation shall be done by rotary or percussion type drilling rigs using direct mud circulation
or reverse mud circulation method to bring the spoil out. Other methods like Bailer and Chisel
method etc. may also be used provided details of each method are submitted in writing to the
Engineer-in-Charge and the method is approved by him. The size of the cutting tool shall not be
less the diameter of the pile by more than 75 mm.

Using of drilling mud in stabilizing side of bore holes must always be made. The basic properties
of drilling mud or Bentonite as it is called shall be in general be as given in Appendix A of IS: 2911
(Part I Sec. 2 1979) and the bentonite suspension shall satisfy the requirement given in Clause A3
of Appendix A of the above mentioned IS Code. A certificate shall be obtained by the contractor
from the manufacturer of the bentonite powder showing the properties of each consignment
delivered to the site.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 70 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

This certificate shall be made available to the Engineer-in-Charge on request. The properties to be
given by the manufacturer are the apparent viscosity range and gel strength range for solids in water.
Bentonite shall be mixed thoroughly with clean fresh water to make a suspension which will
maintain the stability of the borehole for the period necessary to place concrete and complete
construction. For circulation, pump shall be used. For maintaining the stability of the bore hole, the
level of the drilling fluid in the excavation shall be maintained so that the fluid pressure always
exceeds the pressure exerted by the soil and external ground water. In no case however, the fluid
level in a bore hole shall remain less than 1.5 meter above the level of external ground water.

The following control tests shall be carried out on the bentonite suspension using suitable apparatus
procured and maintained by the contractor at his own cost.

D. 1.1. Density test by Mud Density Balance.

D. 1.2. Viscosity test by March Cone Method.

D. 1.3. PH by PH indicator paper trips or electrical PH motor.

The test shall not be carried out until a consistent working pattern has been established account being
taken of the mixing process, any blending of freshly mixed bentonite suspension and previously used
bentonite suspension and any process which may be used to remove impurities from previous used
bentonite suspension. When the results show consistent behaviors, the test for PH value may be
continue. Other tests to determine density and viscosity and be carried out daily. A minimum length
of one meters of temporary casing shall be inserted in each bored pile to ensure stability of the strata
or ground level. The temporary casing will have to be kept in position until concreting in bored pile
has been completed. If need additional length of temporary casing shall have to be used depending on
the condition of the strata, ground water level etc. for which no extra payment shall be made to the
contractor. When the full depth of pile has been bored the bottom of the hole with fresh drilling fluid.
The concreting operation shall be taken up when the specific gravity of the bottom slurry is more than
1.2. Flushing of bore hole before concreting with fresh drilling fluid/mud is preferred.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 71 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

Concreting under water shall be done by the trimic method. In addition to the normal precaution to be
taken in trimic method concreting the following requirements shall have to be fulfilled:

D. 6.a. The concrete shall be coherent, rich in cement with its quantity not less than 400 Kg/m3 of concrete
and slump not less than 150 mm and not more than 180 mm coarse aggregates of more than 20
mm size shall not be used.

D. 6.b. The hopper and tremie should be a closed system embedded in the placed concrete through which
water cannot pass. The tremie pipe shall be of diameter not less than 200 mm.

D. 6.c. The first charge of concrete inside the tremie should be placed with a sliding plug/steel plate of
adequate charge to prevent mixing of concrete and water. The pipe shall at all times penetrate well
into the concrete which has previously been placed and shall not be withdrawn from the concrete
until completion of concreting at all times sufficient quantity of concrete shall be maintained
within the pipe to ensure that the pressure from it exceeds that from the drilling fluid. The pipe
should be concreted wholly by tremie and the method of deposition should not be hanged part way
up the pile to prevent the laitance from being entrapped within the pile. All tremie tubes should be
scrupulously cleaned before and after used.

In addition to what has been stated above, instructions contained in Clauses No. 7.5.1, 7.5.2. 7.5.2.1, 7.6,
7.7 and 7.8 of IS:2911 (Part I/Sec. 2-1979) shall be followed in connection with concreting operation in
bore.

Piles shall be installed as accurately as possible as per design and drawing. Piles shall not deviate by
more than 75 mm from their designed positions at the working level of the piling rig. In case the pile
deviating beyond this limit and to such extent that the resulting eccentricity cannot be taken care of
by a resign of pile cap, the piles shall be replaced by one or more additional piles by the contractor
entirely at his cost.

