21
B B a a a r r r a a s s a a a t t t H H Hi i g g g h h h w w wa a y y D D Di i i v v v i i i s s i i i o o o n n n N N N o o o . . . - - - I I I Page 1 of 21 GOVERNMENT OF WEST BENGAL P.W. (ROADS) DIRECTORATE OFFICE OF THE EXECUTIVE ENGINEER Barasat Highway Division No. I M.B.L House,5 th Floor, DD-18/8, Sector-I, Salt Lake, Kolkata – 700064 Telephone & Fax No. – (033) 23372653 e-mail – [email protected] Memo No. : 2748 – 9/5A Date: 10/12/2015 Notice Inviting e-Tender No. 02 of 2015-2016 of the Executive Engineer, Barasat Highway Division No. I, Public Works (Roads) Directorate Tender Reference No.: WBPWD/PWRD/EE/BHD-I/NIT-02/2015-2016 1. On behalf of the Governor of the State of West Bengal, The Executive Engineer, Barasat Highway Division No.-I, P. W. (Roads) Directorate, invites e-Tenders (electronic Tenders) from eligible resourceful & bonafide contractors as per the enclosed list of works under table 1. As per Order of Finance Department vide No.- 1177-F(Y), dt.- 28.02.2014 and order no.- 71/SPW/2014, Dt.- 03.03.2014 of Principal Secretary, PWD and Chief Engineer, P.W(Roads) Directorate memo no.- 129(7)/CE(R), dt.- 03.03.2014 and Amended PWD code Vol.-I, vide G.O No.- 137/1-A/PW/O/10C-02/14, DT.- 24.04.2014. Sl. No. Name of Work Estimated Amount Earnest Money Ch. Head Eligibility of Contractor Cost of Tender Document Period of Completion 1. Patch repairing and maintenance of Lawhati - Haroa Road in between 13.50 Km and 16.00 Km under Baguiati Highway Sub Division of Barasat Highway Division No.-I in the district of North 24 Parganas. Rs. 22,01,645=00 Rs. 44,033=00 in the shape of BD/BC N.P Bonafied bidders having 40% credentials in similar nature of works for last 5 years Rs. 1005=00 (per set only will be applicable for successful bidder at the time of formal agreement & original) 15 (Fifteen) days 2 Patch repair of Basirhat - Pifa - Raghabpur - Murarisha - Kalinagar road from 13.00 Kmp to 17.00 Kmp under Basirhat Highway Sub Division of Barasat Highway Division No.-I in the district of North 24 Parganas. Rs.31,77,588=00 Rs. 63,552=00 in the shape of BD/BC N.P Bonafied bidders having 40% credentials in similar nature of works for last 5 years Rs. 2505=00 (per set only will be applicable for successful bidder at the time of formal agreement & original) 21 (Twenty one) days 3. Patch repair of Basirhat - Pifa - Raghabpur - Murarisha - Kalinagar road from 18.00 Kmp to 22.00 Kmp under Basirhat Highway Sub Division of Barasat Highway Division No.-I in the district of North 24 Parganas. Rs.31,82,693=00 Rs. 63,654=00 in the shape of BD/BC N.P Bonafied bidders having 40% credentials in similar nature of works for last 5 years Rs. 2505=00 (per set only will be applicable for successful bidder at the time of formal agreement & original) 21 (Twenty one) days

GOVERNMENT OF WEST BENGAL P.W. (ROADS) …4.imimg.com/data4/BB/CO/HTT-1397/1397_2015-12-15-17-43-14_1450181595.pdfthe favour of The Executive Engineer, Barasat Highway Division No.-I,

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 1 of 21

GOVERNMENT OF WEST BENGAL P.W. (ROADS) DIRECTORATE

OFFICE OF THE EXECUTIVE ENGINEER Barasat Highway Division No. I

M.B.L House,5th Floor, DD-18/8, Sector-I, Salt Lake, Kolkata – 700064

Telephone & Fax No. – (033) 23372653 e-mail – [email protected]

Memo No. : 2748 – 9/5A Date: 10/12/2015

Notice Inviting e-Tender No. 02 of 2015-2016 of the Executive Engineer, Barasat Highway Division No. I, Public Works (Roads) Directorate

Tender Reference No.: WBPWD/PWRD/EE/BHD-I/NIT-02/2015-2016

1. On behalf of the Governor of the State of West Bengal, The Executive Engineer, Barasat Highway Division No.-I, P. W. (Roads) Directorate, invites e-Tenders (electronic Tenders) from eligible resourceful & bonafide contractors as per the enclosed list of works under table 1. As per Order of Finance Department vide No.- 1177-F(Y), dt.- 28.02.2014 and order no.- 71/SPW/2014, Dt.- 03.03.2014 of Principal Secretary, PWD and Chief Engineer, P.W(Roads) Directorate memo no.- 129(7)/CE(R), dt.- 03.03.2014 and Amended PWD code Vol.-I, vide G.O No.- 137/1-A/PW/O/10C-02/14, DT.- 24.04.2014.

Sl. No.

Name of Work Estimated Amount Earnest Money

Ch. Head

Eligibility of Contractor

Cost of Tender Document

Period of Completion

1.

Patch repairing and maintenance of Lawhati - Haroa Road in between 13.50 Km and 16.00 Km under Baguiati Highway Sub Division of Barasat Highway Division No.-I in the district of North 24 Parganas.

Rs.22,01,645=00

Rs. 44,033=00 in the shape

of BD/BC

N.P

Bonafied bidders

having 40% credentials in similar nature of works for

last 5 years

Rs. 1005=00 (per set only will be applicable for

successful bidder at the

time of formal agreement &

original)

15 (Fifteen)

days

2

Patch repair of Basirhat - Pifa - Raghabpur - Murarisha - Kalinagar road from 13.00 Kmp to 17.00 Kmp under Basirhat Highway Sub Division of Barasat Highway Division No.-I in the district of North 24 Parganas.

Rs.31,77,588=00

Rs. 63,552=00 in the shape

of BD/BC

N.P

Bonafied bidders

having 40% credentials in similar nature of works for

last 5 years

Rs. 2505=00 (per set only will be applicable for

successful bidder at the

time of formal agreement &

original)

21 (Twenty one) days

3.

Patch repair of Basirhat - Pifa - Raghabpur - Murarisha - Kalinagar road from 18.00 Kmp to 22.00 Kmp under Basirhat Highway Sub Division of Barasat Highway Division No.-I in the district of North 24 Parganas.

Rs.31,82,693=00

Rs. 63,654=00 in the shape

of BD/BC

N.P

Bonafied bidders

having 40% credentials in similar nature of works for

last 5 years

Rs. 2505=00 (per set only will be applicable for

successful bidder at the

time of formal agreement &

original)

21 (Twenty one) days

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 2 of 21

Sl. No.

Name of Work Estimated Amount Earnest Money

Ch. Head

Eligibility of Contractor

Cost of Tender Document

Period of Completion

4.

Patch repair of Swarupnagar- Hakimpur road from 0.00 Kmp to 3.50 Kmp under Basirhat Highway Sub Division of Barasat Highway Division No.-I in the district of North 24 Parganas.

Rs.23,40,176=00

Rs. 46,804=00 in the shape

of BD/BC

N.P

Bonafied bidders

having 40% credentials in similar nature of works for

last 5 years

Rs. 1005=00 (per set only will be applicable for

successful bidder at the

time of formal agreement &

original)

15 (Fifteen)

days

Issue rate of Bitumen (Dept.) i) Baguiati Stackyard = Rs. 37,387.82 / MT. (VG-30) ii) Basirhat Stackyard = Rs. 37,689.92 / MT. (VG-30)

2. 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 http://wbtenders.gov.in using the option ―Click here to Enroll. Possession of a Valid Class II Digital Signature Certificate (DSC) in the form of smart card/e-token in the Company's name is a prerequisite for registration and participating in the bid submission activities through this web site. Digital Signature Certificates can be obtained from the authorized certifying agencies, details of which are available in the web site http://wbtenders.gov.in under the link―Information about DSC.

