Barui Pur
Barui Pur
1. Separate Tenders are invited by the Executive Engineer (A-M), Howrah (A-M) Division,on behalf of
the Governor of West Bengal through e – Tendering in percentage template BOQ from Eligible,
bonafide and resourceful Agencies having sound technical and financial capability as well as fulfilling
qualification criteria in two bid system i.e Technical & Financial bid for the following group of
works as detailed in the table below. (Submission of Bid through online)
(a). Detail of works is shown below: Cost of Tender Documents
Eligibility of Contractor
Period of Completion
Estimated Amount Put to
Earnest Money
SL.
Deposit(Rs.)
Tender (Rs.)
1 Re- Excavation of WHS from Harekrishna 1730480.00 35000.00 or 2 % As per clause 120 Days Clause 8
Halders (Khoka) Pond to Gobinda Mondals of Estimated 10 of general from the
house in Baruipur block of South 24 Parganas Amount Put to terms and date of
District under Executive Engineer AM Tender (Rs.) condition of Layout
Howrah AM Division under Core-Sector bid document
Programme for the FY 2025-26
Project ID:- WI252634593S000
Duly filled in copies of Section- E ( all Annexure-I to VIII) in prescribed Proforma with proper dated signature in the
relevant spaces to be uploaded electronically (scanned signature will not be entertained). Documents in support
of theinformation furnished in Annexure I, II& Affidavit must be attached/uploaded forevaluation and the File
number & page number has to be indicated in therespective column of the Form. The lowest bidder (L1) shall
submit the Hard copy of the Technical Bid & Financial Bid in Original to the Executive Engineer (A-M) Howrah (A-
M) Division,Failure to submit the hard copy with the acceptance letter within the time period prescribed for the
purpose, may be construed as an attempt to disturb the tendering process and will be dealt with accordingly
including blacklisting of the bidder.
2. The intending bidder must read the terms and condition of the NIT carefully. He should particularly go
through the eligibility criteria required and satisfy himself of the requirements for eligibility. He should only submit
his bid if he considers himself eligible and he is in possession of all the documents required.
3. All information posted on the website consisting of NIT and related documents, Form 2911(ii), BOQ,
Corrigendum etc. and Drawings if any, shall form part of the tender document.
4. Technical Bid and Financial Bid both will be submitted online concurrently dully digitally signed in the
website https://wbtenders.gov.inas per time scheduled stated herein under. The documents submitted by the
bidders should be properly indexed.
5. The financial offer of the prospective tender will be considered only if the tender qualifies Technical Bid.
The decision of the Tender committee framed in this tender will be final and binding on all concerned and no
challenge against such decision will be entertained. The list of qualified tenders will be displayed in the website on
the schedule date and time.
6. Details Location of Schemes
Name GP
Sl Name of lat/Long Lat/Long
of Mouza JL No Plot No
No Scheme (starting)- (ending)
Block
Harekrishna Baruipur Kalyanpur
Halders 160, 908,
Chandip
(Khoka) Pond 1072, 22.345544 N / 22.347715 N /
1 ur,Malay 46,54
to Gobinda 480, 88.401042 E 88.391679 E
Mondals
pur
689,
house
7. Eligibility for participation: Registered Company / Proprietorship Firm / Partnership firms / Unemployed
Engineers Co-operative Societies are eligible to participate subject to the fulfillment of eligibility criteria
mentioned in clause 8.
A prospective bidder shall be allowed to participate in the bid as follows:
i) If the bid is made by a proprietary firm, it shall be signed/ digitally signed by the proprietor.
ii) If the bid is made by a firm in partnership, it shall be signed/digitally signed by all the partners of the firm or
by a partner holding the power of attorney for the firm for signing the bid in which case a certified copy of the
power of attorney, partnership deed shall accompany the Bid.
iii) If the bid is made by a limited company or limited corporation, it shall be signed/ digitally signed by a duly
authorized person holding the registered power of attorney for signing the bid in which case a certified copy of
power of attorney shall accompany the Bid. Such limited company or corporation may be required to furnish
satisfactory evidence of its existence such as the Article of Association and Memorandum before the contract
is awarded.
iv) Registered Unemployed Engineers Co-operative Societies are required to furnish valid Bye Law, Current
Audit Report, Valid clearance Certificate from A.R.C.S for the current financial year along with other relevant
supporting papers.
8. Eligibility criteria for participation in tender:-
(i) Credential:
(a) The prospective bidders shall have satisfactorily completed as a Sole Firm during the last 5 (Five) years
prior to the date of issue of this NIT at least one work of Similar nature of work under the authority of
State/Central Govt. State/Central Govt. undertaking/Statutory Bodies constituted under the statute of the
Central/State Government and having a magnitude more than 40 (Forty) percent of the Estimated amount
put to tender in all cases as shown in the table for each Group no of the above list of works.
OR
(b) The prospective bidders shall have satisfactorily completed as a Sole Firm during the last 5 (Five) years
prior to the date of issue of this NIT at least two works of Similar nature of work under the authority of
State/Central Govt. State/Central Govt. undertaking/Statutory Bodies constituted under the statute of the
Central/State Government and having a magnitude each of minimum value of 30 (Thirty) percent of the
Estimated amount put to tender.
OR
(c) The prospective bidders should produce credential as a Sole Firm at least one running work of Similar
nature of work which has been completed to the extent of 80% or more and value of which is not less
than value 40(Forty) percent of the Estimated amount put to tender.The work should be under under the
authority of State/Central Govt. State/Central Govt. undertaking/Statutory Bodies constituted under the
statute of the Central/State Government. In credential certificate it should state that the work is in progress
satisfactorily and also no penal action has been initiated against the executed agency i.e. tenderer.
GO-1326/WI-21/5/2021/[Computer No-416498] dated 13.09.2021 of JS(MI) WRDD must be followed
for details of eligible criteria.
N.B. :The credentials should be uploaded in the form of completion certificate from the competent authority
(not below rank of Executive Engineer) clearly mentioning name, address, contact no & email Id of the office ,
details of similar nature of Supply / works as mentioned , date of completion and executed amount against
the Supply / Work Order. In case the completion certificate issued by any office under WRIDD, details of office,
email ID and contact no. not required.
Excavation/ re excavation of Water Detention Structures with installation of inlet and outlet structures and
Supplying, testing and installation of open weave jute Geo textile or Excavation/ re excavation of Khal /
Water body/ SFMIS/Pond/Lake/WHT
N.B. The credentials should be uploaded in the form of completion certificate from the competent
authority clearly mentioning name, address, contract no. & email Id of the office, details of similar
nature of works as mentioned, date of completion and executed amount against the work Order.
(ii) Valid pan Card, Trade license, Professional Tax receipt Challan for the current year, Income tax
acknowledgement receipt (Saral) for the last year, GST registration Certificate and return to be accompanied
with the Technical Bid document. (Non-Statutory Documents)
(iii) An Intending bidder should have valid Documentary evidence(s )in support of ownership or notarized
lease holder of(a) Excavator(b) Earthmover and (c) Generator with lighting arrangement.
(iv) Credit facilities / solvency certificate from bank at least 75% of the bid value for meeting the fund requirement
of proposed contract. The available Bid Capacity at the expected time of bidding (to be calculated on the
basis of prescribed format vide Annexure-II of the prospective applicant shall not be less than the Estimated
amount put to tender of intended job. Annexure– II and Annexure-VII in this respect is to be duly
submitted.
(v) Valid pan Card, Trade license, Professional Tax receipt Challan for the current year, Income tax
acknowledgement receipt (Saral) for the last year, GST registration Certificate and return to be accompanied
with the Technical Bid document. (Non-Statutory Documents)
(vi) The partnership firm shall furnish the registered partnership deed and the company shall furnish the Article of
Association and Memorandum & Affidavit declaring that the ‘deed ’is in operation till date. Any change in
partnership deed will have to be informed to the Tender Inviting Authority through Affidavit (joint ventures will
not be allowed).(Non-Statutory Documents).
(vii)Registered Unemployed Engineers Co-operative Societies/Unemployed Labour Co-Op. Societies are required
to furnish valid Bye Laws, Current Audit report, Valid clearance Certificate from A.R.C.S. for the current
financial year along with other relevant supporting papers. (Non-Statutory Documents)
(viii) Audit Report in respect to the year ending on 31.03.2021, 31.03.2022, 31.03.2023, 31.03.2024 &
31.03.2025 certified by the competent authority of Co-Operative Society Deptt., B)Valid Registration certificate
of Society & Bye-laws thereof. C) Resolution copy of Annual General Meeting for the current year (including
taken decision regarding delegation of power to aparticular member by the rest of the membersof the society
to use the Digital Signature Certificate)are required from Registered Unemployed Engineers Co-Operative
Societies or made by Unemployed Engineers and Diploma holders/ Unemployed labour Co-
OperativeSocieties intend(s) to participate in the tender. Any discrepancy towards validity of the society (if
reported by the ARCS) is observedthe tender will be then and there rejected withoutshowing any reason and
penal action as deemed fit may be recommended to be taken against the society.(Non-Statutory
Documents).