If however, the deviation being greater than 75 mm or of such a magnitude that the resulting
eccentricity can be taken care of by a redesign of pile cap the cost of steel and cement used in excess
of that requirement as per detailed design of pile cap, shall be borne by the contractor at the issue rates
of steel and cement as fixed by the Engineer-in-Charge. Piles shall not be bored so close to other piles
which have recently been cast and which contain workable or cement concrete so that a flow of
concrete could be induced from or damage caused to any of the pile.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 72 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

Apart from what has been stated in different clauses as above all other aspect of bored cast- in-situ
piles connected with installation, removal of defect shall be governed by the code IS:2911 (Part-
I/Section-2)-1979.

The Engineer-in-Charge reserve the right to reject the pile, if the piles is out of plumb beyond the
permissible limit or due to braking of the shoe or due to percolation of water inside the tube or due
to cracking of tube. No payment for the rejected pile will be made and extra cost involved due to
change of design of pile cap for change of location of pile for the reason stated above is to be borne
by the contractor at his own cost. No claim in this regard will be entertained. No extra cost for
mobilization, transporting, installing, removal re-erection etc. of piling equipment will be paid extra
to the contractor. The contractor’s rate shall be inclusive of above costs, similarly no separate
payment will be made to the contractor for raising up low areas, ditches, depressions, pile etc.
preparatory to piling works

D. 7. Load Test on Piles:

Three types of tests shall be carried out which are :-

D. 7.1. Constant Rate of Penetration (CRP) Load Test

D. 7.1. Routine Load Test and

D. 7.1. Lateral Load Test

Preparation of pile head for test:

The pile head should be chipped off carefully till sound concrete is met. The projecting reinforcement
should be cut off or bent suitably and the top finished smooth and level with plaster of Paris when required.
A bearing plate should be preferably placed on the head of the pile for the jacks to rest.

The C.R.P. Load Test determination of ultimate load shall be carried out on two test piles at chain age to
be determined by the Engineer-in-Charge and the length of such piles as well as their driven length below
the G.L. will be as determined by the Engineer-in-Charge.

The concrete should have matured to design requirement before application of load for commencement
of tests. The piles shall normally be tested after a minimum period of 28 days after casting, unless
specifically permitted by the Engineer-in-Charge to the contrary.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 73 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

Permission for commencement of board piling work cannot be accorded until and unless results of load
test on the test pile(s) are made available by the contractor. N o claim in this respect for delay in starting
the piling work will be entertained.

The Routine load test shall be carried out on two working pile of specified at Chain age to be determined
by the Engineer-in-Charge.

The lateral load tests shall be carried out on the group of two working piles of specified at Chain ages to
be determined by the Engineer-in-Charge.

Except as stated in the following Clauses No. 26.2, 26.3 and 26.4 of the provisions of IS:2911 (Part IV)
1979 scrupulously followed in all load tests on piles.

D. 1.1. Constant Rate of Penetration (CRP) Load Test:

This test shall be conducted as per Clause 4.2.5 of IS:2911(Part IV)-1979. The reactions available
for loading shall satisfy the codal requirement but the contractor must be in a position to provide
for in increased reaction, if need arises, since in ay cases the test shall have to be carried out for a
penetration of required magnitude for the specified diameter of piles. The test piles shall be exact
replicas of the working piles except for the pile heads which need suitable preparation for
application of loads and deflection observations. The load application and deflection observations
shall be made at the pile top and the tests shall be carried out at out off level.

D. 1.2. Routine Load Test on Working piles:

This test shall be conducted as per procedure laid down in 01.4.2.6 of IS:2911 (Part IV)-1979. The
reactions available for loading shall satisfy the codal requirement for the piles of prescribed
diameter. Loading shall have to be carried out up-to required Tonnage or up-to the load at which
the total settlement attains a value of 12 mm whichever is earlier. The preparation of the pile head
for test shall be as laid down on 01.4.2.1 of IS:2911(Part IV)-1979 with the provision that a bearing
plates shall invariably be placed on the head of the pile for the jacks to rest. The load application
and deflection observations shall be made at the pile top and the tests shall be carried out at the cut
off level.