3. Labour Co-operative Societies , as per Memorandum No.6718-F(Y), dated 08.09.2015 partial modification of this Department

Memorandum No.6204-F(Y), dated 17.08.2015 of CAO & EO Joint Secretary to the Government of West Bengal it is stated that in terms of Note (v) under Rule 32 of the West Bengal Financial Rules, Vol.1, Labour Co-operative Societies are exempted from payment of Earnest Money only against all tenders of the Government. These Societies, if selected through tender will have to furnish Security Deposit for performance of the work.

4. In terms of notification no.09-W( C)/1M-286/15 dt.23.09.2015 of Principal Secretary to the Govt of West Bengal PWD-‘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 an 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 provision of the Registration Act, 1908’. A prospective bidder (including his participation in partnership) shall be allowed to participate in maximum 01 (One) No. work as mentioned in the list of works.

5. For participating in the tender the bidders shall not have to pay the cost of tender documents for the purpose of participating in

e-tendering [as per Notification No. 199-CRC/2M-10/2012, dated 21.12.2012 by the Secretary to the Government of West Bengal, Public Works Department, (CRC Branch)]. Earnest money in the form of Demand Draft or Banker’s Cheque drawn in the favour of The Executive Engineer, Barasat Highway Division No.-I, P.W.(Roads) Directorate, Payable at Kolkata issued by ANY NATIONALIZED BANK AND/OR LISTED BANK AS PER ORDER OF FINANCE DEPARTMENT (AUDIT BRANCH), GOVT. OF W.B. VIDE NO.- 9668-F(Y), DATED-30.11.2012, BD/BC must be issued on / after the date of publication of the NIT No. 2 of 2015-16 by the EE/BHD-I (subject to validity of the instrument), for the amounts mentioned in the list of works under Table 1. The original copies of the Demand Draft / Banker’s Cheque towards earnest money deposit should be submitted in the sealed envelope in the Office of the Executive Engineer, Barasat Highway Division No.-I, by the Lowest Bidder (L1) after receiving the Letter of Acceptance (LOA) along with the LOA for executing Formal Agreement, failure to submit the hard copy with LOA/LOI within the time period prescribed for the purpose, may be construed as an attempt to disturb the tendering process and dealt with accordingly legally including Blacklisting of the bidder (vide Finance Department Order No.-1592-F(Y), dt.- 20.03.2014), Scan copies of Demand Draft or Bankers Cheque for earnest money deposit should be uploaded as Statutory Documents / Technical File. Except Labour Co-operative Societies, as per Memorandum No.6718-F(Y), dated 08.09.2015 partial modification of this Department Memorandum No.6204-F(Y), dated 17.08.2015 of CAO & EO Joint Secretary to the Government of West Bengal it is stated that in terms of Note (v) under Rule 32 of the West Bengal Financial Rules, Vol.1, Labour Co-operative Societies are exempted from payment of Earnest Money only against all tenders of the Government. These Societies, if selected through tender will have to furnish Security Deposit for performance of the work.

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 3 of 21

6. Eligibility criteria for participation in tender: i) Intending participants (Proprietorship Firm) shall have to upload the application in the prescribed format attached

with this NIT along with Declaration and NIT with Corrigendum (if any), W.B.F-2911(ii) and scanned copy of EMD instrument, in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, ITR/AY 2013-14, P.Tax Receipt/FY 2014-15, Vat Registration Certificate Along with Vat Return Receipt for the Last Quarter, Audit report (not earlier than 2012-2013) and valid Trade License, Proprietorship firm, if name of the firm not identical with the Legal-name of the Owner/Proprietor, have to elucidate the sovereignty of the firm in terms of an Affidavit executed before a 1st class Magistrate, should be uploaded.

ii. Intending participants (Partnership Firm) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any), W.B.F-2911(ii) and scanned copy of EMD instrument, in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, ITR/AY 2013-14, P.Tax Receipt/FY 2014-15,Vat Registration Certificate Along with Vat Return Receipt for the Last Quarter, Audit report (not earlier than 2012-2013) and valid Trade License, Registered Partnership Deed / Firm Registration Certificate issued by the Register of Firms as per norms & Registered Power of Attorney, should be uploaded.

iii. Intending participants (Company/ Limited/ Pvt. Limited) shall have to upload the application in the prescribed

format attached with this NIT along with Declaration and NIT with Corrigendum (if any), W.B.F-2911(ii) and scanned copy of EMD instrument, in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, ITR/AY 2014-15, P.Tax Receipt/FY 2014-15,Vat Registration Certificate Along with Vat Return Receipt for the Last Quarter, Audit report (not earlier than 2012-2013) and valid Trade License, Company/ Limited/ Pvt. Limited valid Company Registration Certificate and/or the Article of Association and Memorandum & Registered Power of Attorney, should be uploaded.

iv. Intending participants (Registered Co-operative Societies) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any), W.B.F-2911(ii) and scanned copy of EMD instrument, in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, ITR/AY 2014-15, P.Tax Receipt/FY 2014-15,2015-16 Vat Registration Certificate Along with Vat Return Receipt for the Last Quarter, Audit report (not earlier than 2012-2013) and valid Trade License, By-Law, Co-Operative Registration Certificate, should be uploaded.

v. The prospective bidders shall have satisfactorily completed as a prime agency. Registered Labour Co-Operative & Registered Engineers’ Co-Operative Societies and Bonafide & Resourceful Outsiders must have to produce sufficient credential of executing similar nature of work of 40% of the total amount put to tender of the each work of the N.I.T in single tender, without considering contractual percentage i.e., less or above which is not more than last 5 (five) financial year preceding the year of N.I.T. (Financial Year of completion of the work will be considered) of State Govt. of West Bengal / Govt. of India / Zilla Parishad / State or Central Govt. Undertaken firms / Statutory Bodies constituted under the statute of State or Central Govt. etc. in the shape of completion certificate with specific tender No. from appropriate authority not below the rank of Executive Engineer/ District Engineer/Divisional Engineer for taking permission. [Non Statutory Documents]

N.B;- Credential Certificate in terms of Completion Certificate must contain, estimated amount, Date of completion of project, Tender No., Work details with Name of the work & detail communicational address of Agency with Email ID and Phone No, Final Bill Value, etc. Similar nature of work means flexible pavement consists of WBM, WMM (as non-Bituminous works), BM, PC, and MSS, etc.(as Bituminous works) / Rigid Pavement / High grade Concrete work in Road & Bridge / Mastic Asphalt Work, and/or Soil Exploration work, Culvert work (Hume Pipe/Slab/Box type),etc. respective of their work value.

vi. All Bidders should have to upload only their self-attested copies of the requisite documents as stated in Clause

No. - 6 of this NIT.

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 4 of 21

7. Submission of Tenders:- 7.1 General process of submission Tenders are to be submitted online through the website stated in Clause 2, in two folders, at a time for each work, one is Technical Proposal and the other is Financial Proposal, before the prescribed date and time mentioned under Clause 8.Using the Digital Signature Certificate (DSC), the documents are to uploaded virus scanned and digitally signed. The documents will get encrypted (transformed into non-readable formats). 7.2 Technical Proposal The Technical Proposal should contain scanned copies (self attested) of the following in further two covers (folders). In order to keep the uploaded file sizes minimum, scanning of the photocopy of the documents is desirable. a. Statutory / Technical file cover containing, i. Demand Draft or Banker‘s Cheque towards Earnest Money Deposit (EMD) as prescribed in the NIT

against each serial of work, again in favour of the Executive Engineer, Barasat Highway Division No.-I, payable at Kolkata, are to upload scanned copies of the token of acceptance.

ii. Application duly signed in Letter Head Pad, (Format As per Section-B, Form-I) iii. Declaration by the Tenderer in Letter Head Pad with duly signed by the Applicant. (Format As per Section-

A) iv. Notice Inviting Tender along with Corrigendum, (if any). v. Tender W.B. Form No. 2911(ii) along with Special Terms and conditions, Specifications, Drawing(s) (if any). Note: i. Only downloaded copies of the documents mentioned under Causes. 7 (ii), 7(iii), 7(iv), & 7(v) are to be

uploaded, virus scanned and digitally signed by the contractor. Any tampering, if found, is subject to punishable offence as per prevailing IT Act and also the Tender will be summarily rejected without any prejudice.