(ix) In case of partnership Firms and Company, Tax Audit Report in 3 CD Form shall have to be furnished along
with balance sheet and profit and loss account and all schedules forming the part of Balance sheet and Profit
and Loss Account. Audit report, Balance Sheet and Profit and Loss Account including all schedules forming
the part of Balance sheet and Profit and Loss Account should be in favour of applicant. No other name along
with applicant name, in such enclosure will be entertained.(Non-Statutory Documents).
(x) 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 in a single job, all of his/ their bids will considered as
nonresponsive for that job, without assigning any reason thereof.
(xi) All documents uploaded by the Bidder,in support of his eligibility/credential for Pre-qualification to participate
in this Tender should be same and identical & with Digital signature certificate(DSC). Minor mismatch like
“M/S”, “Kr/Kumar”, Co-Op/Co-Operative” etc has to be legalized / authenticated by the Bidder by uploading
of proper Affidavit (duly Notarized) in this regard.
(xii) Annexure-I to Annexure- VIII are to be submitted properly.
9. Constructional Labour Welfare Cess @ 1(one) % of value of the works will be deducted fromevery Bill of
the selected agency. GST, Royalty & all other statutory levy/ Cess will have to beborne by the contractor &
BOQ is inclusive of all the taxes including Labour Welfare Cessand GST. GST and Labour Welfare Cess for
the instant project work has been includedseparately at the end of BOQ. Bidders shall have to quote their
rate considering all theprevailing /current tax rates.
10. No Adjustment of Price OR Price Escalation of any kind will be allowed. No Mobilisation Advance and
Secured Advance will be allowed.
11. Bids shall remain valid for a period not less than 180 days (one hundred eighty days) from the last date of
submission of Financial Bid/Sealed Bid. If the bidder withdraws the bid during the period of bid validity, the
earnest money as deposited will be forfeited forthwith without assigning any reason thereof.
1 Date of uploading of N.I.T. Documents (on Line) (Publishing Date) 04.06.2025 (18.55 Hour)
3 Documents down Load/sell end date (on Line) 26.06.2025 (13.00 Hour)
7 Bid opening date for Technical proposals (on Line) 30.06.2025 (10.00 Hour)
8 Date of uploading List for Technically Qualified Bidder (On Line) To be notified later
10 Date of uploading of List of bidders along with their rates through To be notified later
on Line.
13. There shall be no provision of Arbitration. Hence. CI. 25 of 2911 (ii) is modified vide notification
no.8182-F, Dt. 26.09.12 of Secretary to the Govt. of West Bengal.)
14. Earnest Money:-Online receipt and refund of EMD of e-procurement through State Government e-Procurement
portal. The following procedure to be adopted for deposit of EMD/ Bid Security/ Tender Fees related to e-
Procurement of the State Government departments.
EMD @2% of the Estimate Amount put to Tender will be in favour of Executive Engineer (AM) Howrah (AM) Division
payable at Kolkata.
This clause is also applicable for all categories of applicants.
A. Login by bidder:-
a) A bidder desirous of taking part in a tender invited by a State Government Office shall login the e-Procurement
portal of the Government of West Bengal https: //wbtenders.gov.in using his login ID and password.
b) He will select the tender to bid and initiate payment of pre-defined EMD / Tender Fees for that tender by
selecting from either of the following payments modes:
i)Net banking (any of the banks listed in the ICICI Bank Payment gateway) in case of payment through IClCI Bank
Payment Gateway.
ii) RTGS/NEFT in case of offline payment through bank account in any Bank.
B. Payment procedure:
i) Payment by Net Banking (any listed bank) through IClCI Bank Payment Gateway
a. On selection of net banking as the payment mode, the bidder will be directed to IClCI 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.
b. Bidder will make the payment after entering his Unique ID and password of the bank to process the transaction.
d. If the transaction is successful, the amount paid by the bidder will get credited in the respective Pooling account
of the State Government maintained with the Focal Point Branch of IClCI Bank at R.N.Mukherjee Road, Kolkata
for collection of EMD/Tender Fees.
e. If the transaction is failure, the bidder will again try for payment by going back to the first step.
ii) Payment through RTGS/NEFT:
a. 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.
b. The bidder will print the challan and use the pre-filled information to make RTGS/NEFT Payment using his Bank
account.
c. 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.
d. 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 IClCI Bank at R.N.Mukherjee Road, Kolkata for collection of
EMD/Tender Fees. e. Hereafter, the bidder will go to e-Procurement portal for submission of his bid.
f. But if the payment verification is unsuccessful, the amount will be returned to the bidder's account.
Please note: Bidder may please note that the average time taken for settlement of NEFT transaction is 2-3 hours.
Bidders are advised to make the payment at least one day in advance to the last day.
C. Refund/Settlement Process:
i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic
processing in the e-Procurement portal of the State Government, the tender inviting authority will declare the
status of the bids as successful or unsuccessful which will be made available, along with the details of the
unsuccessful bidders, to ICICI Bank by the e-Procurement portal through web services.
ii. On receipt of the information from the e-Procurement portal, the Bank will refund, through an automated
process, the EMD of the bidders disqualified at the technical evaluation to the respective bidders' bank accounts
from which they made the payment transaction. Such 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.
iii. Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of the technically
qualified bidders other than that of the L1 and L2 bidders will be refunded, through an automated process, to the
respective bidders' bank accounts from which they made the payment transaction. Such refund will take place
within T+2 Bank Working Days where T will mean the date on which information on rejection of financial bid is
uploaded to the e-Procurement portal by the tender inviting authority. However, the L2 bidder should not be
rejected till the LOI process is successful.
iv. If the 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 prospective bidder shall be allowed to participate in a particular job either in the
capacity of individual or as a partner of a firm. If found any applied severally in a single job, all his applications
will be rejected for that job, without assigning any reason thereof.
15. The Bidder, at his 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 contract
for the work as mentioned in the Notice inviting Tender before submitting the offer with full satisfaction. The cost
of visiting the site shall be at the Bidder`s own expense.
16. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of
Bids, no cost of Bidding shall be reimbursable by the Department. The Tender Committee reserves the right to
reject any or all the application for purchasing Bid documents and/or to accept or reject any or all the 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. Additional Performance Security: As per Finance Deptt. G.O No. 4608-F(Y) Dt.18/07/2018, an Additional
Performance Security shall have to be submitted at the rate of 10% of Tender Amount in the form of Bank
Guarantee from any Scheduled Bank in favour of the Tender Inviting Authority if the Tender is accepted @20%
less or more (i.e Accepted Bid Value 80% or Less of the Estimated Amt. put to tender). The Bank Guarantee
shall have to be valid upto the end of Contract period & shall be renewed accordingly, if required. If the
Accepted Agency/Bidder fails to submit the Additional Performance Security within 7(seven) days from the date
of issuance of Acceptance Letter during execution of formal agreement then his Earnest Money will be forfeited
and other necessary actions may be taken. If the Agency/Bidder fails to complete the work successfully in time,
then the Additional Performance Security shall be forfeited at any time during the pendency of the contract
period after serving a notice to the contractor. The intending tenderers have to quote and submit the rates
online only. No off-Line tender will be entertained.
18. Contractor shall have to comply with the provisions of (a) the contract Labour (Regulation Abolition) Act.1970
(b) Apprentice Act.1961 and (c) minimum wage Act. 1948 and any notification thereof or any other laws relating
thereto and rules made and order issued to this effect from time to time.
19. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in clause
no 9 and ‘Instruction to Bidders’ before bidding.
20. All intending bidders are requested to be present in the office of the Executive Engineer (A-M) Howrah (A-M)
Division,during opening of the Tender, to observe the tender opening procedure.
21. NO CONDITIONAL/INCOMPLETE TENDER will be accepted under any circumstances.
22. The Executive Engineer (A-M) Howrah (A-M) Division,i.e. the TIA reserves the right to cancel the N.I.T. due to
unavoidable circumstances and no claim in this respect will be entertained.
A Tender Evaluation Committee consisting of four members has been formed for this tenders under the
chairmanship of the Superintending Engineer (A-M), Burdwan (A-M) Circle, Purta Bhavan, Purba
Bardhaman.
23. During scrutiny if it comes to the notice to the tender committee that the credential or any other papers of any
bidder is incorrect/manufactured/fabricated, that tenderer will not be allowed to participate in the tender and that
application will be out rightly rejected without any prejudice with forfeiture of earnest money forthwith. The
tenderer may be penalized / blacklisted if he is found so.
24. In case if there is any objection regarding qualifying of the Agency in the Technical Bid that should be lodged to
the Tender Committee within 2 days from the date of publication of list of qualified Agency and beyond that time
schedule no objection will be entertained.
25. Issuance of work order as well as payment will depend on availability of fund and no claim whatsoever will be
entertained for delay in issuance of work order as well as payment. Intending bidders may consider these
criteria while quoting their rates. Mobilization advance and Secured advance shall not be allowed.