D. 1.3. Lateral Load Test:

The test shall be conducted as per procedure laid down in 1 No.4.3 of IS:2911 (Part IV)-1979. The
test shall be conducted at the cut off level by introducing a hydraulic jack with gauge, between
two working piles.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 74 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

The displacement shall be measured at the cut off level of the pile. The load should be applied
with increment of about 508 Kg. The next increment shall be applied after rte/displacement is

0.02 mm per hour or 2 hours whichever is earlier. The horizontal loading by jack shall be continued
till a load of 5.0 tonnes on each pile is reached or the total displacement comes to 12 mm whichever
is earlier

D. 8. The position of Construction Joints:

Construction joints should be positioned to minimize the effects of the discontinuity on the durability
structural integrity And appearance of the structure.

As far as possible, joints should be positioned in non aggressive zones, but, if aggressive zones cannot
be avoided, joints should be sealed.

Joints should be positioned where they are readily accessible for preparation and concreting. The
preparation of the joints is more likely to be satisfactory where the cross section is relatively shall and
where reinforcement is not congested.

As far as possible, joints for fair-faced concrete should be located where they confirm with the
architectural features of the construction. Unless they are marked in this way, the positions of the
joints are always obvious, even when the concrete is given a textured finish.

If the substantial changes in the cross section of a member are necessary the joints should be formed
where they minimize stresses caused by temperature gradients and shrinkage.

Joints should be located away from regions of maximum stress caused by loading, particularly where
shear and bond stresses are high. In beams and slabs, therefore, joints should not generally be near the
supports. Construction joints between slabs and sribs in composite beams should be avoided

D. 9. Prparing The Surface of The Joint:

The minimum number of joints should be used and their construction should be simple. They should be
either horizontal or vertical because concreting slopping surfaces are usually unsatisfactory.

Where concrete is placed in vertical members, e.g. walls, columns and the like, the lifts of concrete shall
finish level or in at right angles to the axis of the member, the joint shall be carried out continuously up
to the construction joint.

Laitance, both on the horizontal and vertical surfaces of the concrete should be removed before fresh
concrete is cast. The surface should be roughened to promote good adhesion. Various methods for removal

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 75 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

can be used but theyshould not dislodge the coarse aggregate particles. Concrete may be brushed with a
stiff brush soon after testing while the concrete is still fresh and while it has only slightly stiffened.

If the concrete has partially hardened, it may be treated by wire brushing or with a high pressure water
jet, followed by drying with an air jet immediately before the new concrete is placed.

Fully hardened concrete should be treated with mechanical hand tools or grit blasting, taking care not to
split or crack aggregate particles.

The best time for treating the joints is a matter of judgment because it depends on the rate of setting and
hardening (which is time If dependent on the temperature of the concrete). Before further concrete is cast,
the surface should be thoroughly cleaned to remove debris and accumulated rubbish, one effective method
being by air jet.

Where there is likely to be a delay before placing the next concrete lift, reinforcement should be protected.
Before the next lift is placed, rust, loose mortar other contamination should be removed from the bars and
where conditions are particularly aggressive and there has been a substantial delay between lifts, the
concrete should be cut back to expose the bars for a length of about 50mm to ensure that contaminated
concrete is removed.

In all cases, when construction joints are made, it is essential to ensure that the joint surface is not
contaminated with release agents, dust or curing membranes and that the reinforcement is fixed firmly in
position at the correct cover.

D. 10. Concreting at Construction Joints:

When the formwork is fixed for the next lift it should be inspected to ensure that no leakage can occur
from the fresh concrete. The practice of first placing a layer of mortar or grout when concreting joint are
not recommended. The old surface should be soaked with water without leaving puddles immediately
before starting concreting; then the new concrete should be thoroughly compacted against it.

When fresh concrete is cast against existing mature concrete or masonry the older surfaces should be
thoroughly cleaned and soaked to prevent the absorption of water from the new concrete. Standing water
should be removed shortly before the new concrete is placed and all laitance removed carefully. The outer
surface should be wetted with cement milk and then only the new concrete should be poured.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 76 of 77
NIeT No. WBPWD/SE/BNC/NIeT-01/2025-2026 SECTION - D

D. 11. Disposal of Materials:

All materials obtained by dismantling shall be the property of Government. Unless otherwise specified,
materials having any salvage value shall be placed in neat stacks of like materials within the right-of-
way, as directed by the Engineer-in-Charge with all lifts and up to a lead of 1000 m.

Structural steel removed from old structures shall, unless otherwise specified or directed, be stored in
a neat and presentable manner on blocks in locations suitable for loading. Structures or portions thereof
which are specified in the Contract for re-erection shall be stored in separate piles.