ii. No Bidder is exempted from payment of EMD, [as per Amended PWD code Vol.-I, vide G.O No.- 137/1-A/PW/O/10C-02/14, DT.- 24.04.2014.]. Except Labour Co-operative Societies, as per Memorandum No.6718-F(Y), dated 08.09.2015 partial modification of this Department Memorandum No.6204-F(Y), dated 17.08.2015 of CAO & EO Joint Secretary to the Government of West Bengal it is stated that in terms of Note (v) under Rule 32 of the West Bengal Financial Rules, Vol.1, Labour Co-operative Societies are exempted from payment of Earnest Money.

iii. Tenders will be summarily rejected if any item in the statutory cover is missing. b. Non-Statutory Technical cover containing, i. Professional Tax (PT) receipts for the FY 2014-2015 and PAN Card, Income Tax Return receipts for the

AY -2014-2015, valid Trade License (from Concerned Municipality / Panchayet). ii. VAT Registration Certificate and Return Certificate of the last quarter of the current financial year. iii. Registerediv. Completion Certificate [as stated in Clauses 6 (v)] for one single work of similar nature worth at least 40% of the amount put to tender for the work the contractor intends to participate. v. For Registered U n e m p l o y e d Engineers‘ Co-Operative Societies a n d R e g i s t e r e d L a b o u r C o -

Operative S o c i e t i e s Registration Papers in support of their Registration, Bye Laws, along with other documents as mentioned in Clause No.- 6(iv).

vi. All Bonafide & resourceful Agencies must have to be furnished Audit Report not earlier than 2012-13 along with other documents as mentioned in Clause No.- 6(i) , 6(ii), 6(iii) & 6(iv).

vii. Registered Power of Attorney,(if any) as per clause no.- 24 of this NIT.

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 Documents list and then click t he tab ―Submit Non Statutory Documents to send the selected documents t o Non-Statutory folder. Next, click the tab ―Click to Encrypt a n d upload and then click the ―Technical Folder to upload the Technical Documents.

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 5 of 21

Sl. No. Category Name Sub-Category Name Sub-Category Description Format / File

Name A CERTIFICATES A1 CERTIFICATES I) PROFESSIONAL TAX (PT) DEPOSIT RECEIPT

CHALLAN FOR THE FINANCIAL YEAR 2014-15, 2015-‘16

II) PAN CARD,

III) IT RETURN FOR THE ASSESSMENT YEAR -2014-15,

IV) VAT REGISTRATION CERTIFICATE WITH RETURN OF CURRENT THE FINANCIAL YEAR.

PDF

B COMPANY DETAILS B1 COMPANY DETAILS (PROPRIETORSHIP

FIRM) I) TRADE LICENSE ISSUED BY MUNICIPALITY/PANCHAYET

II) PROPRIETORSHIP FIRM, IF NAME OF THE FIRM NOT IDENTICAL WITH THE LEGAL-NAME OF THE OWNER/PROPRIETOR, HAVE TO ELUCIDATE THE SOVEREIGNTY OF THE FIRM IN TERMS OF AN AFFIDAVIT executed before a 1st class Magistrate.

PDF

B2 COMPANY DETAILS (PARTNERSHIP FIRM)

I) VALID TRADE LICENSE ISSUED BY MUNICIPALITY/PANCHAYET

II) REGISTERED DEED OF PARTNERSHIP FIRM &/ OR FIRM REGISTRATION CERTIFICATE FROM REGISTER OF FIRMS AS PER NORMS.

III) REGISTERED POWER OF ATTORNEY FOR USING DSC & SIGN. ALL TENDER DOCUMENTS (REF. CL. NO. 24 OF THIS NIT)

B3 COMPANY DETAILS (COMPANY/LTD./PVT. LTD. FIRM)

I) TRADE LICENSE ISSUED BY MUNICIPALITY/PANCHAYET II) REGISTRATION CERTIFICATE UNDER COMPANY ACT.

/INCORPORATION CERTIFICATE (IF ANY). / ARTICLE OF ASSOCIATION & MEMORANDUM.

III) REGISTERED POWER OF ATTORNEY FOR USING DSC & SIGN. ALL TENDER DOCUMENTS (REF. CL. NO. 24 OF THIS NIT)

B4 COMPANY DETAILS (CO-OPERATIVE FIRM)

I) TRADE LICENSE ISSUED BY MUNICIPALITY/PANCHAYET

II) REGISTRATION CERTIFICATE / BYE LAWS ISSUED BY THE CO-OPERATIVE DEPARTMENT TO THE RESPECTIVE SOCIETIES.

C CREDENTIAL

C1 CREDENTIAL 1 COMPLETION CERTIFICATES OF SIMILAR NATURE OF WORK DONE UNDER CLAUSE 6(v).

PDF

D DECLARATION

D1 DECLARATION FILE 1 DECLARATION (IF ANY) PDF E FINANCIAL INFO

E1 P/L AND BALANCE SHEET / AUDIT REPORT (NOT EARLIER THAN 2012-2013)

P/L AND BALANCE SHEET AND / OR TAX AUDIT REPORT (NOT EARLIER THAN 2012-2013) ALONG WITH OTHER DOCUMENTS IN PROPER FORMAT.

PDF

NOTE: FAILURE OF SUBMISSION OF ANY ONE OF THE ABOVE MENTIONED DOCUMENTS WILL RENDER THE TENDER LIABLE TO REJECT.

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 6 of 21

7.3 Financial Proposal The financial proposal should contain the following documents in one cover (folder), i.e. Bill of Quantities (BOQ). The Contractor/Agency firstly enable macros to view BOQ information by selecting security warning option and select “Enable this content” and then quote his name & Rate by pressing SELECT Tab(percentage excess or Less) through computer in the space marked for quoting Bidders Name & rate in the BOQ respectively, Only downloaded copies of BOQ are to be uploaded, virus scanned and digitally signed by the contractor.

Any change and/or tampering in BOQ will not be accepted under any circumstances. Any tampering, if found, is subject to punishable offence as per prevailing IT Act and also the Tender will be summarily rejected without any prejudice.

7.4 Penalty for suppression / distortion of facts: If any tenderer fails to produce the original hard copies of the documents uploaded or any other documents on demand of the Tender Inviting Authority within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression, the bidder will be suspended from participating in the tenders on e-Tender platform for a period as per norms. In addition, his user ID will be deactivated and Earnest Money Deposit will stand forfeited. Besides, the Public Works (Roads) Directorate may take appropriate legal action against such defaulting bidder and failure to submit the hard copy of EMD with LOA/LOI within the time period prescribed for the purpose, may be construed as an attempt to disturb the tendering process and dealt with accordingly legally including Blacklisting of the bidder (vide Finance Department Order No.-1592-F(Y), dt.- 20.03.2014),

8. Date & Time Schedule:

Sl. No Particulars

Date 1 Publishing of Tender 15.12.2015 at 5:00 PM

2 Documents download Start date (Online) 15.12.2015 from 5:15 PM

3 Bid submission Start Date 15.12.2015 from 5:30 PM

4 Bid Submission End Date 29.12.2015 upto 5:30 PM

5 Opening of Technical Proposal 31.12.2015 from 2:00 PM 6 Opening of Financial Proposal To be notified later on.

9. Opening and evaluation of tender

9.1 Opening of Technical Proposal i. Technical proposals will be opened by the Executive Engineer, Barasat Highway Division No.-I, P. W. (Roads)

Directorate, and/or his authorized representatives, electronically from the website stated in Clause 2, using their Digital Signature Certificate at Office of the Executive Engineer, Barasat Highway Division No.-I, P.W.(Roads) Directorate, MBL House, 5th Floor, DD-18/8, Sector-I, Salt Lake, Kolkata-700064 on the date already mentioned under Clause.8 .

ii Intending Bidders may remain present at the venue stated above if they desire so. iii. Cover (Folder) for Statutory Documents (vide Clause 7.2.a) will be opened first and if found in order, Cover (Folder)

for Non-statutory Documents (vide Paragraph – 7.2.b) will be opened. If there is any deficiency in the Statutory & Non-Statutory Documents, the tender will summarily be rejected.

iv. Decrypted (transformed into readable formats) documents of the Non statutory Cover will be downloaded, and evaluated for eligibility. v. Pursuant to scrutiny & decision after evaluation the summary list of eligible tenders & the serial number of work

for which their proposal are considered will be uploaded in the web portals. vi. While evaluation the tender inviting authority may summon the Bidders & 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.