26. Before issuance of the acceptance/work order, the tender committee may verify the credential & other
documents of the lowest tenderer with the originals if found necessary. After verification if it is found that such
documents submitted by the lowest tenderer are either manufactured or false, in that case work order will not be
issued in favour of the tenderer under any circumstances and will follow the forfeiture of earnest money.
27. In case if there is any objection regarding qualifying of the Agency in the Bid that should be lodged to the Executive
Engineer (A-M), Howrah (A-M) division, 49/2 Gariahat, Kol-19 within 2 working days from the date of publication of
list of qualified Agency and beyond that time schedule no objection will be entertained. In this regard the decision
of the authority will be final and binding upon the contractor/supplier and no communication will be entertained
whatsoever.
28. Before issuance of the work order and any time within the evaluation process, the tender inviting authority may verify
the credential & all other documents in originals of any of the tenderer if found necessary. The bidder must have to
produce all the documents, whenever requisitioned for, within 48 (forty eight) hours of intimation send through either
email or phone or Letter. In the case the documents are not produced within that time or wrong /invalid address
provided for communication, that tender will be cancelled without further communication instantly. The addresses for
correspondences are therefore requested to be correctly furnished. During scrutiny, if it is come to the notice of the
tender inviting authority that the credential or any other papers of any bidders is incorrect / manufactured
/fabricated, that tender will be out rightly rejected without any prejudice with forfeiture of earnest money forthwith.
The Authority may suggest suitable punitive measures and will bring that matter to the notice to the appropriate level
and the bidder may be suspended from participating in the tenders on e-Tender platform as per the discretion of the
authority. In addition, his Earnest Money Deposit will stand forfeited to the Government.
29. Tender Inviting Authority: Executive Engineer (A-M), Howrah (A-M) division, 49/2 Gariahat, Kol-19.
Sd/-
Executive Engineer (A-M)
Howrah (Agri-Mech) Division
49/2 Gariahat, Kolkata-700019
INSTRUCTION TO BIDDERS
Instruction/Guidelines for tenders for electronic submission of the tenders online have been annexed for assisting
the contractors to participate in e-Tendering.
1. Registration of Contractor:-
Any contractor willing to take part in the process of e-Tendering will to be enrolled & registered with the
Government e-Procurement system, through logging on to https://wbtenders.gov.in. The contractor is to click
on the link for e-Tendering site as given on the web portal.
2. Digital Signature certificate (DSC):
Each contractor is required to obtain a class-III Digital Signature Certificate (DSC) for submission of tenders
from the approved service provider of the National Information`s Centre (NIC) on payment of requisite amount
details are available at the web Site stated in Clause-1 of Instruction to Bidder. DSC is given as a USB e-
Token.
3. Collection of Tender Documents:
The contractor can search & download NIT & Tender Documents electronically from computer once he logs on
to the website mentioned in Clause 1 using the Digital Signature Certificate. This is the only mode of collection
of Tender Documents.
4. Participation in more than one work:
Normally, any bona fide agency can participate in any or all the groups subject to fulfillment of required
credentials, and other statutory & non statutory documents.
5. Method of tendering:-
i) If the tender is made by an individual it shall be signed by the individual in his full name and current address
over rubber stamp.
ii) If the tender is made by a proprietary firm, it shall be signed by the proprietor in his full name of his firm with its
current address over rubber stamp. If the tender is made by a firm in partnership, it shall be signed by all the
partners of the firm in their full names and current addresses or by a partner holding the power of attorney for
signing the tender in which case a certified copy of the power of attorney/partnership deed shall accompany
the tender, all over the corresponding rubber stamp.
iii) If the tender is made by a limited company or limited corporation, it shall be signed by a duly authorized person
holding the power of attorney for signing the tender in which case a certified copy of power of attorney shall
accompany the Tender.
iv) The tenderer/contractor means the individual/groups who are able to execute the work including
themanufacturer and / or their authorized dealer/distributor/agents/stockiest as well as bonafied and well
experienced and resourceful supplier having authority to execute the works as per terms and
conditionsoftheNIT.
v) Completetenderdocumentsareto beuploadedasperthetimeschedulementionedinthee-NIT.
vi) Invitation of this tender shall under no circumstances create any right, legal or otherwise in favour ofthe
tenderer in case the tender is closed, withdrawn or cancelled before awarding the contract nor shallthe inviting
authority be liable to explain the reason of such closure, withdrawal or cancellation of thetender.
vii) Cancellation of any document such as power of attorney, partnership deed etc. should be Communicated forth
with by the tenderer in writing, failing which this department shall have no responsibility or liability for any
action taken on thestrength ofthesaid document.
viii) Any tender containing vague and indefinite expressions and conditions put forth by the tenderer and not
conforming to the tender clauses appearing in the tender shall be rejected. If any tenderer deliberately
furnishes wrong/ incorrect/ manufactured/ fabricated information or suppresses any material fact/ create false
circumstances in his tender for qualifying, the department reserves the right to reject such tender at any stage
even after the acceptance of the tender or even after awarding the work order in his favour without any
prejudice.
ix) Defective/unsigned/incompletetendershallnotbeaccepted.
x) No tender shall be considered for comparison/evaluation unless accompanied by adequate
informationonthetenderer’s qualifying criteria.
xi) If the tenderer/s expires/expire after submission of his/her/their tender or after the acceptance of his/her/their
tender, the Department shall deem such tender as cancelled unless the firm retains its character.
xii) There should not be any conflict of interest in submission of bid.
xiii) If a Tenderer or Contractor has a relative employedingazettedcapacityinanyGovernmentDepartment of West
Bengal or in the case of partnership firm or company incorporated under theIndian Company Law should a
partner or relative of the partners or share holders or the relative of ashare holders be employed in gazetted
capacity in the Government Department, the authority invitingtendersshall be informed of thefact at the
timeofsubmission ofthetender.
xiv) All witness and sureties shall be person of status and probity and their full names, occupations addresses shall
be stated below their signatures.
xv) Cancellation of any document such as power of attorney, partnership deed etc. should be communicated
forthwith by the tenderer in writing failing which this department shall have no responsibility or liability for any
action on the strength of the said document.
xvi) All signatures in the tender documents shall be dated.
xvii) The intending contractor(s) is/are requested to see the site / scope of works and tender documents
anddrawing/s (if any) etc. before submitting tender and satisfy himself regarding the conditions and
natureofworks,availabilitiesofmaterialswhicharetobesupplied/procured,facilitiesofaccessesmaterials,
transportation & storage of the same and removal of all spoils from the site and ascertaindifficulties that might
be encountered in executing work or during supply or transportation of requiredmaterials of the work and other
human requirement and security etc. of his/her/their labour force. Thequoted rates will be inclusive of all
necessary expenditure to overall incidental factors like location,condition and approachability of the site
including the factors on above stated accounts. Site of thework will be shown to the contractor by a
representative of the Government and facilities shall be provided by the Government so that the contractor can
have access to the site of work with his /her / their work related materials/ plant and machineries. If this
necessitates making approach road, temporary Culverts, Causeway etc. the same is /are to be constructed by
the contractor at his/ her/ their own cost and no extra payment or compensation thereof shall be payable to
him/them duetoof damaged road, unfavourable sitecondition etc. or on any ground.
6. Submission of Tenders:-
6.1. General process of submission:
Tenders are to be submitted through online to the website stated in above in two folders at a time for each
work, one in Technical proposal & the other is 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).
6.2.Participation in more than one work
A prospective bidder shall be allowed to participate for job as per his bid capacity as assessed in financial
statement of Annexure-II either in the capacity of individual or as a partner of a firm.Separate Credential is
needed for each group of this tenderer participating more than one tender otherwise all the tenders/bid of that
tender will be cancelled. Tender NO & Group NO should clearly and legibly be written at the top of each
Credential Documents/photocopies for which it is intended and that must be self-attested, otherwise that
document will not considered as valid document.