All materials obtained from dismantling operations which, in the opinion of the Engineer, cannot be used
or auctioned shall be disposed of as directed by the Engineer-in-Charge with all lifts and up to a lead of
1000 m.

Superintending Engineer,
Bidhannagar Circle, Public Works Directorate,
Government of West Bengal.

Superintending Engineer, Bidhannagar Circle,


Public Works Directorate, Government of West Bengal
Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 77 of 77
Government of West Bengal
Law & Arbitration Cell
Public Works Department

No. 5784-PW/L&A/2M-175/2017 Dated: 12.09.2017

NOTIFICATION

WHEREAS it is deemed expedient to do so;

NOW, THEREFORE, the Governor is pleased to make partial modification


in t h e W e s t B en g a l F o r m No . : 2 9 1 1 / 2 9 1 1 ( i ) / 2 9 1 1 ( i i ) ( h e re i n a f te r re fe r re d
t o a s Printed Tender Form), in cancellation of earlier notification no. 177-
CRC/2M-57/2008 dated 12/07/2012, in the manner mentioned here under:-

(1) Clause 17 of CONDITIONS OF CONTRACT of the Printed Tender Form shall be


substituted by the following: -

'Clause 17 - I f t h e c o n t r a c t o r o r h i s w o r k m e n o r s e r v a n t s o r a u t h o r i z e d
representatives shall break, deface, injure, or destroy any part of building, in
which they may be working, or any building, road, road-curbs, fence,
enclosure, water pipes, cables, drains, electric or telephone posts or wires,
trees, grass or grassland or cultivated ground contiguous to the premises, on
which the work or any part of it i s bei n g exe cu te d, o r i f an y damag e sh all
h appe n to the wo rk fro m an y cau se whatsoever or any imperfection become
apparent in it at any time whether during its execution or within a period of
three months or one year or three years or five years, as the case may be
(depending upon the nature of the work as described in the explanation
appended hereto) hereinafter referred to as the Defect Liability Period, from
the actual date of completion of work as per completion certificate issued by the
Engineer-in-Charge, the contractor shall make the same good at his own
expense, or in default, the Engineer-in-Charge may cause the same to be made
good by other workmen and deduct the expense (of which the certificate of the
Engineer-in-Charge shall be final and binding on all concerned) from any sums,
whether under this contract or otherwise, that may be then, or at any time
thereafter become due to the contractor from the Government or from his
security deposit, either full, or of a sufficient portion thereof and if the cost, in
the opinion of the Engineer-in-Charge (which opinion shall be final and
conclusive against the contractor), of making such damag e o r i mpe rfe cti on
g o o d sh al l e x ceed th e amo u n t o f su ch se cu ri ty deposit and/or such sums, it
shall be lawful for the Government to recover the excess cost from the
contractor in accordance with the procedure prescribed by any law for the time
being in force.
-:2:-

Provided further that the Engineer-in-Charge shall pass the "Final Bill"
and certify thereon, within a period of thirty days with effect from the date of
submission of the final bill in acceptable form by the contractor, the amount
payable to the contractor under this contract and shall also issue a separate
completion certificate mentioning the actual date of completion of the work to
the contractor within the said period of thirty days. The certificate of the
Engineer-in-Charge whether in respect of the amount payable to the contractor
against the "Final Bill" o r i n re spe ct o f co mple tio n o f w o rk sh al l be fi n al and
co n clu sive ag ai n st th e c o n t r a c t o r . H o w e v e r , t h e s e c u r i t y d e p o s i t o f t h e
w o r k h e l d w i t h t h e Go vern ment un der the pro visi on o f clause 1 he reo f
sh all be re fun dable to the contractor in the manner provided here under:-

(a) For work with three months Defect Liability Period:


(i) Fu ll secu ri ty deposit sh all be refu nde d to the contracto r
on expiry of three months from the actual date of
completion of the work.
(b) For work with one year Defect Liability Period:

(i) Fu ll secu ri ty deposit sh all be refu nde d to the contracto r


on expiry of one year from the actual date of completion of the
work.