9.2 Opening and evaluation of Financial Proposal i. Financial proposals of the Bidders found technically eligible, will be opened electronically from the web portal stated

in Clause 2 on the prescribed date, by the Executive Engineer, Barasat Highway Division No.-I, P. W. (Roads) Directorate and/or his authorized representatives at Office of the Executive Engineer, Barasat Highway Division No.-I, P.W.(Roads) Directorate, MBL House, 5th Floor, DD-18/8, Sector-I, Salt Lake, Kolkata-700064 on the date

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 7 of 21

already mentioned under Clause.8 . ii. The encrypted copies will be decrypted and the rates will be read out before to the contractors remaining present at that time. iii. After evaluation of Financial Proposal, by the Executive Engineer, Barasat Highway Division No.-I, P. W. (Roads)

Directorate, may upload the final summary result containing inter-alia, name of contractors and the rates quoted by them against each work provided he is satisfied that the rates obtained are fair and reasonable and there is no scope of further lowering down of rate.

10. Acceptance of Tender: Lowest valid rate should normally be accepted. However, the Tender Accepting Authority,

i.e.The Executive Engineer, Barasat Highway Division No.I, P. W. (Roads) Directorate does not bind himself to do so and reserves the right to reject any / or all the tenders, for valid reasons and also reserves the right to distribute the work amongst more than one bidder.

11. A tender once quoted shall remain valid for a period of 120 (One Hundred Twenty) days from the last date of submission of tender.

12. All the bidders are requested to visit their site of corresponding works they applied for before quoting their rates. 13. The Executive Engineer, Barasat Highway Division No.-I, P. W. (Roads) Directorate may invite fresh price bid (Open or sealed)

if necessary, among the respective bidders after the financial proposal are opened on the date as specified in the Sealed/Open Bid Notice, as circulated, after the opening of financial proposal.

14. All materials required for the proposed schemes including S t r a i g h t R un B i t u m en ( 1 0 / 2 0 g r ad e)

( i f a p p l i c a b l e ) , Cement (if applicable), Steel ( if applicable) shall be of approved brand in accordance with relevant code of practice and manufacture accordingly and shall be procured and supplied by the agency at their own cost. Authenticated evidence for purchase of Straight Ru n B i t u m e n , C at i o n i c Bitumen Emulsion, Cement and Steel are to be submitted along with challan and n e c e s s a r y test certificate should be submitted by the Agency. If required by the Engineer-in-Charge, further testing from any Government approved Testing Laboratory shall have to be conducted by the agency at t he i r own cos t . Only S t r a i g h t R u n B i t u m en ( 1 0 / 20 g r a d e) a n d MS Grade Cationic Bitumen Emulsion of Indian Oil/ Bharat Petroleum/Hindustan Petroleum will be permitted. Only Straight Run Bitumen of Grade VG-30 (Packed) (if applicable) will be supplied by the Department from the stackyard / Godown within the jurisdiction of the concerned Division.

15. Mobile Hot Mixed Plants / Hot Mixed Plants etc. have to be arranged by intending bidders for the corresponding items of works

provided in the specific price schedule. In the event of failure to produce the machineries at site during the works, the tender will be terminated with forfeiture of earnest money / security deposit.

16. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Tenders,

no cost of Bidding shall be reimbursable by the Department. The Executive Engineer, Barasat Highway Division No.-I, P.W. (Roads) Directorate reserves the right to reject any/all application for participating and to accept or reject any/all offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder at the stage of Bidding.

17. No conditional tender / incomplete tender will be accepted. No Joint Venture firm will be entertained under any circumstances. No

Mobilization Advance and Secured Advance will be allowed. 18. The Tender Documents shall consist of the following documents:

i. WB Form No. 2911(ii) ii. NIT & CORRIGENDA(S) iii. BOQ

19. 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:

a. W.B. Form No. 2911(ii) b. NIT & CORRIGENDA(S) c. Technical Proposal d. Financial Proposal

20. The successful bidder shall have to submit the following copies of the tender documents within 07 (seven) days from issue of the notice of acceptance of tender for execution of Formal Agreement. Failure to do so within the

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 8 of 21

specified time, his contract will be liable to terminate with forfeiture of earnest money: i. Three sets of documents, each set containing W.B. Form No. 2911(ii), NIT & BOQ & Corrigenda(s) (if applicable) The above documents shall have to be purchased from the Office of the Executive Engineer, Barasat Highway Division No.-I on payment of the prices per copy mentioned as per the list given below. All the copies shall have to be signed mentioning the accepted rate in the appropriate space and submitted within the specified time.

Sl No. Estimated Amount (Rs.) Price of Tender Documents per sets

1. Above Rs. 5.00 Lakh and upto Rs. 25.00 Lakh. Rs. 1005/- per set 2. Above Rs. 25.00 Lakh and upto Rs. 125.00 Lakh. Rs. 2505/- per set

21. Payment for the executed works will be made as per the availability of fund and no claim whatsoever will be entertained for any delay of payment, if any. Intending Bidders may consider this criterion while quoting their rates.

22. There shall be no provision of Arbitration. Hence Clause 25 of WB Form No. 2911 (ii) is omitted vide Notification No.

558/SPW dated. 13.12.2011 of Principal Secretary, P. W. & P.W. (Roads) Department. It’s also informed to all Bidders that, The Clause 17 of WB Form No. 2911 (ii) {Liability of Contractor for damaged done & for imperfection} is partially modified vide Notification No. 177-CRC/2M-57/2008 dated 12/07/2012 of the Secretary to the Government of West Bengal.

23. In case of any inadvertent typographical mistake found in the BOQ, the same shall be treated to be corrected as to conform

to the prevailing relevant schedule of rates and / or technically sanctioned estimate. 24. Where an individual person holds a digital certificate in his own name duly issued to him against the company or the firm of

which he happens to be a director or partner, such individual person shall, while uploading any tender for and on behalf of such company or firm, invariably upload a copy of registered power of attorney showing clear authorization in his favour, by the rest of the directors of such company or the partners of such firm, to upload such tender. The power of attorney shall have to be registered in accordance with the provisions of the Registration Act, 1908. [Ref. Memo .No.- 61/SPW/12, dt.- 08.06.2012 of P.W.D]

25. Necessary deductions (i.e. S.T, I.T, CESS …..etc.) will be made as per relevant Government Order.

26. If any date is specified in the N.I.T. falls on Holiday or any other occasion, declared holiday the corresponding dates will be considered/reckoned the next working day/days.

27. KEEPING IN VIEW THE IMPORTANCE OF THE WORKS, NO EXTENSION OF TIME WILL BE GRANTED EXCEPT VALID REASONS. HENCE ALL SUCESSFUL BIDDERS HAVE TO COMPLETE THEIR REPECTIVE WORKS WITH IN THE STIPULATED TIME MENTIONED IN THE LIST OF WORKS (Annexed herewith in Table-1, of the NIT.)

28. Location of Departmental Godown from which departmental materials to be issued for work within the jurisdiction of Barasat Highway Division No.-I.

29. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act. 1970(b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or any other laws relating thereto and the rules made and order issued there under from time to time.

30. 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.

31. All intending bidders are requested to be present in the chamber of the Executive Engineer, Barasat Highway

Division No.-I, and P.W. (Roads) Directorate during opening of the Tender, to observe the tender opening procedure.