6.3. Technical proposal: The Technical proposal should contain scanned copies of the following further in two
covers (folders):-
1. Prequalification Application as per Section-E, Annexure-I. (To be uploaded in PREQUAL Sub Folder)
2. Tender form no. 2911(ii) & NIT with all addendum & corrigendum (download, merge in .pdf format&
upload the same Digitally Singed) Quoting rate will only encrypted in the B.O.Q under Financial Bid in
Case quoting any rate in 2911(ii) the tender liable to summarily rejected. (To be uploaded in TENDER
DOCUMENTS Sub Folder)
3. EMD as per clause no-15 as prescribed and table of clause I in the NIT, against each group of work. (To
be uploaded in TENDER FEE Sub Folder)
4. Copy of execution certificate in respect of satisfactory completion of work of prescribed value as stated in
the table of clause 1 of NIT in the form of Completion Certificate.(To be uploaded in CREDENTIALS Sub
Folder)
5. An affidavit/ declaration as per Section-E Annexure- II of satisfactory conduct, bid rigging common Interest
on the part of the tenderer in dealing with Govt. /Govt. Undertaking works. (To be uploaded in AFFIDAVIT
Sub Folder)
6. Credit facilities/ solvencycertificatefrombankatleast75%ofthebidvalueformeetingthefundrequirement of
proposed contract issued from issuing authority on or after the invitation and the available Bid Capacity at
the expected time of bidding to be calculated on the basis of prescribed format vide Annexure-II.( To be
uploaded in Financial Capability Sub Folder)
7. An Intending bidder should have valid Documentary evidence(s) i.e challan & e-waybill as applicable in
upport of ownership or notarised lease holder of (a) Excavator (b)Earthmover and (c) Generator with
lighting arrangement.( To be uploaded in MISC Sub Folder)
i) Professional Tax (PT) deposit receipt challan for the financial year 2025- 26, PAN Card, valid 15-digit Goods
and Service Tax payer Identification Number (GSTIN) under GST Act. 2017 with relevant document(s) and any
other(s) if applicable.Address proof of Offices in West Bengal with all registration for payment of taxes & duties
of the state
ii) Registration Certificate under company Act. (If any)
iii) Registration Deed for Partnership Firm, Article of Association & Memorandum (If any)
iv) Power of Attorney (For partnership Firm)/ Private Limited Company, if any)
v) Tax Audited Report in 3 CD Form along with Balance Sheet & Profit & Loss A/c for the last five years
vi) Clearance Certificate for the Current year issued by the Assistant Register of Co-Op(s) (ARCS)
vii) Bye laws are to be submitted by the Registered labour Co-Op(s)/ Engineer’s Co- Opt(s).
THE ABOVE STATED TECHNICAL DOCUMENTS SHALL BE UPLOADED on the website
http://wbtenders.gov.in INTHE 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.
Note: Failure of submission of any of the above mentioned documents (as stated in A1 & A2) will render
the tender liable to be summarily rejected for both statutory & non statutory cover.
6.3. Financial proposal:
i) The financial proposal should contain the following documents in one cover (folder) i.e. Bill of Quantities
(BOQ) the bidders must quote percentage Rate of BOQ online through computer in the space marked for
quoting rate in the BOQ.
ii) Only downloaded copies of the above documents are to be uploaded virus scanned & digitally signed by the
contractor.
ii) Cover (folder) statutory documents would be open first & if found in order and correct, then Cover (Folder) for
non-statutory documents will be opened. If there is any deficiency in the statutory & non statutory
documents the tender will summarily be rejected.
NB: While Evaluation , the Tender Evaluation Committee may summon of the tenders & seek clarification /
information or additional documents or original hard copy of any of the documents already submitted & if
there are not produced within the stipulated time frame, their proposals will be liable for rejection.
Opening and evaluation of Financial proposal:-
i) Financial proposals of tenders declared technically eligible by the Tender Evaluation Committee will be opened
electronically from the web portal on the prescribed date and time.
ii) The encrypted copies will be decrypted and the rates will be read out to the contractors remaining
present at that time.
8. Before issuance of the L.O.A/ work order, the tender inviting authority may verify the credential &
other documents of the lowest tenderer if found necessary. After verification, if it isfound that such
documents submitted by the lowest tenderer is either wrong or manufactured or fabricated or false, in
that case, L.O.A./ work order will not be issued in favour of the lowe st evaluated tenderer under any
circumstances. Penal actions as per the Rules and Regulations of the Govt. of West Bengal /e-NIT
authority would be initiated also.
9. Acceptance of Tender:
The bidder who’s Bid has been accepted will be notified by the tender committee Authority through acceptance
letter/ letter of Acceptance. The letter of Acceptance will constitute the formation of the Contract. The agreement
in W.B.F.No. 2911 (ii) will incorporate all necessary documents e.g. N.I.T. all corrigendum, special terms &
condition, specification of work, different filled up forms, B.O.Q , Drawings and the same will be constituted
between the Accepting Authority and the successful Bidder.
10. General terms & conditions:
General Terms & Conditions of the Tender are attached with this notice in Section B.
11. Special terms & conditions:
Special Terms & Conditions of the Tender are attached with this notice in Section C.
Sd/-
Executive Engineer (A-M)
Howrah (Agri-Mech) Division
49/2 Gariahat, Kolkata-700019
SECTION-B
a. Withdrawal of offers while offers are under consideration during the validity period.
b. Non acceptance of Work Orders
c. Non execution of Agreement in WBF 2911 (ii) within the stipulated time, after receiving the work
Order.
d. Any unilateral revision made by the Tenderer during the validity period of the offer.
1.2 Refund of Earnest Money deposit: See Earnest Money clause no-14 C of NIT.
2. RESPONSIVE TENDERER:
Tender fulfilling all conditions and criteria set forth and qualifying in Technical Bid as well as making submission of
Financial Bid in stipulated manners shall be considered as responsive
a) The bidders shall quote their rate (Percentage Excess (+)/ Less (-) / at par) accordingly considering that
no escalation and/ or price adjustment will be allowed by the Department there under any circumstances
and rate reflected in B.O.Q. However, The Executive Engineer (A-M), Suri (A-M) Division, Suri, Birbhum
reserves the right to reject any or all the offer if the rate arrived is not within the permissible limit without
assigning any reason whatsoever.
b) The price should be firm, final, and irrevocable and not subject to any change whatsoever even due to
increase in cost of material component, labour cost etc. and any change of statutory levies till the
completion of the contract.
The intending bidders are required to quote and submit the Rates on-line only. No off-line Tender will
beentertained and rate offered in any other form will lead to cancellation of the offer.
5. Rate validity: The rate should be valid within the bid cycle. However, the validity of rate may be extended up to
180 days after expiry of the bid validity period on acceptance by the bidder. The rate should be valid for any
location within the district mentioned in the tender.
6. EVALUATION OF TENDERS FOR ANY GROUP QALIFYINGINTECHNIALBID
All Tenders will be evaluated and compared on the basis of statutory documents and other criteria as indicated in
the tender document. Tender, which do not fulfill the conditions specified in the tender documents or do not fulfill
the requirement of the tender in any respect will be liable for rejection.
7. EVALUATION OF TENDERS FOR ANY GROUP QUALIFYING IN FINANCIAL BID
The BoQ1 will generate the LI bidder based on rate quoted by the tenderers. The Executive Engineer (A-M),
Howrah (A-M) Division, can invite open/ sealed BID after opening the financial BID,if the rate arrived is not within
the permissible limit.
8. The tender inviting authority has the right to revoke the tender evaluation process if any technical problems arises at
any stage of evaluation process mentioned in clause -6 and 7.
9. AWARD OF CONTRACT
Acceptance of tender will be communicated electronically to the successful tenderer within the tendervalidity
period from the date of opening of tender. If a tenderer withdraws his tender within the saidperiod or within the
date of issue of acceptance letter of the tender by the competent authority,whichever is earlier, without giving
justifiable reasons for such withdrawal to the satisfaction of theaccepting authority of the tender, he/she/they
shall/will render himself liable to be debarred from purchasing any tender for works under this deptt. For minimum
period of one year.
Award shall normally be made to the tenderer/s who fulfills all the terms and conditions as well as the qualifying
criteria stipulated in the tender and whose tender is determined to be the lowest evaluated responsive tender. In
the event, more than one tenderer become responsive having quoted the same lowest rate against any group/s or
work/s, the tender accepting authority reserves the right to distribute the total work in the group/s rationally
amongst those tenderer(s) quoted the same lowest rate. Consequently, the time of completion stipulated against
the group for the entire works hall be modified proportionately in case of distributed work load. A letter of
acceptance shall be issued to the lowest evaluated responsive tenderer(s).The contract shall be valid for 12
(twelve) months from the date of issue of acceptance of tender.
The Engineer-In-Charge shall check the Contractor's work and notify the Contractor of any Defects that
are found during execution of work. All related test reports shall have to be produced to Engineer – in-
charge and installation shall start after satisfaction of EIC. In case of any materials found defective/in
appropriate/seems to be degraded which is not confirming the specification, make as per the Tender
documents, will be liable for 100% (hundred percentages) replacement of the materials as per the
schedule described in tender documents or even cancellation of the order. The replacement or withdrawal
of the materials shall have to done immediately after found defective/degraded and charges of the
replacement/withdrawn to be borne by the agency. The agency/supplier who supplied such materials
intentionally and which didn’t match the specifications/tender documents/ as per schedule may be
terminated and may be debarred/blacklisted.
12. Extension of Time: Time is the essence of the contract and the tenderer shall have to put in full
endeavor to maintain thetarget schedule by arranging required tools and plants/ machineries/ equipment’s and
adequate labour force for completion of the work within the stipulated completion period. Under normal
circumstances no extension of time shall be allowed. If, however failure of the contractor to complete the work
within the stipulated dates referred to above arised from delays on the part of Government in supplying the
materials or equipment or from delays in handing over site(s) or from increase in the quantity of work to be
done under the contract or due to local social hazards, force majeure an appropriate extension of time will be
given by the competent authority for the purpose. The contractor shall request for such extension within one
month of the cause of such delay and in any case before expiry of the contract period. Before submission of
tender the contractor(s) should verify from the market about the availability of the materials required for the
purpose and in no case extension of time will be generallyconsidered on this ground, except few special cases,
the right of which is totally reserved with thetender accepting authority. No Time Extension will be granted due
to non-availability of labour, transport, additional establishment cost towards hiring of labours, tools and plants/
machineries equipments, for handling materials etc. would be entertained under any circumstances. The
tenderer should consider the above factors while quoting his/ her/ their rate(s).