(c) For work with three years Defect Liability Period:


i) 30% of the security deposit shall be refunded to the
contractor on expiry of two years from the actual date of
completion of the work;
ii) Th e b a l a n ce 70% of the se cu r i t y de po si t s h al l be
r e f u n de d to t h e contractor on expiry of three years from the
actual date of completion of the work;

(d) For work with five years Defect Liability Period:


i) No secu rity deposi t sh al l be re fun ded to the con tractor
fo r 1 s t 3 years from the actual date of completion of the
work;
ii) 30% of the security deposit shall be refunded to the
contractor on expiry of four years from the actual date of
completion of the work;
-:3:-

iii) Th e b a l a n ce 70% of the se cu r i t y de po si t s h al l be


r e f u n de d to t h e contractor on expiry of five years from the
actual date of completion of the work;

Ex planation :

The word 'work' means and includes road work, bridge work, building work,
sanitary and plumbing work, electrical work and/or any other work contemplated
within the scope and ambit of this contract. For

(i) The work of patch repair or patch maintenance in nature or a


combination thereof, the Defect Liability Period of the work shall be
three months from the actual date of completion of the work.
(ii) Thorough Bituminous Surfacing work with bituminous thickness less
than 40 mm, Repair & Rehabilitation of any road / bridge / culvert /
building / Sanitary & Plumbing work, the Defect Liability Period of the
work shall be one year from the actual date of completion of the work;
(iii) Extension of building / bridge / culvert, Construction of new flexible
pavement up to bituminous level which has been designed for a period of 3
years or more, Widening and strengthening of flexible pavement designed
for a period of 3 years or more, Improvement of riding quality /
Strengthening of flexible pavement designed for a period of 3 years or
more; Providing only mastic asphalt layer over existing bituminous surface
without providing bituminous profile corrective course / bituminous base
course, the Defect Liability Period of the work shall be three years from
the actual date of completion of the work;
(iv) Construction of new building / new bridge / new culvert, Reconstruction
of building / bridge / culvert including construction of approach roads for
bridge / culvert, Construction of rigid pavement, Reconstruction of rigid
pavement, Construction of new flexible pavement covered by mastic work
which has been designed for a period of 5 years or more, Widening and
strengthening of flexible pavement covered by mastic work which has been
designed for a period of 5 years or more, Improvement of riding quality /
Strengthening of flexible pavement covered by mastic work which has been
designed for a period of 5 years or more, the Defect Liability Period of the
work shall be five years from the actual date of completion of the
work;
-:4:-

(2 ) Th e fo ll ow i ng parag r aph sh al l be adde d to the In terpr eta tion Clau se o f


CONDITIONS of' CONTRACT:-

“The word 'Government' means the Government of the State of West Bengal in
Public Works Department."

This bears concurrence of Group-T of Finance (Audit) Department vide their U.O.
No.417 Dated 22.08.2017:

This notification will take immediate effect.

By order of the Governor,

Sd/-
(Indevar Pandey)
Principal Secretary
Public Works Department

No. 5784/1(14) - PW/L&A/2M-175/2017 Dated:12.09.2017

Copy forwarded for information to:

1. The Accountant General (A & E), West Bengal, AP Section, Treasury


Buildings, Kolkata – 1.
2. The Accountant General (Audit), West Bengal,
3. The Accountant General (RW / LBA), West Bengal, C.G.O.Complex, 3rd
MSO Building, Sector - I, Block - DF, 5th Floor, Bidhannagar, Kolkata – 64.
4. The Principal Secretary, Finance Department.
5. The Principal Secretary, Public Works Department.
6. The Managing Director, West Bengal Highway Development Corporation, HRBC
Bhaban, Munshi Premchand Sarani, Kolkata – 700021.
7. The Engineer-in-Chief & Ex-Officio Secretary, Public Works
Department.
8. The Finance Department, Group – ‘T’.
9. The Finance Department. Group – ‘N’
1 0 . The Financial Adviser, P u b l i c W o r k s Department.
1 1 . The Joint Secretary, Project & Co-ordination / Works / Administration, P u b l i c
W o r k s Department.
1 2 . The Technical Secretary, P u b l i c W o r k s Department.

Sd/-
Joint Secretary (Roads),
Public Works Department
G overnm ent of W est Bengal
Public W orks Departm ent
CRC Branch

NO TIFICATIO N

No. 52-CRC/2M -06/2014 Dated: 27/10/2014

W hereas it is deem ed expedient to do so:

IT has been decided by the G overnm ent to m ake additional provisions for release of Security
Deposit after issuance of Com pletion Certificate of any work and on subm ission of
unconditional Bank G uarantee by the Contractor in lieu of Security Deposit.