Executive Engineer Barasat Highway Division No. I,

P. W (Roads) Directorate

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 9 of 21

Memo No. : 2748 / 1 (28) -9/5A Date: 10.12.2015 Copy forwarded for information on giving publicity through Notice Board to the :-

1. The Sabhadhipati, North 24 Pgs Zilla Parishad, Barasat. 2. The Chief Engineer (H.Q.), P.W.(Roads) Directorate, Nabanna, Howrah. 3. The Chief Engineer (South Zone), P.W.(Roads) Directorate, Khadya Bhavan, 11A, Mirza Galib Street, Kolkata-87. 4-5. The Superintending Engineer, Eastern Highway Circle/Southern Highway Circle, P.W.(Roads) Directorate. 6. The District Magistrate, North 24 Parganas, Barasat. 7-10. The Executive Engineer, Diamond Harbour/South 24 Pgs/Howrah/Barasat-II Highway Division, P.W. (Roads) Dte. 11. The Joint Director of Information & Cultural Affairs Department, Writers’ Buildings, Kolkata- 700 001. 12. The Executive Engineer, National Highway Division -V, P.W(Roads) Dte. 13. The Executive Engineer, Bidhannagar Division , P.W.Dte 14. The Sub-Divisional Information and Cultural Officer, North 24 Parganas. 15-17. The Assistant Engineer, Barasat Bridge/ Baguihati / Basirhat Highway Sub-Division. 18-21. The Chairman, Dum Dum / North Dum Dum / South Dum / Rajarhat-Gopalpur Municipality 22. The Divisional Accounts Officer, Barasat Highway Division No-I. 23. The Estimator, Barasat Highway Division No-I. 24. The Cashier, Barasat Highway Division No-I. 25. The Secy. North 24 Parganas Builders Association. 26. The Secy. North 24 Parganas Engineers Co-Operative Association. 27. The Secy. Federation of Labour Co-Operator’s Association. 28. This Office Notice Board.

Executive Engineer Barasat Highway Division No. I,

P. W (Roads) Directorate

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 10 of 21

SECTION – B Special Terms and Conditions

B.1 General: Unless otherwise stipulated all the works are to be done as per general conditions and general specifications as mentioned either in— (i) ‘Departmental Schedule’, which means the Public Works (Roads) Department Schedule of Rates for Road works, Bridge & Culvert Works and Carriage etc. in different district of West Bengal for the working area including up-to-date addenda and corrigenda, if any, issued by the Superintending Engineer, Bridge Planning Circle, or in (ii) Latest edition of the book of name ‘Specification for Road and Bridge Works’ of the M.O.R.T. & H., Surface Transport (Roads Wing), Government of India, published by Indian Roads Congress, New Delhi, for the specification of various works. For general conditions and general specifications of items of works including supply and carriage works, not appearing in the aforesaid two specification books, relevant Public Works Department Schedule of Rates for Building Works and Materials & Labour in force including up-to-date addenda and corrigenda, if any, issued from competent authority as applicable for the working area of concern State Highway Circle at the time of submission of tender for the working area will be considered. B.2 Definition of Engineer-in-Charge and Commencement of Work: The word “Engineer-in-Charge” means the Executive Engineer, Barasat Highway Division No. I, P.W. (Roads) Directorate. The word “Department” appearing anywhere in the tender documents means P.W. (Roads) 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. The work shall have to be taken up within seven days of the receipt of the work order or otherwise mentioned therein. Failure to do so will constitute a violation of the contract stipulation as regards of 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. B.3 Terms & Conditions in Extended Period: As Clause 5 of W.B.F. No. 2911 (ii) as the case may be when an extension of time for completion of work is granted by the Engineer-in-Charge against proper reasoning, it will be taken for granted by the working contractor that the validity of the contract is extended automatically upto the extended period with all terms and conditions rates etc. remaining unaltered, i.e. the tender is revalidated upto the extended period. B.4 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 or contracts 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. B.5 No claim certificate of Station Master : The contractor shall have to produce “No claim certificate” from the Station master of the destination station before payment of bills for supply in case of supply of stone materials. B.6 Incidental and Other Charges:

(A) The cost of all materials, hire charges to Tools and plants, labour, Corporation / Municipal Fees for water supply, Royalty of 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 also Sales Tax (Central and/or State), Income Tax, Octroi Duty/Terminal Tax, Turnover Tax, VAT etc. a ll 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 claim extra claim in this regard beyond the specified rate as per work schedule whatsoever in this respect will be entertained.

(B) The contractor’s offer will cover any enhancement of charges as enumerated in Clause 6A above or elsewhere and also for similar other charges, if any, which may take place during the period of the contract remaining operation. No claim for enhancement in Government taxes will be entertained.

(C) The work is time bound and to be completed within the stipulated period. No claim for escalation in prices due to the rise of market prices and transport either in materials or in fuel or in labour will be entertained.

Signature of the Tenderer Signature of the Tender Accepting Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 11 of 21

(D) Whatever may be the reason no claim of idle labour, enhancement of labour rate and additional establishment cost, cost for toll and hire and labour charges of tools & plants, railway freight, carrying cost of materials etc. would be entertained under any circumstances.

(E) The contractor shall pay all charges and fees legally payable for acts arising office work hold the employer free from all such cost. B.7 Authorised Representative of Contractor: The contractor shall not assign the agreement or sublet any portion of the work. The contractor, may however, appoint an authorised representative in respect of one or more of the following purpose only: a) General day to day management of work. b) To give requisition for Departmental materials, Tools & Plants etc. to receive the same and sign hand receipts thereof. c) To attend measurements when taken by the Departmental Officers and sign the records of such measurements which will be taken of acceptance by the contractor. The selection of the authorised representatives shall be subject to the prior approval of the Engineer-in-Charge concerned and the contractor shall in writing seek such approval of the Engineer-in-Charge giving therein the name of work, Tender No., the Name, Address and the 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 representative and the contractor shall be bound to abide by such directions. The Engineer-in-Charge shall 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. B.8 Power of Attorney: The Provision of the power of attorney, if any, must be subject to the approval of the Department. Otherwise the Department shall not be bound to take cognizance of such of attorney. B.9 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, cost of materials and labour and hire charges of tools & plants etc. would be entertained under any circumstances. The contractor should consider the above factor while quoting this 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 W.B.F. No.2911 (ii). B.10 Local Labours: The contractor should engaged unskillful local labours and shall engaged maximum possible local skilled labour in the work. Imported skilled labour may however be engaged subjected to the approval of Engineer-in-charge. [As per additional clause 3 of 2911(ii)]. Whatever may be the reason no claim of idle labour, enhancement of labour rate, any additional establishment cost of toll and hire charges and labour charges of tools & plants, transportation charges would be entertained under any circumstances.

B.11 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 Engineer-in-charge. B.12 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 Engineer-in-Charge. The contractor shall make his own arrangements for storage of tools, plant, equipment; materials etc. of adequate capacity and shall clear and remove on completion of work and shed, huts etc. which he might have erected in Government land. If after such use, the contractor failed to clear the land, Department will arrange to remove those installation and adequate recovery will be made from the dues of the contractor. B.13 Work Order Book: The contractor shall within seven days of receipt of the order to take up 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 shall be kept at the site of work under the custody of Sub-Divisional Officer/Assistant Engineer or his authorised representative. The Work Order Book shall have machine numbered pages in triplicates. Directions or instruction 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 representative shall regularly note the entries made in the Work Order Book and also record thereon the action taken or being taken by him complying with the said directions or instruction on any relevant point relating to the work. The contractor or his authorised representative may take away the triplicate page 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.

Signature of the Tenderer Signature of the Tender Accepting Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 12 of 21

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

b) Reference to contract number

c) Contractual rate in percentage

d) Date of opening of the Work Order Book

e) Name and address of the Contractor

f) Signature of the Contractor

g) Name & address of the Authorized representative (if any of the contractor authorized by him)

h) Specific purpose for which the contractor’s representatives is authorized to act on behalf if the Contractor.

i) Signature of the authorized representative duly attested by the Contractor.

j) Signature of the Sub-Divisional Officer/Assistant Engineer concerned.

k) DATE OF ACTUAL COMPLETION OF WORK.

l) DATE OF RECORDING FINAL MEASUREMENT.