13. Liquidated damages: According to clause 2 &3 of W.B.Formno.2911.
14. Time extension against the Force Majeure
Time extension may be granted against force majeure and other case on submission of a written prayer/
application to the Tender inviting authority.
15. Defaults
If the Tenderer fails to execute the work within the time specified or any granted extension period, Tender Inviting
Authority may by written notice to the Tenderer, terminate the right of the Tenderer to proceed with any or all the
remaining part of the contract.
Such breach on the part of the Tenderer will result in the forfeiture of Tenderer’s earnest money and in addition,
the Tender Inviting Authority reserves the right to procure from other agency for the unexecuted work and also to
recover any excess cost so involved from the Tenderer.
B. Payment will be made by the concerned Executive Engineers on completion of the job as per specification
and to the satisfaction of Engineer-In- Charge.
C. Constructional Labour Welfare Cess @ 1 (one) % of cost of contract ,Income Tax, GST & all other Statutory
levy/ supplier in accordance with the relevant section of the prevailing rules security deposit, Comprehensive
maintenance amount will be deducted from the bill of the selected agency.
18.
A) Penalty for suppression/distortion of facts:-
If any contractor/bidder fails to produce the original hard copies of the documents on demand by the Tender
Inviting Authority within the specified time frame or if any deviation is detected in the hard copies from the
corresponding uploaded soft copies or if is any suppression /distortion /falsification noticed/detected/pointed out at
any stage of e tender process till execution of works and if found guilty, the Tender Inviting Authority will
immediately bring the matter to the notice of the Tender Committee who may recommend suitable punitive actions
against the bidder. The contractor/bidder may be suspended from participating in all future tender on any tender
platform of WRDD on approval of the Tender Committee for a maximum period of 3 (three) years. In addition
his/her EMD will stand forfeited by the Government. Even if the falsification/distortion is found during execution of
work, the payment shall be stopped immediately and all materials shall be taken back. Payments made if any shall
have to be returned to the Government account. Besides the WRI&DD department may also take appropriate legal
actions including blacklisting of the defaulting contractor/bidder and debarring him/her from participating in any
State Govt. tender for period upto three years.
B) UDIN 15 digit number must be mentioned in any Financial statement/certificate/ Profit & Loss Statement
/ Audit Report etc. issued by concerned Chartered Accountant.
19. Bidder must have to upload list of works in hand (Work order to be attached) and also the valid documents
(Bank Account statement /FD/Loan/Bank solvency or any other valid resources) to prove the sound financial
capacity to execute the work in hand as well as present work, otherwise it may lead to the cancellation of the
candidature.
20. Previous record /past performance (in respect of participation in tender or execution of work) will be given
weightage during evaluation of tender as additional eligibility criteria.
Sd/
Executive Engineer (A-M)
Howrah (Agri-Mech) Division
49/2, Gariahat Road, Kolkata-700019
SECTION-C
1. A prospective bidder shall be allowed to participate for job as per his bid capacity as assessed in financial
statement of Annexure-II either in the capacity of individual or as a partner of a firm.
2. No claim out of typing, printing, arithmetical and/or clerical mistakes anywhere in the tender shall be
entertained.
3. No advantage shall be taken by any one of any obvious error or omission in the schedule/ tender
documents and in respect of any error or any omission or any confusion over any clause/ terms/ conditions
of the tender, against which the decision of the concerned Chief Engineer shall be final and binding.
4. The contractor must submit the address of the work shop / shed / godown where the procured materials
will be stored or where the works will be under taken. Access to work site etc. at all reasonable time should
be reserved for Engineer-in-Charge or his representative/s.
5. Immediately after taking over the site, the tenderer shall inform the Engineer-in-Charge, in writing,
sufficiently in advance about work programme relating to the sites and keep a competent and qualified
technical representative/s at site and also submit a letter of authority to the Engineer-in-Charge in favour of
the stated representative/s attesting his/her/their signature(s) in respect of receipt of any departmental
materials, signing technical records, measurements and accepting payments. Any instruction given to such
person by the Engineer-in-Charge or his representative shall be deemed to have been given to the
contractor(s). The contractor(s) shall on being asked by the Engineer-in-Charge or his representative will
have to dismissed immediately the person employed by him, who may in the opinion of Engineer-in-
Charge or his representative is found incompetent or is quality of misconduct.
6. All materials to be purchased by the contractor(s) in works shall conform to Indian Standards Specification
as published by I.S.I. from time to time & as per stipulations and terms & conditions as laid down in
Schedule. (And in the absence thereof as approved by the Engineer-in-Charge). No permit for any kind of
materials will be issued by the department.
7. The Department shall not issue normally any cement and / or steel required for work. All construction
materials like pipes, accessories, cement, sand, bricks, stone chips, and steel for reinforcement, if any,
shall have to be supplied by the contractor(s) at his/ her/ their own cost for use in work and shall be of best
quality conforming to the requirement of work and up to the full satisfaction of the Engineer-in-Charge or
his authorised representative/s. The contractor(s) shall have to arrange proper storing/stacking of
his/her/their supplied materials/spares at store(s) up to full satisfaction of the Engineer-in-Charge or his
authorized representative and contractor(s) shall have to provide access to the store(s) at all times for
checking. In case of damage or loss of any materials procured by the contractor due to any reason or theft
etc., the contractor concerned will be held responsible. 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 non-compliance of
such orders, the Engineer-in-Charge shall have the authority to cause such removal at the cost and
expense of the contractor(s) and the contractor(s)shall/will not been titled to any claim or damage on that
account. An appeal may, however, be made by the contractor against such order to the next higher
authority, where there is a ground of erroneous decision or any other rightful cause. But the order of the
Engineer -in-Charge in respect removal caused due to rejection, shall be binding upon the contractor until
revision of the order is made by the higher authority.
8. The Deptt. shall have the right to inspect any of the items during fabrication at the factory of the
manufacturer/seller or his sub-contractors including access to drawing and test results to assure that all
items to be supplied conform to the details of the specification. Where practicable, performance tests shall
be carried out at manufacturer’s plant and a test certificate should accompany with the bill together with
delivery documents. Where required by the tenderer, specified test shall be made at the destination by
seller/manufacturer or his sub-contractor in the presence of the Engineer-in-Charge or his authorized
representative. Engineer-in-Charge or his authorized representative will promptly performs his inspection,
with seller/manufacturer or his sub-contractor having the option of being present, when he has been
notified items are ready for delivery. Upon acceptance the Deptt. Authority will promptly issue a certificate
of acceptance. Contemplated by this clause due to minor deficiencies which do not materially affect the
operation of the items provided, providing seller certificates to make good the same within the warranty
period. Any special tools, apparatus or labour required for the specified performance test so fabricated
and or milled item sat destination shall be the responsibility of the Tenderer/ Contractor/ Manufacturer. If
any item fails to perform to meet the requirements of specifications, Tenderer/ Contractor/
Manufacturer shall either replace the item supplied or undertake to make all necessary alterations to meet
specification requirements within the time specified for delivery or extensions granted provided that if
neither replacement nor alteration is possible.
9. The contractor / supplier/manufacturer shall give guarantee that all supplied items are new and first quality
workmanship and have the quality as per specification and materials also have no defect in design of
manufacture and shall be in all respects suited for the purposes intended. The guarantee shall be for a
period of at least six months (unless another period is specifically stated in the specifications) from the
date of delivery by the Buyer for each unit. The equipment/ materials shall be new as per current standard
production models, manufactured and constructed in the most substantial manner using quality materials
free of defects. All materials used in the manufacture of the equipment shall conform to the relevant
standards. Design and production shall be modern superior quality so as to ensure satisfactory operation
of the equipment in the tropics under humid and dusty conditions. Component parts of similar equipment
shall be inter-chargeable with one not her. Any defect arising during the security period/guarantee period
regarding supplied item(s) will have to be rectified or the defective materials will have to be replaced by the
contractor/s at his/her/their own cost. All notice of such defect shall be given to the Contractor promptly. In
case the contractor fails to make good the defects, the Engineer-in-Charge may employ other persons to
make good such defects and all expenses consequent thereof and incidental there to shall be borne by the
contractor(s). In the event
10. The successful tenderers other than manufacturer shall have to produce the procurement voucher and test
certificates (for all cases) from the authority from which the materials are procured by him/them along with
delivery challan at the time of delivery of materials to concerned sub-divisional office.