Now, therefore, the G overnor is pleased to provide additional provisions in Clause 17 of


CO NDITIO NS O F CO NTRACT in the W est Bengal Form NO . 2911/2911{i}/2911{ii} (Printed
Tender Form ), in the m anner m entioned hereunder:

In cases of Refunding and Releasing of 100% Security Deposit held with the G overnm ent,
arising out from works contract, Security Deposit will be released after issuance of
Com pletion Certificate on subm ission of unconditional BANK G UARANTEE by the
Contractor for the Security Deposit subject to the following conditions:

1. The Bank G uarantee will be issued by a Scheduled Com m ercial Bank in favour of the
Engineer -In- Charge of the concern work, PW D, G overnm ent of W est Bengal on
behalf of the contractor;
2. The Bank G uarantee will rem ain valid for the Defect liability period/Security period
as per contract of the work.
3. The Bank G uarantee will be subm itted as per Form at attached in Annexure -I. The
Engineer-In-Charge should obtain confirm ation of the Bank G uarantee directly from
the Bank before its acceptance.
4. The Bank G uarantee, now pledged in the form of Security Deposit will be released
to the contractor in the following m anner, if not forfeited under conditions of
contract-
i. 30 % of the sam e after expiry of 1{one} year from the date of issuance of
com pletion certificate of work.
ii. Further 30 % of the sam e after expiry of 2{Two} years from the date of issuance
of com pletion certificate of work.
iii. The balance 40% of the sam e after expiry of 3{Three} years from the date of
issuance of com pletion certificate of work. baZYXWVUTSRQPONMLKJIHGFEDCBA

Page 1 of 3
W H E R E A F T E R , fedcbaZYXWVUTSRQPONMLKJIHGFEDCBA
In cases for those contractors, who will not intend to opt for the provisions
laid down hereinabove for refund of security deposit, this Departm ent's earlier Notification
no. 1 7 7 - C R C / 2 M - S 7 / 2 0 0 8 d t.1 2 /0 7 /2 0 1 2 shall be in force in the m anner provided in the
earlier aforesaid Notification.

This issues with concurrence of G roup-T of Finance Departm ent vide their baZYXWVUTSRQPONMLKJIHGFED
U .O . No. G roup T

/2 0 1 4 - 1 5 /0 7 0 5 dt. 1 3 /1 0 /2 0 1 4 and U .O . No. G roup T /2 0 1 4 - 1 5 /0 6 0 8 dt. 0 5 /0 9 /1 4 ( Enclosed


Annexure- I).

By order of the G overnor


Sd/-

Principal Secretary to the


G overnm ent of W est Bengal
Public W orks Departm ent

Page2 of 3
M em o No.: baZYXWVUTSRQPONMLKJIHGFEDCBA
5 2 - C R C /2 M - 0 6 /2 0 1 4 ( 2 4 } Dated: 2 7 /1 0 /2 0 1 4

Copy forwarded for inform ation and necessary action to:

1. The Accountant G eneral (A&E), W est Bengal, G overnm ent Place (west), Kolkata.-l
rd
2. The Accountant G eneral (Local Bodies Audit), W est Bengal, c.G .O . Com plex, 3 M SO
Building, Sector -I, Block-DF, s" Floor, Bidhan Nagar, Kolkata-64.
3. The Engineer -in -Chief & Ex-O fficio Secretary, Public W orks Departm ent.
4. The Chief Engineer, HQ , Public W orks Directorate.
5. The Chief Engineer, South Zone, Public W orks Directorate.
6. The Chief Engineer, W est Zone, Public W orks Directorate.
7. The Chief Engineer, North Zone, Public W orks Directorate.
8. The Chief Engineer, HQ , Public W orks (Roads) Directorate.
9. The Chief Engineer, South Zone, Public W orks (Roads) Directorate.
10. The Chief Engineer, W est Zone, Public W orks (Roads) Directorate.
11. The Chief Engineer, North Zone, Public W orks (Roads) Directorate.
12. The Chief Engineer, Social Sector, Public W orks Directorate.
13. The Chief Engineer, R.B.R.I, Public W orks (Roads) Directorate.
14. The Chief Engineer, NH, Public W orks (Roads) Directorate.
15. The Chief Engineer, HQ & Planning, Public W orks Directorate.
16. The Chief Engineer, HQ & Planning, Public W orks (Roads) Directorate.
17. The Chief Engineer (Electrical)-I/II, Public W orks Directorate.
18. The Joint Secretary, W orks, Public W orks Departm ent.
19. The Joint Secretary, Roads, Public W orks Departm ent.
20. The Finance (Audit) Departm ent of this G overnm ent.
21. The Financial Adviser, Integrated Finance Branch, Public W orks Departm ent.
22. Accounts Branch, Public W orks Departm ent.
23. Accounts Branch, Public W orks (Roads) Departm ent.
~. IT Cell, Public W orks Departm ent.