Entries in (k) & (l) 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. B.14 Supplementary / Additional items of Works: Notwithstanding the provisions made in the related printed tender form any item of the work which can be legitimately be considered as not stipulated in the specific price schedule of probable items of work but has become necessary as a reasonable contingent item during actual execution of work will have to be done by the Contractor, if so directed by the Engineer-in-Charge and the rates will be fixed with manner as stated below: - (a) Rates of supplementary items shall be analysed to the maximum extent possible from rates of the accepted items of work appearing in the schedule of probable items of work forming part of tender. (b) To complete analysis if necessary the rates appearing in the Departmental Schedule as defined in the Clause of Special Terms and Conditions en-force at the time of N.I.T. shall be applicable for the portion remaining after application of Clause B.17 (a) (c) In case, extra items do not appear in the above Public Works (Roads) Department Schedule of Rates, such items for the works shall be paid at the rates entered in the Public Works Department Schedule of Rates for the working area en-force at the time of N.I.T. (d) In case, extra items do not appear in the above Schedule of Rates, such items for the works shall be paid at the rates entered in the Department Schedule of Rates of NH Wing of Public Works (Roads) Department Schedule of Rates for the working area en-force at the time of N.I.T. (e) If the rates of the supplementary items cannot be computed even after applications of clauses stated above, the same shall be determined by analyses from market rates of material, labour and carriage cost prevailing at the time of execution of such items work. Profit and overhead charges (both together) at 10% (Ten per cent)will be allowed only; the contractual percentage will not be applicable. Unbalanced market rates shall never be allowed. Contractual percentage shall only be applicable with regard to the portions of the analysis based on clauses (a), (b) & (c) stated above only. It may be noted that the cases of supplementary items of claim shall not be entertained unless supported by entries in the Work Order Book or any written order from the tender accepting authority.

B.15 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 towards department. B.16 Realization of Departmental claims:

Any some of money due and payable to the contractor (including security deposit returnable to him) 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. B.17 Charges and fees payable by contractor:

a) The contractor shall 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 shall keep the department against all penalties and liabilities of every kinds for breach of such statute regulation or law.

Signature of the Tenderer Signature of the Tender Accepting

Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 13 of 21

b) The Contractor shall save, harmless and indemnify the department from and against all claims, demands, suit and proceedings for

the 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.

B.18 Quoting of contractual rate: The bidder should quote his / her contractual rate on the total amount of price schedule of probable items with approximate quantities in the BOQ. Quoting rate beyond the other place will lead to informal the bidder. B.19 Conditional tender No conditional tender will be accepted. Any tender alongwith condition / conditions beyond the specific terms and conditions of detail Notice Inviting Tender will be liable for rejection. B.20 Mobilization advance: No payment shall be made for preliminary expenses necessary at site, mobilizing machineries for bored pile works, grounding other tools and plants, implements or other helper materials which should be covered by the quoting rate. B.21 Secured advance: Secured advance as admissible under rules in force against non-perishable materials brought to site as per direction of the Engineer-in-charge and likely to be consumed within 06 (Six) months from the date of collection at site may be allowed according to the discretion of the Engineer-in-charge. No secured advance will be made on sand. B.22 No suspension of road traffic: The bidder should specially note that they will have to work over an existing road traffic which will not be possible to be diverted, it will have to give save movement facilities and access. His / her rate should be inclusive of this condition. B.23 Water and energy: The contractor shall have to arrange on his own cost, required energy for operation of equipment and machineries, for operating of pumping set, illuminating work site, office etc. that may be necessary in different stages of execution of work. No facility of any sort will be provided for utilization of the departmental sources of energy existing at 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 h ave 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 department.

B.24 Site Inspection: It should be clearly understood that any contractor participating in the tender would for deemed to have inspected the site of work and made himself fully conversant with the local conditions in the light of the Specifications of work and no claim whatsoever in these respect will be entertained B.25 Issue of working drawings: The working drawings when required will be issued by the Department in phased manner consistant with work programme submitted by the contractor for the work and accepted by the Department. The working drawings, which shall have to be strictly followed by the contractor in execution of works may content some modification of what were shown in the general arrangement drawing if enclosed herewith, without affecting the basic change in the structural arrangement shown therein. The contractor shall not be entitled for any compensation for any loss due to delays for modification of drawings and designs (if any). B.26 Programme of Work: Before actual commencement of work the contractor shall submit a programme of construction of work 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. 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 therefore 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.

Signature of the Tenderer Signature of the Tender Accepting

Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 14 of 21

B.27 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 of rectification or restoration of damages as would be fixed by the Engineer-in- Charge concerned will be recovered from the contractor. B.28 Work at Night: Work at night will be generally not allowed. Boring operation for bore piles should be started every day in such a manner that casting of the same pile shall invariable be completed in day light of the same day. Concreting at Night Occasionally if any concrete be permitted to cast at night by the Engineer-in-charge the contractor shall provide sufficient and satisfactory lighting arrangements at his own cost and take all extra precautions, which are necessary for night work. B.29 No suspension of flow of water in canal: Flow of water in canal may not be suspended during the period of execution of work. The contractor should setup the programme of this work accordingly. No claim will be entertained for delay or suspension of the construction work for the same reason. B.30 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 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. B.31 Clearing of Materials: Before starting any work, work site, where necessary, must be properly dressed after cutting clearing all varieties of jungles shrubs, bamboo clusters or any undesirable vegetation from the alignment or site of works on completion of works all temporary structure or obstruction including some pipes in underground work, if any, must also be removed. All scars of construction shall be obliterated and the whole site shall be left in a clear and neat manner to the satisfaction of the Engineer-In-Charge. Total length (in case of road project) shall be demarcated by proper chainaging along with fixing 200m post as per direction of Engineer-in-Charge on both side of the alignment and Bench Marking at desired locations as per direction of Engineer-in-Charge. No separate payment shall 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 B.32 Sundry Materials: The contractor must erect temporary pillars, master pillars etc. as may be required in suitable places as directed by the Eng ineer-In- Charge at his own cost before starting and during the work by which the departmental staff will check levels layout different works and fix up alignment and the contractor shall 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 skill labour require for setting out the levels for laying out difference structures and alignment shall also be supplied by the contractor as per direction of Engineer-in-Charge at his own cost without any extra claim towards the department. B.33 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. B.34 Covered up works:

When one item of work is to be covered up by another item of work the latter item shall not be done before the formal Item ha s been measure up and has been inspected by the Engineer-in-Charge or the Sub-Divisional Officer/Assistant Engineer, as the authorized representatives of the Engineer-in-Charge and order given by him for proceeding with the latter 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 latter item Signature of the Tenderer Signature of the Tender Accepting

Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 15 of 21

B.35 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 M.O.R.T. & H‘s specification for Road and Bridge Works (Latest Revision) and relevant IS 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 o r 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 Laboratory as per instruction of Engineer-in-Charge. The cost of all such tests shall be borne by the agency and that must be considered during quoting rate. Approval of Sample:

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

B.36 Road opened 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 programmed of work must be as adjusted as would not 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 precautions including guarding, lighting and barricading as necessary, to guard against the chances of injury or accident to the road user and traffic and fe rry users during execution of the work for which nothing extra will be paid except otherwise mentioned in specific price schedule. The contractor will also indemnify the Department against consequences of any such injury or accident, if so happens, as per opinion of the Engineer- in-Charge, due to contractor‘s fault in compliance w it h any of such obligations. 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 shall 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 shall be done at the cost of the contractor without any extra claim towards department

B.37 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: (a) 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), (b) 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) 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,

(d) 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. B.38 Indent of Departmental materials: Indent of materials required to be supplied by the Department shall be submitted by the contractor well in advance to the Engineer-in-charge or other officers authorized by him. Departmental materials indented by the contractor shall be issued according to the reasonable and immediate needs of works from time to time with the progress of work. The contractor shall be required to maintain all necessary arrangements and precautions and watch over all materials made over to him to prevent damage, losses and theft. Such materials shall not be removed to any other site without the written permission of the Engineer-in-charge or any other person authorized by him and shall be opened and be available for Departmental inspection at any time during day or night for counting, measuring, weighing or otherwise verifying the same. The contractor shall be required to main stock register showing day to day accounts of receipts of actual use and balance of all materials issued to him and submit fortnightly extracts thereof in such manner and formed as my be prescribed by the Engineer-in-charge from time to time. This register shall be produced by the contractor to Engineer-in-charge or his representative whenever required and whenever asked for during the progress of the work and also with running accounts and final bill, shall submit to the Engineer-in-charge statement showing: a) Total quantity of materials received by the contractor from the Department. b) Consumption thereof in the works. c) Balance in hand.