11. Fencing required, if any for any purpose, cost there of will be the contractor’s own obligation.
12. The work shall be carried out strictly according to the tendered schedule of work, approved drawing and
specification laid down therein under the strict supervision of the Engineer-in-Charge or his authorized
representative. No extra or supplementary item of work shall be taken up nor shall any deviation from
scheduled specification or drawing be made without prior written approval of the Engineer-in-Charge. Any
deviations required due to technical grounds are to be approved duly by the Executive Engineer (A-M)
Howrah (A-M) Division,in writing. The department reserves the right to adjust the design/ schedule during
execution/ repairing/ erection/ transportation at site on the basis of requirement. In that case execution
of some of the items may not be happened as well as estimated quantity may be changed. Failure on the
part of the Contract or to comply with the above provision may render to the suspension of the contractor's
work or any other action as deemed fit. The decision of the Superintending Engineer, in this respect, shall
be final.
13. The mode of execution of all construction work and mode of measurement shall be as laid down in the
current WRDD, PWD & I& WD schedule which ever is applicable if not otherwise mentioned in this
contract.
14. While recording measurements, the MB shall be signed by the Contractor's Engineer or Supervisor, with
his License No. noted there in, as a token not only of the acceptance of measurement but also of the
execution of the work under his supervision. No bill shall be paid by an Executive Engineer unless the
Contractor or his Supervisor signs the MB as stated above. In case of delay on the part of the contractor to
sign the MB the measurement of the work shall not however be deferred. The bill may however be drawn
and the amount of the passed bill may be debited to deposit schedule and credited against the work.
15. The workmanship and finishing of the work should be of first class and upto the entire satisfaction of the
Engineer-in-Charge. The workmanship is to be given the utmost importance. Good and skilled
workmanship is an essential requirement for compliance without which the work shall be dismantled and
re-done as directed to him. This shall, however, be decided during the progress of the work or within one
month from the date of completion of the work. This, however, shall not be prejudiced to the power of
rectification of defective or rejected work in terms of Contracts in WB Form No. 2911 (ii), as re-embodied
in clauses 3, and other relevant rules made the reunder.
16. Before starting work at site; where necessary the site must be progressed after cutting, cleaning and
clearing all varieties of trees, any girth, jungles and shrubs including uprooting and removing of same and
bamboo clusters or any undesirable vegetation within the boundary or alignment by the contractor at
his/her/their own cost for which nothing will be paid extra.
17. The Contractor shall arrange for transport including Rly Wagons required for carriage of materials. The
Deptt. may however grant necessary certificates, if required, for procurement through Rly. Wagons, but in
case of failure of the Deptt. To help the contractors in this respect, no claim shall be entertained. Charges
in respect of supply of all materials, tools and plants(except those to be supplied by the Deptt.), royalty of
buildings materials (if any), electricity restoration charges and other loading and unloading, holding
charges etc. Shall have to be borne by the contractor at his/ her/ their own cost inclusive of sales tax and
all other incidental charges for the execution to complete the work or in case of supply of materials and for
carriage to the entire satisfaction of Engineer-in-Charge of the work. All risks on account of railway or road
carriage or boat carriage including loss or damage of vehicles, materials or labour will have to be borne by
the contractor.
18. After completion of the work the site will be handed over to the concerned Assistant Engineer.
19. On successful completion of work final payment will be made after deducting requisite security money as
per latest provision stated in W.B. Form No.2911 (ii).Running payment and final payment for work may be
made to the executing agency as per availability of fund. No R.A. bill will be entertained normally.
Engineer-in Charge reserves the right to accept such application under special ground for consideration, if
he thinks so.
20. Details of machineries/ Tools & Plants available with the tenderer(s) for use in the work and information
required to support his /her/their available capacity to complete the work are as (a) Excavator (b) Earth
mover (c)Generator with lighting arrangement shall have to be furnished.
21. Before application of rate, quantities of all items with materials units must be calculated with correction to 2
places of decimal when the rate is up to Rs.100.00 (Rupees One Hundred) and 3 places of decimal when
the rate is aboveRs.100.00 (Rupees One Hundred).
22. The tenderer shall submit pre-execution, during execution and post execution photographs to the
Engineer-in-Charge or to his authorized representative time to time at his/ her/ their own cost. No claim will
be entertained on this/ these account(s).
23. Work during night or on Sunday and holidays: Unless otherwise provided, none of the permanent works
shall be carried out during night, Sunday or authorized holidays without the permission in writing. However,
when work is unavoid able or necessary for the safety of life, property or works, the contractor shall take
necessary action immediately and advise the Engineer-in-Charge accordingly.
24. Contractor dying, becoming, insolvent, insane or imprisoned: n the event of the death or insanity of the
contractor the contract may be terminated by notice in writing, pasted at the site. All acceptable works shall
thereafter, be paid at appropriate rates after recovering all the contractor’s dues to Government to the
person entitled to receive and give a discharge for such payment. If the contractor is imprisoned, becomes
insolvent, compound with his creditors, has a receiving order made against him or carries on business
under a receiver for the benefit of the creditors or any of them, or being a Partnership Firm becomes
dissolved, or being a corporation goes into liquidation or commences to be would up on to being a
voluntary winding up for the purpose only of amalgamation or reconstruction to Government shall be at
liberty.
(a) to give such liquidation receiver, or other person in whom the contract may become vested the option
of carrying out the contract, or a portion there of to be determined by the Government subject to his
providing an appropriate guarantee for the performance of such contract, or
(b) to terminate the contract forthwith by notice in writing to the contractor, the liquidator, the receiver or
person in whom the contract may become vested and to take further actions in provided in the clause
“Default by Contractor” treating as if this termination is ordered under the clause.
25. The rates are inclusive of all necessary expenditures/demands to cover all incidental factors like location,
condition and approachability of the site. No extra claim on any ground of damaged road, unfavourable site
condition etc. shall be entertained.
26. No escalation of rates within the validity period of the tender shall be entertained under any circumstances.
27. No claim for any idle labour will be entertained under any circumstances.
28. The exact location of the site for execution of the works will be shown and handed over to the contractor by
the Engineer-in-charge or his representative. After completion of the work the site will be taken over by the
Assistant Engineer concerned. The site of work may be changed within the District under special
circumstances for which no extra claim will be entertained.
29. Time is the essence of the contract and the contractor shall have to put in full endeavour to
maintain the target schedule by arranging adequate labour force and timely supply of construction
materials for completion of the work within the stipulated completion period. Under normal
circumstances no extension of time shall be allowed.
30. Immediately after taking over the site, the contractor shall inform the Engineer-in-charge, about the work
programme in writing.
31. The work shall be carried out strictly according to the tendered schedule of work and specification laid
down therein. No extra or supplementary item of work shall be taken up nor shall any deviation from
scheduled specification or drawing be made without prior written approval of the Engineer-in-charge.
32. The contractor shall supply necessary labours (skilled and unskilled) as well as proper construction
equipments including tools and plants for execution of the work.
33. All provisions of labour laws including all amendments thereof shall be strictly followed by the contractor for
execution of the work under this contract.
34. Sites / Materials will be handed over to the contractor in batches depending upon the progress of work.
Sites shown to the contractor will not normally be changed, but the Engineer-in-Charge reserves
therighttochangeanypinpointedsitepriortostartingofworkwithinthedistrictunderspecialcircumstances and the
contractors shall have to undertake the work in question in the changed site for which no extra claim shall
be entertained.
35. All works shall be carried out with due regard to the convenience of occupants, users, if any and inclusive
co-operation with other contractor(s) who may be worked on the premises or in the area of work. The
arrangement and programme of work must be adjusted accordingly. In case of works within restricted or
regulated area, the rules and regulations of the authorities concerned must be strictly obeyed. The rates
given in the schedule are deemed to be inclusive of all such factors and contingencies.
36. The tenderer/s shall/will supply necessary labour (skilled and unskilled) as well as provide proper
construction/ repairing/ erection/ loading-unloading equipment including tools and plants for execution
of the work at his/her/their own costs. Engagement of local labours shall be the priority. All required
materials and tools and plants besides those to be supplied by Govt. for work, together with housing,
sanitation, procurement of food, staff, medical aid including arrangement of water for drinking purpose etc.
which are required for supplied/ engaged labour (skilled and unskilled) shall have to be arranged by the
contractor at his/her/their own cost. Cost of transport of labour(s) and all aforesaid materials/tools and
plants/equipments shall also be borne by the contractor(s). “No claim due to non-availability of labour,
additional establishment cost towards hiring of labours, tools and plants, scaffolding etc. would be
entertained under any circumstances. The contractor should consider the above factors while quoting his
rate.”
37. Arrangement of water & power for work/ drilling/ construction purpose like mixing of concrete/mortar,
soaking bricks, bats and other materials, construction of platforms and vats, erection work etc. including
cost thereof are to be borne by the contractor(s). Agencies shall have to arrange f or required land for
installation of Plant& Machineries, (specified for each awarded work, storing of material, labour shed,
laboratory etc. at their own cost and responsibility).
38. All rates quoted shall be inclusive of labour, materials and except specifically mentioned otherwise, itshall
include all charges like inland freight, insurance charges for transported items/materials, octroi, tolls, ferry
charges, local charges, income taxes, GST, royalties, excise duty, quarry fees etc. as may have to be
incurred by the contractor for getting the respective items of work executed to proper order and complete
finish. Unless specifically mentioned otherwise in the description of items itself, no extra charges will be
paid for scaffolding (including stage scaffolding), centering, shuttering, curing etc and the rates shall be
deemed to be inclusive of the same and also the cost of an helper, materials necessary for the satisfactory
completion of the work. All expenses to brought materials for use at work site and /or for transportation of
machineries and equipment’s shall be borne by the tenderer/s.