0 4 \\"Technical Secretary
Public W orks Departm ent

Page 3 of 3
1 GFEDCBA

A nnexure- I

FO RM AT O F TH E BANK G UARANTEE
FO R RELEASE O F S E C U R IT Y D E P O S IT

T o IHGFEDCBA
[D e s ig n a tio n o f E n g in e e r - In -C h a r g e ]

[O ffic e a d d re s s o f E n g i n e e r - I n - C h a r g e ] baZYXWVUTSRQPO

W HEREAS [ n a m e a n d a d d r e s s o f C o n tr a c to r ]
( h e r e a f te r c a lle d " th e C o n tr a c to r " ) h a s u n d e r ta k e n , in p u r s u a n c e o f C o n tr a c t N o .
------
d a te d to e x e c u te [n a m e of C o n tr a c t and b r ie f
d e s c r ip tio n o f W o r k s ] ( h e r e in a f te r c a lle d " th e C o n tr a c t" ) .

AND W HEREAS it h a s b e e n s tip u la te d b y y o u in th e s a id C o n tr a c t th a t th e C o n tr a c to r s h a ll


f u r n is h y o u w ith a B a n k G u a r a n te e b y a S c h e d u le d c o m m e r c ia l b a n k f o r th e s u m s p e c if ie d th e r e in f o r
r e le a s e of 'S E C U R I T Y D E P O S IT ' f o r c o m p lia n c e w ith h is o b lig a tio n in a c c o rd a n c e w ith th e
C o n tr a c t;

AND W H EREAS we ( I n d ic a te th e n a m e o f th e b a n k & b r a n c h )


have agreed to g iv e th e C o n tr a c to r su ch a B an k G u a r a n te e :

NOW THEREFORE we ( I n d ic a te th e n a m e o f th e b a n k & b r a n c h )


h e r e b y a f f ir m th a t w e a r e th e G u a r a n to r a n d r e s p o n s ib le to y o u o n b e h a lf o f th e C o n tr a c to r , u p to a
to ta l o f R s . [ a m o u n t o f g u a r a n te e ] ( in w o r d s ) .
W e u n d e r ta k e to p a y y o u , u p o n y o u r f ir s t w r itte n d e m a n d a n d w ith o u t c a v il o r a r g u m e n t, a s u m w ith in
th e lim its o f [a m o u n t o f g u a r a n te e ] a s a f o r e s a id w ith o u t y o u r n e e d in g to
p r o v e o r to s h o w g r o u n d s o r r e a s o n s f o r y o u r d e m a n d f o r th e s u m s p e c if ie d th e r e in .

We ( I n d ic a te th e n a m e o f th e b a n k & b r a n c h ) h e re b y w a iv e th e
n e c e s s ity o f y o u r d e m a n d in g th e s a id d e b t f r o m th e c o n tr a c to r b e f o r e p r e s e n tin g u s w ith th e d e m a n d .

We ( I n d ic a te th e n a m e o f th e b a n k & b r a n c h ) f u r th e r a g r e e to p a y
to y o u a n y m o n e y s o d e m a n d e d n o t w ith s ta n d in g a n y d is p u te o r d is p u te s r a is e d b y th e c o n tr a c to r ( s ) in
a n y s u it o r p r o c e e d in g p e n d in g b e f o r e a n y c o u r t o r T r ib u n a l r e la tin g th e r e to , o u r lia b ility u n d e r th is
p r e s e n t a b s o lu te a n d u n e q u iv o c a l.

T he paym ent so m ade b y u s u n d e r th is b o n d s h a ll b e a v a lid d is c h a r g e o f 'o u r lia b ility fo r


p a y m e n t th e r e u n d e r a n d th e c o n tr a c to r ( s ) s h a ll h a v e n o c la im a g a in s t u s f o r m a k in g s u c h p a y m e n t.