The Department do not assure any responsibility for supply of the Departmental materials strictly according to the indent of the contractor and no compensation will be paid for the idle labour or others etc., due to delay in issuing this materials but reasonable extension of time will be allowed for such delay, if in the opinion of the Engineer-in-charge such delay is responsible for temporary suspension or slow progress of work

Signature of the Tenderer Signature of the Tender Accepting Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 16 of 21

B.39 Issue of Departmental materials: The materials as shown in clause 63 of special terms and conditions will be supplied to the contractor by this Department from places noted against each. Except otherwise specified in price schedule of the probable items of approximate quantities, the material shall have to be carried by the contractor by his own arrangement from the point of delivery to actual site of the work at his own cost. The rates be quoted by the bidder must therefore be inclusive of all such cost of carriage of materials. Bidder should particularly note that every effort will be made by the Department to supply materials, as mentioned in tables as and when required but not guarantee for the same can be given. For failure of such supplies to contractor no claim what so ever on any ground will be admissible. Unless otherwise specified in the price schedule of probable items with approximate quantities the contractor shall not be allowed to use in the work any kind of materials procuring form any other sources unless so authorized in writing by the Engineer-in-charge. The cost of materials to be issued to the contractor will be recovered from the contractor’s bill as may be decided by the Engineer-in-charge. B.40 Return of excess materials: All materials (supplied by the Department at the issue rate) which will be surplus on the completion of the work may at the sole discretion of the Superintending Engineer, be taken that provided the same be of the non-perishable nature and has not been damaged in any way. Surplus materials (supplied by the Department free of cost) shall be returned to the Engineer-in-charge at the cost and expenses of the contractor B.41 Penal recovery of materials: The contractor shall be held responsible for any misuse, loss or damage of the materials issued or handed over to him by the Department and cost of such materials shall be recovered from the contractors in the manner as specified in this clause. In the following cases, the materials issued or handed over to the contractor shall be deemed to have been misused by him.

i. Materials lost or damaged due to negligence on the part of the contractor and / or defective storage by him. ii. Materials used in excess of the requirement than the permissible limit, to be decided by the Engineer-in-charge. iii. Materials used without permission of the Engineer-in-charge in temporary works such as cofferdam embankments, shoring, contractor’s

godown, site office, labour camp etc. The value of any materials misused as above and also which cannot be satisfactorily accounted for, shall be recovered from the contractor’s bill or other dues at 50% in excess of the issue rates. B.42 Procurement of materials:

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

B.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 shall be paid for traffic control measures, shoring, shuttering, dewatering, curing etc. and the rates of respective items or works are to be deemed as inclusive of the same B.44 Serviceable materials: The responsibility for stacking and serviceable materials obtained during dismantling of existing structure/ road (to be decided by the Engineer-in-charge) and handing over the same to the Officer-in-charge shall have the authority to cause such removal at the expense of the contractor and the contractor shall not be entitled to and loss or damage serviceable materials prior to handing over the same to this Department, full value will be recovered from the contractor’s bill at rates as would be assessed by the Engineer-in-charge. B.45. Unserviceable materials: The contractor shall remove all unserviceable materials obtained during execution, at place as directed. The contractor shall dress up and clear the work site after completion of work as per direction of the Engineer-in-charge. No extra payments will be made on this account unless specifically provided in the price schedule of probable items of approximate quantities B.46 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. If however supplied (if available) by the Department the hire charges and wages of crews (where applicable) will be recovered at the rate mentioned in the Departmental Schedule of Rates which is in force at the time of submission of tender. All cost of fuels and stores for proper commissioning of Tools & Plants must be borne by the contractor. Other charges on account of pay of operators, cleaner, guards etc. shall the charge extra. The contractor will have to carry such tools and plants supplied by the Department from the place of issue and return back in good condition to the place as directed by the Engineer-in-Charge at his own cost. Time of hire will be counted from the issue date to the date of return (both days inclusive) to the godown or to the place as directed by the Engineer-in-Charge. In case of any damage to the tools and plants issued by the Department while in custody of the contractor, the same shall be repaired or replaced at the cost of the contractor

Signature of the Tenderer Signature of the Tender Accepting Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 17 of 21

B.47 Contractor’s Site Office:

The contractor shall have 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 post to such office or delivered to the contractor ‘s authorized agent or representative. For such intimation to the contractor‘s site office, it shall be deemed to the sufficient enough to be served upon the contractor. B.48 Contractor’s Godown:

The contractor must provide suitable go-downs for cement and other materials at the site of work. The cement go-down is to 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 go-downs 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 remove from the site by the contractor as per directed of the Engineer -in-Charge. The Engineer-in-Charge or his authorized representative shall have access for supervision of materials and their up keeping in contractor‘s godown. B.49 Damaged cement:

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

B.50 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 of the issue of order to that effect. In case of noncompliance of such order, the Engineer-In-Charge shall have the authority to cause such removal at the cost and expense of the contractor and the contractor shall not be entitled to claim for any loss or damage of that account. B.51 Transportation Arrangement:

The contractor shall arrange for all means of transport including railways wagons required for carriage and supply of material s 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 arrange at his own initiative so that progress of work will not hamper and no claim whatever 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 his aspect while quoting rate.

B.52 Site clearance: The contractor shall clear the debris from time to time that may be accumulated during progress of work. So that no hindrance to traffic for both vehicular traffics and pedestrians are caused. On completion of the work the contractor has to clear to site i.e. road and its adjacent Government land and bed of canal at his own cost in all respect to full satisfaction of the Engineer-in-charge and his quoted rate shall be inclusive of the all such charges.

B.53 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 Tender.

B.54 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 drawing and design prepared by the Department. If variations become necessary due to design consideration and as per actual site conditions, those have to be done by the contractor at the time of execution at the rate prescribed in the tender condit ion. No conditional rate will be allowed in any case B.49.4.The Contractor is to display caution board maintaining I.R.C. norms at his own cost as per direction of Engineer-in-Charge. B.55 Force Closure:

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

Signature of the Tenderer Signature of the Tender Accepting

Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 18 of 21

B.56 Royalty of Construction Materials: The contractor will have to submit the receipt of payment of Royalty to the Government for use of sand, stone materials, earth, gravel, moorum, laterite or any other specified minor minerals etc. to the Engineer-in-Charge before preparation of bill for payment failing which necessary deduction for the dues against Royalties shall be deducted from the contractor ‘s bil ls. B.57 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. (Roads) Directorate may at his discretions, take necessary measure over the contract. The Contractor shall also make himself 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. B.58 Engagement of Technical Personnel:

In addition to his other establishment the contractor must have in his employment for the particular work:

i. One diploma holder in Civil Engineering for works costing up to Rs. 2,00,000/- ii. One degree holder in Civil Engineering for works costing above Rs. 2,00,000/- and up to Rs. 10,00,000/- iii. One degree holder and one diploma holder in Civil Engineering for works costing above Rs. 10,00,000/-

The above condition is applicable to all contractors irrespective of the fact whether he / she himself / herself is a degree or diploma holder or not. B.59 Variation of quantity: It must be clearly understood the value of work is indicated in the short tender notice of the quantities of various items indicated in the specific price schedule of probable items are approximate only and may be appreciable increased / decreased during actual execution. The contract shall remain unaffected by such alterations. B.60 Refund of security deposit: As per clause No. 17 of 2911(ii). B.61 Arbitration: As per clause No. 25 of 2911(ii) AS AMMENDED Time to time. B.62 Payment of Bills: As per clause No. 23 of 2911(ii). B.63 Issue rate of departmental materials: The following material will be issued to the contractor at the rate noted against each from Baguihati Stackyard & Basirhat Stackyard under Barasat Highway Division No.-I as available. Sl No. Name of Materials Issue Rate Remarks

01 Bitumen VG-30 (Packed)

Rs. 37,387.82 / MT.