39. All cutting holes, trenches etc. at any place necessary in connection with works as per items in this
schedule and subsequent mending good damages as per original specification, as directed are included in
the rates and not to be paid extra unless otherwise specified. Dewatering, if necessary for the proper
execution of the work before or during execution will have to be done by the contractor at his/ her/ their
own cost. It will not be paid separately unless specifically ordered as a separate item of work.
40. All possible precautions to ensure safety against probable accidents during transportation and loading/
unloading as well as storing of respective items required for execution/ work including maintenance of
proper standard of scaffolding etc should be taken. The contractor(s) will remain responsible for best
protection of his/ her/ their labourers and/ or any liabilities of those labourers under the Workman
Compensation Act etc. in force. He/she/they must deal(s) with such cases as promptly as possible. All
provisions of labour laws including all amendments thereof shall be strictly followed by the tenderer/s for
execution of the work under this contract.
41. The tenderer/s will/shall have to accept the construction/ work programme including programme of
transportation of required materials fixed by the Engineer–in-Charge or his authorised representative, so
that the most vulnerable reach and/ or vulnerable items may be completed well ahead of any possible
unprecedented event like flood or rise of river level before the arrival of monsoon in normal year or as the
case may be. Any loss of work due to these or any other natural calamities or any unprecedented event
will have to be made good by the tenderer/s at his/her/their own expenses. No extra payment shall be
admissible on such accounts.
42. The tenderer/ swill/ shall fully satisfy himself/ herself/ themselves about the availability of the materials in
the market &nature of work/ land within the scope/ line and/or execution area and no claim whatsoever on
above account or due to soil condition or any other condition will be entertained.
43. The quantities of different items of works mentioned in the tender schedule or the value of work indicated
against the work are only indicative as obtained from data available at the time of preparation of
scheme/schedule. In actual work these may vary and payment will be made on the basis of works
actually done and measured in respect of different items and no claim will lie on the Government for
increase or reduction of quantities in some items or inclusion or omission of some items. Additional or
increased quantity in any item of work over tendered provisions would not be entertained as a ground or
non-completion of work. Similarly, no claim would be admissible for reduction of any quantity against a
particular item of work. The Contract shall remain unaffected by such alternation.
44. Materials obtained by dismantling Government structures or part thereof or withdrawal of pipesetc.,
if any, shall remain the property of Govt. Contractor shall sort out the stock of serviceable materials within
the premises as per direction. He shall so dispose of the unserviceable rubbish/ materials etc. as per
instruction of the Engineer-in-Charge or his authorized representative. The contractor shall remain the
custodian of such dismantled materials till the charge of the same is taken over by the Engineer-in-Charge
or his representative. Consideration for the assumption of such responsibilities shall have to be included in
the rates for the relevant items of work.
45. The rate of excavation shall include the cost of cutting and removal of bushy jungle, roots of trees
andstumpso fall trees up to 0.30 meter girth from the siteof work as directed.
46. Measurement of earth work will be taken by section measurement and/ or pit measurement irrespective of
size of embankment and cutting exclusively based on pre and post work levels as decided by the
Engineer-in-Charge. Deduction for void since sectional measurement of finished embankments will be
made as per standard rules, depending upon the date of measurement.
47. No claim for any idle labour shall be entertained under any circumstances.
48. Except the terms and conditions, any of the terms and conditions to be specifically given along with any
tender will also be binding and hold good.
49. All conditions of WBF No 2911(ii) will be obligatory part and parcel of the contract and binding on the
contractors.
50. Any additional terms and conditions of contract, if Specifically made for a particular work shall also be
applicable together with relevant clauses of General terms and conditions of this schedule.
51. EarthWork: The work consist of excavation of earth from areas fixed up by the Engineer-in-Charge to
depth as perdrawinganddepositingtheearthinlayersof150mmthicktomakethebedandbankofthewaterbody
/canal or otherwise. The borrow area shall be cleaned of vegetation growth stripping to depth of 30 cms
orso as per requirement. Any excavation carried beyond the specified line and levels shall be back filled
bythe tenderer with earth in layers at his/her/their own cost. Workable slopes shall be allowed in
excavationas approved by the Engineer-in-Charge. During the progress of work it may be necessary to
vary theslopes or change dimension of any portion of the drawing. The tenderer(s) shall/will not be allowed
forany change from his/her/their own. Any loss of earth due to wave wash, rains, flood or any other natural
calamities will have to be made good by the tenderer at his/ her/ their own expenses. No extra payment
shall be admissible on this/these accounts. The rate of excavation shall include the cost of cutting
andremoval of bushy jungle, roots of trees and stumps of all trees up to 0.30 meter girth from the site of
workas directed. Measurement of earth work will be taken by section measurement and or pit
measurementirrespective of size of embankment and cutting exclusively based on pre and post work
levels as decidedby the Engineer-in-Charge. Deduction for voids in sectional measurement of finished
embankments will be made as per standard rules, depending upon the date of measurement.
52. Site Clearance: The site including the store/ temporary store must be cleared of fall rubbish/ packing
boxes etc. accumulated during the work from time to time. After the completion of work the tenderer/s will/
shall remove all tools & plants, machineries, equipments if any etc. and dress, level & clean the ground/
premises as directed by the Engineer-in-Charge or his authorized representative. Removal of all temporary
structures, obstruction in bed/ land within the premises/ working area etc., if any, will bethe obligation of
contractor without any extra payment. The site also to be left in a clear workman likemanner. In case of
failure by the contractor/s to clear the site to the entire satisfaction of the Engineer-in-Charge or his
authorized representatives the said work will be done in the manner of choice of theEngineer-in-Charge
and the cost thereof will be recovered from the contractor’s bill/s. The work as percontract will not be
treated as complete until the site is cleared to the satisfaction of the Engineer- in-Chargeor his authorized
representative.
53. WARRANTY:The Tenderer shall warrant that the goods supplied materials used in construction under the
contract are new, unused, and most recent or current models and incorporate all recent improvement in
drawing and technical specification unless provided otherwise in the contract. The tenderer shall further
warrant that the goods supplied under this contract shall have no defect arising out of materials and
workmanship (except the allowable tolerance in drawing and technical specification of Tender Document)
or from any act of omission of the tenderer that may develop under normal use of the supplied goods in the
condition obtained in the point of final destination. The tenderer also guarantees that the goods supplied
and workmanship executed shall perform satisfactory as per drawing and technical specification as
provided in the contract.This warranty shall remain valid for nine months or a full rainy season whichever is
later from thedate of successful completion of the workas indicated in the contract, as the case may be,
except items included under maintenance, and after sales service. The tenderer further undertake the
guarantee that they will replace the defective materials free of cost if detected within the warranty period.If,
any item not included in the schedule, the payment of the same will follow observing supplementary tender
formalities.
54. The engagement of Contract labour by the Agency should comply with the provisions of various Labour
Laws including Contract Labour (Regulation & Abolition) Act,1970 and minimum wages etc. should comply
with the Notification (Memo No. 795-I.R,dated 1.09.2009) of Deptt. OfLabour, Govt. of West Bengal & ESI
Act 1948 and EPF & Misc. Fund Act 1952 if applicable. Provisions of the accidental benefits of the labours
/employees of the Tenderer are to be born solely by the tenderer. Any type of claim regarding any accident
will not be entertained.
55. If the tenderer fails to make execute the works within the time specified or any granted extended period,
tender inviting authority may by written notice to the tenderer, terminate the right of the tenderer to proceed
with any or all the remaining part of the contract. Such breach by the tenderer will result in the forfeiture of
Tenderer’s security deposit.
56. Karmashree:- Contractor should have to ensure the engagement of job card holders as unskilled workers
for execution of awarded works as per reference order no:-551-PWD-25017(12)/17/2024, dated:-
01.03.2024 or Latest.
Sd/
Executive Engineer (A-M)
Howrah (Agri-Mech) Division
49/2, Gariahat Road, Kolkata-700019
SECTION-D
TECHNICAL SPECIFICATION
CEMENT CONCRETE i) Shuttering and staging: Wherever necessary, shuttering and staging must be provided.
WORKS (PLAIN OR Unless otherwise stated, no payment will be made for such shuttering or staging and the cost
REINFORCED) thereof will be deemed to have been covered by the rate for relevant finished item of work.
Where payment for shuttering has been specified, the rate shall be deemed to cover the cost of
the necessary staging as well. Payment, if any, for shuttering will be on the basis of surface area
of shuttering in actual contact with concrete.
ii) Shuttering may be of approved dressed timber true to line not less than 2.5 cm. thick.,
Surface to be in contact with concrete are to be planed smooth except where otherwise stated.