We ( I n d ic a te th e n a m e o f th e b a n k & b r a n c h ) f u r th e r a g r e e th a t n o
change o r a d d itio n to o r o th e r m o d if ic a tio n o f th e te r m s o f th e C o n tr a c t o r o f th e W o rk s to b e
p e rfo rm e d th e r e u n d e r o r o f a n y o f th e C o n tr a c t d o c u m e n ts w h ic h m a y b e m a d e b e tw e e n y o u a n d th e
2 baZYXWVUTSRQPONMLKJIHGFEDCBA

C o n tr a c to r s h a ll in a n y w a y r e le a s e u s f r o m a n y lia b ility u n d e r th is g u a r a n te e , a n d w e h e r e b y w a iv e
n o tic e o f a n y s u c h c h a n g e , a d d itio n o r m o d if ic a tio n .

We ( I n d ic a te th e n a m e o f th e b a n k & b ra n c h ) la s tly u n d e r ta k e n o t to
r e v o k e th is g u a r a n te e e x c e p t w ith th e p r e v io u s c o n s e n t o f y o u in w r itin g .

T h is G u a r a n te e s h a ll b e v a lid u p to - - - - - - - - - - - - - - - - - - - - - . I t c o m e in to f o r c e w ith im m e d ia te e ffe c t a n d


s h a ll r e m a in in f o r c e a n d v a lid f o r a p e r io d o f th e D e f e c ts L ia b ility P e r io d /S e c u r ity P e r io d p lu s c la im
p e r io d o f S ix m o n th s f o r th e B ank G u a r a n te e . N o tw ith s ta n d in g , a n y th in g m e n tio n e d above, our
lia b ility a g a in s t th is g u a r a n te e is r e s tr ic te d to R s. (R s. ) and
u n le s s a c la im in w r itin g is lo d g e d w ith u s w ith in th e v a lid ity p e r io d , i.e . u p to o f th is
g u a r a n te e a ll o u r lia b ilitie s u n d e r th is g u a r a n te e s h a ll c e a s e to e x is t.

S ig n e d a n d s e a le d th is d a y o f .. 20 at . IHGFEDCBA

S IG N E D , SEALED AND D E L IV E R E D

For and on behalf of the BANK by:

(Signature)

(Nam e)

(Designation)

(Code Num ber)

(Address)

NOTES:

(i) The bank guarantee should contain the nam e, designation and code num ber of the officer(s)
signing the guarantee.

The address, telephone num ber and other details of the Head O ffice of the Bank as well as of issuing
Branch should be m entioned on the covering letter of issuing Branch.
No. 201/1(500) -F(Y) Date: 18.01.2021

Copy forwarded for information and necessary action to:

1. Principal Accountant General (A&E), West Bengal, Treasury Buildings, 2, Government


Place West, Kolkata – 700001.
2. Principal Accountant General (Audit), West Bengal, Treasury Buildings, 2, Government
Place West, Kolkata – 700001.
3. Accountant General (Receipt Works & Local Bodies Audit), West Bengal, CGO Complex,
3rd MSO Building, 5th Floor, Block DF, Sector I, Salt Lake, Kolkata – 700064.
4. Additional Chief Secretary / Principal Secretary / Secretary, ________________
_____________________________________________________ Department
5. Special Secretary/Additional Secretary/Commissioner/Joint Secretary/Deputy Secretary,
Finance Department.
6. Financial Advisor, ________________________________ Department.
7. Commissioner, _______________________________ Division, _______________________
__________________________________________________________________________
8. Director, _______________________________________________________________
__________________________________________________________________________
9. Director of Treasuries & Accounts, West Bengal, Mitra Building, 8, Lyons Range, 3rd Floor,
Kolkata – 700001.
10. Pay & Accounts Officer, Kolkata Pay & Accounts Office-I, 81/2/2, Phears Lane, Kolkata –
700012.
11. Pay & Accounts Officer, Kolkata Pay & Accounts Office-II, P-1, Hyde Lane, Kolkata –
700073.
12. Pay & Accounts Officer, Kolkata Pay & Accounts Office-III, IB Market, 1st Floor, Block IB,
Sector III, Salt Lake, Kolkata – 700106.
13. District Magistrate / District Judge / Superintendent of Police, ____________________
14. Sub-Divisional Officer, ____________________________________________________
15. Treasury Officer, _________________________________________________________
16. Block Development Officer, ________________________________________________
17. Group ____ / __________________ Branch, Finance Department.
18. Sri Sumit Mitra, Network Administrator, Finance (Budget) Department. He is requested to
upload copy of this order in the website of Finance Department.
Signature Not Verified
Digitally signed by Amalendu Biswas
Date: 2025.07.04 16:53:28 IST
Location: West Bengal-WB

You might also like