Baguihati Stackyard

Rs. 37,689.92 / MT

Basirhat Stackyard

N.B.: The issue of any of the above materials which cannot be satisfactorily accounted for shall be recovered from the Contractor’s bills or their dues as specified in P.W.D.’s order No. 2809(3)-A-dt 27.04.1971 where the issue rate is not specified the recovery will be at 100% excess of the stock issue rate or the then market rate (whichever is higher).

Carriage cost from the place of issue to the work site including loading and unloading etc. will borne by the contractor.

Signature of the Tenderer Signature of the Tender Accepting

Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 19 of 21

B.64 Hire Charges of Departmental Tools & Plants:

Hire charges of different machineries which may be issued by the Department as per availability as per following table, if not otherwise stipulated in the Notice inviting tender will be recovered at rates as indicated in the Departmental Schedule of rates with concerned terms and conditions in this connection. (i) Power Roller (8 Ton or above) Rs. 750.00 per day plus Rs. 400.00 per day (as wages of operating staff) (ii) Tar boiler (upto 400 gallons) Rs. 100.00 per day

N.B.: Per day shall mean a day of 08 (Eight) working hours. Higher charges shall be payable for the full period from the date of issue to the date of return (both days inclusive) B.65 Terms and Conditions as per printed schedule of rates of P.W. (Roads) Department. All other Terms and Conditions not covered by the above shall be as printed schedule of rates of P.W.(Roads) Department in force at the time of submission of tenders Additional Conditions: A few additional conditions under special terms and conditions:

1. Rate quoted shall be inclusive of clearing site including removal of surplus (both serviceable &unserviceable) earth, rubbish, materials etc. as per direction of the Engineer-in-Charge. 2. Rate quoted shall be inclusive of West Bengal Sales Tax, Income Tax Octroi and all other duties, if any.

3. Display board (informatory) of size 150cm X 90cm is to be provided at starting and end chainage of the work-site with aluminum plate hoisted on steel tubular pipe/ angle post to a height of 1.5 Metre at the cost of the contractor including fitting, fixing, painting, lettering etc. complete as per direction of Engineer-in-Charge 4.The Contractor is to display caution board maintaining I.R.C. norms at his own cost as per direction of Engineer-in-Charge.

5. Deep excavation of trenches and left out for days shall be avoided.

6. Labour welfare Cess will be deducted @ 1(one) % of gross bill value as per rule. 7. The whole work will have to be executed as per Departmental drawings available in this connection at the tender rate. 8. Income Tax will be deducted from each bill of the contractor as per applicable rate and rules in force. 9. In accordance with the West Bengal Taxation Laws (amendment) Ordinance, 1993 amending the West Bengal Finance (Sales Tax) Act, 1994 necessary S.T / VAT will be deducted as per rate in force from the bill in addition to other deduction as per extent rules and as mentioned in NIT

Signature of the Tenderer Signature of the Tender Accepting Authority

(S. Basu) Executive Engineer

Barasat Highway Division No.-I P.W(Roads) Directorate

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 20 of 21

SPECIAL SPECIFICATION OF STONE MATERIALS

Stone materials should be best quality of Pakur / Panchami / Rampurhat variety as the case may be, shall be black in colour and shall be green, strong, durable and cubical in the form and free from organic and other deleterious matter and adherent coating. The stone materials are required to hydrophobic and low porosity. 1. The contractors will have to level and dress the stacking ground upto the satisfaction of Engineer-in-charge including cutting and cleaning

jungles, shrubs plants etc. and removing the same as directed before stacking of stone materials. No extra payments will be made for this work.

2. The contractor should stack the materials in regular stacks, rectangular in shape, height not less than 1.00 metre with clearance in between stacks. The content of each individual stack if supplied at stackyard should preferably be near about 30.00 m3 in case of roadside collections, all stack will be similar in length, breath and height if so directed by the Engineer-in-charge.

3. Checking the materials: During progress of the work the Engineer-in-charge of his authorized representative may check the materials at any

time. The materials and labour for the same will have to supply by the contractor / contractor(s) at his / their own cost.

4. All rejected materials not confirming to the specification and physical requirement as per Departmental Schedule must be removed from the stackyard / stacking place within 03 (Three) from the date of written order to that effect.

5. The Department will not take any responsibility in case of loss of materials before final measurement is taken.

6. a) Before commencement of the work the successful bidders will have to get sample of stone materials (One cft.) volume each he/they

intends to supply duly approved by the Engineer-in-charge. For enabling the Engineer-in-charge to make necessary test in the laboratory to determined the physical requirements he/they will have to supply 0.03 (Zero Point Zero Three) m3 of stone metal /stone chips each category. All such testing charges will have to borne by the contractor / contractor(s) and are included in the rates for supply of the stone materials. Minimum requirements of laboratory tests are two number stone materials. The contractor will have to supply the materials satisfying the physical properties and quality as per physical requirements, mention in the Departmental Schedule. b) On approval, the commencement of supply is to be effected and the frequency of tests will be as per direction the Engineer-in-charge.

7. The bidders will have to supply stone metal / stone chips by means of their own transport and the Department will not take any responsibility for procurement of Railway Wagon / Road Permits etc.

8. Any enhancement of taxes, royalties, cost of road transport, labour octroi, etc. and all other incidental charges as applicable during the entire period of supply and work will have to be paid by the bidder and no extra claim for this will be entertained by the Department.

9. The Department has the right to accept and to take supply of stone metals and stone chips on exclusively any particular category of

materials each group even by part.

10. The time allowed to complete the work has been mentioned in the Tender Notice. No extension of time will be granted until and unless satisfactory written evidences are produced before the Engineer-in-charge for his special consideration. Proportionate work in proportionate time is an essential factor of the contract.

11. For samples not conforming to the specification or rejected and for test samples offered by the contractor for approval of quality, the charges

of the test specified below will be recovered from the contractor’s bill. For the test as specified below samples as are ultimately found to be not satisfactory and for all preliminary tests samples, the contractor shall also pay the incidental charges for transporting the samples from the work site to the testing laboratory at an ad-hoc rate or Rs. 25.00 (Rupees Twenty Five) only for each samples (One gunny quantity). All rejected stone metals and stone chips should be removed from the site within 03 (Three) days after obtaining permission from the Department

Signature of the Tenderer Signature of the Tender Accepting Authority

BBB aaa rrr aaa sss aaa ttt HHHiii ggghhh wwwaaa yyy DDDiii vvv iii sssiii ooo nnn NNNooo... --- III

Page 21 of 21

ADDITIONAL SPECIFICATION FOR TENDER OF THE STONE MATERIALS. In addition to the performance of the tests as laid in para 6 of special specification for initial approval of samples before the commencement of supply the following frequency for tests may be followed as per direction of the Engineer-in-charge in course of supplies to be effected. If the aggregates does not satisfy the physical requirements as laid down the Departmental Schedule the test charges will be borne by the contractor at the frequency as shows below.

Frequency for Tests Sl No. Test Waterbound Macadam Bituminous Construction

1. Aggregate Impact Value One test per 200 m3 One test per 50 m3 2. Grading of Aggregate One test per 100 m3 One test per 25 m3 3. Flakiness Index One test per 200 m3 One test per 50 m3 4. Plasticity of Binding Materials One test per 25 m3 5. Stripping Value Initially one set of 03 (Three) representative

specimens for each source of supply subsequently when warranted by changes of the quality aggregates.

(S. Basu) Executive Engineer

Barasat Highway Division No.-I P.W(Roads) Directorate

Signature of the Tenderer Signature of the Tender Accepting Authority