As an alternative, sufficiently rigid steel shuttering may be used for which same rate of timber
shuttering shall be allowed. In every case, joints of the shuttering are to be such as to prevent
the loss of liquid from the concrete. In timber shuttering the joints shall therefore be either
tongued or grooved or the joints must be perfectly closed and lined with craft paper or other
types of approved materials. In case of steel shuttering also, the joints are to be similarly lined.
All shuttering and framing must adequately be stayed and braced to the satisfaction of
the Engineer-in-charge for properly supporting the concrete during the period of hardening. It
shall be so constructed that it may be removed without shock or vibration to the concrete.
iii) Before the concrete is placed, the shuttering shall, if considered necessary, be coated
with an approved preparation for preventing the adhesion of the concrete of the finished
concrete is not stained. Care shall also be taken that such approved preparation shall be kept
out of contact with reinforcement.
In no circumstances, shall forms be struck until the concrete reaches strength of at least
twice the stress of which the concrete may be subjected at the time of striking.
Interior of all mould and boxes must be thoroughly washed out with a hose pipe or
otherwise so as to be perfectly cleaned and free from all extraneous matter previous to the
deposition of concrete.
All form-work shall be removed without shock or vibration. Before the form work is
stripped, the concrete surface shall be exposed where necessary in order to ascertain that the
concrete has hardened sufficiently. In normal weather and with ordinary cement vertical or side
shuttering may be removed after three days and the bottom shuttering of horizontal members
after fourteen days in case of slabs and twenty-one days in case of beam and cantilevers etc.
from the date of placing the last portion of the concrete in the structure. The above period are
the minimum and may be extended if found necessary. Before stripping the shuttering of
structural members, the contractor shall take previous permission of the Engineer-in-charge or
his representative.
iv) Scaffolding: The scaffolding must be strong and rigid stiffened with necessary cross
bracers and always decked and boarded on the sills with close boarded veiling and swings to
prevent any injury to persons or materials. The contractor shall have to allow other traders to
make reasonable use of his scaffolding as and when directed by the Engineer-in-Charge.
If for the interest of the work contractors have to erect scaffolding in other‘s properties including
local bodies or corporation, the arrangement for the same including the cost of licensing fees
etc. shall have to be borne by the contractor and the department should be kept free from any
liability on this account.
v) Mixing, placing and compacting: The proportion specified is by volume in dry rodded
condition of the different constituents.
Boxes of suitable sizes shall be used for measuring sand and aggregate. The unit of
measurement for cement shall be bag of cement weighing 50 Kg. and this shall be taken as
0.035 cubic meter while measuring the aggregate, shaking, ramming or hammering shall not be
done. The proportioning of sand shall be on the basis of its dry volume and in case of damp
sand allowances for bulkage be made. The aggregate in each batch of concrete are to be
proportioned as to contain full bags of cement.
Normally all structural concrete shall be mixed in mixture machine in appropriate proportion,
shall have to be vibrated with suitable vibrator. Mixing shall be continued until there is uniform
distribution of the materials and the mass is uniform in color and consistency, but in no case
mixing shall be be done for less than two minutes. For a particular job the Engineer-in- Charge
may allow hand mixing and or hand tapping of concrete In case of hand mixing concrete, extra
cement up to 10% over the standard requirement of cement for machine mix of particular mix
shall have to be provided by the contractor at his own cost.
As the bulking of sand may vary from day to day and at different parts of the day on account of
varying moisture content, frequent tests for bulking shall be carried out with the sand to be used
and amount of bulking allowed for in the field mix so as to keep the actual proportion constant
throughout. Only such quantities as are required for immediate use are to be mixed at any one
time. Sufficient water is to be added to obtain proper workability so that the mixture may flow
readily round the reinforcement and into every part of the moulds. The workability shall be
measured by the amount of slump.
The quantity of water to be used for each mix of 50 kg. Cement to give the required
consistency shall not be more than 32 litres for 1:2:4 mix, 30 liters for 1:11/2:3 mix and 27 liters
for 1:1:2 mix. In the case of vibrated concrete, the limit specified may be suitably reduced to
avoid segregation.
iv)Protection and curing: The contractor shall adequately protect freshly laid concrete, about 1 to
2 hours after its laying, from too rapid drying due to sunshine, drying winds etc. and also from
running of surface water and shocks. After 24 hours of laying of concrete, the surface shall be
cured by flooding with water of minimum 25 mm depth or by covering with wet absorbent
materials. The curing shall be done for a minimum period of 10 days. Over foundation concrete
masonry work may be started after 48 hours, but curing shall be continued for 10 days.
The proposed foundation area for the concrete structure shall be cleaned of all growths and
stripped to designed level/ hard surface. The suitability of foundation be in confirmation with
approved drawing, water loss test of the sub soil and the safe bearing capacity of the soil shall
be tested for laying the concrete. Green cutting of concrete by air –water jet and suitable
measures for bonding of concrete between two faces and adjacent layers shall be done properly
as directed.
For works involving substantial quantities of concrete, design mix concrete shall be used for
concrete of grade M10, M15, M20 etc. and proportioning of concrete mix ingredients will be by
weight. The class or grade of concrete to be used shall be as shown on the table.
M-7.5 75 1:4:8
No reinforced concrete shall be of grade less than M-20, in respect of concrete work. Concrete
mix ingredients shall be mixed in a mechanical mixer. In exceptional cases when the quantity is
very small, the Engineer-in –charge may allow hand mixing of concrete to a limited quantity.
Exposed surface of concrete shall be kept continuously in a damp or wet condition by covering
the same with sacs, canvas, hessian or similar material for a period of 28 days.
Table for nominal cover to meet durability requirements
Mild 20
Moderate 30
Severe 45
BRICK All bricks shall be of approved quality of standard specifications, made of good brick earth,
uniform deep red, cherry or copper colour, thoroughly burnt in kiln (machine made) without
being vitrified, regular in shape and size, sound, hard, homogeneous in texture, true to
shape and of standard dimension and shall be free from cracks, chips flaws, stones or
humps of any kind and shall not show appreciable signs of efflorescence either dry or
subsequent to soaking in water. The size of bricks shall be 9¾ '’ × 4¾ '’ × 2¾ '’
(conventional), 190 × 90 × 90 mm (modular). The Bricks shall emit a clear ringing sound on
being struck and have minimum crushing strength of 105 kg./sq.cm. All the bricks which
absorb water more than 20% of their own dry weight after 24 hours immersion in cold water
shall be rejected.
COARSE AGGREGATE Stone chips of stone ballast for cement concrete work (plain or reinforced shall be hard, of
uniform and fine texture, free from faults or plane of weakness and free from weathered
faces. The ballast or chip must be free from, loamy clay or any surface coating free from
organic matter or other impurities and screened free of dust. Stone of black and hard
variety as is generally available from quarries in Pakur areas will be normally used. Stone
aggregates from other sources may also be used provided the same is found suitable in
the opinion of the Engineer-in-charge. The ballasts or chips shall be obtained by breaking
from large blocks and must be more or less cubical in shape. Stone chips and Ballast
should be graded in a way to give maximum density (i.e. minimum void.).
All course aggregate for concrete work must be well graded. These shall be screened for
removal of dust and if so necessary in the opinion of the Engineer-in-Charge shall be
washed at the cost and expense of the contractor
SAND All sand shall be clean, sharp and free from clay loam organic or any other foreign matter
and shall be obtained from approved sources. The contractor shall get the samples of sand
to be used in different kinds of work approved by the Engineer-in-charge before using the
same in work. Sand which in the opinion of the Engineer-in-charge or his representative, is
dirty, must be washed to his satisfaction at the cost and expense of the Contractor.
(i) Sand for all cement concrete works should be coarse (heavier). The sand shall pass
through a mess of 5 mm. Square measured clear. Sand shall not be used for concrete
work if it contains more than 10 per cent of fine grains passing a 76 mesh sieve as used for
cement test nor should the fineness modulus be less than 2:00 unless specific permission
is obtained from Engineer-in-charge.
(ii) Medium coarse sand should be used for cement mortar for masonry,plaster etc.
(iii) Fine sand should be used for building plinth-filling and the like.
iv) In Malda District only BANSLOI sand should be used in all types of cement works.
In Nadia and Murshidabad Districts, coarse sand from SAINTHIA only should used in
structural concrete works.
CEMENT All cement used at site should conform to ISS 455 latest version. No cement except those
approved by Engineer-in-Charge shall be used in work or brought to site by contractor.
Cement bags must be stored in a water-tight shed having wooden floor or platforms raised
at least 50 mm. from ground as approved by the Engineer-in-Charge. Cement which is
partially set or which is lumpy or caked is to be treated as damaged and shall be removed
from the site immediately.
STEEL The minimum grade of the steel to be used at site should be Fe 415. All steel shall be free
from oil and loose rust. Any scale or loose rust shall be removed. Tor Steel Rods of
various dias : and categories for reinforced concrete works etc. may be issued. The
contractor must accept the actual weight as calculated on tolerance allowed for rolling or
on theoretical weight on running metre basis allowed for a particular section of the bar as
the case may be depending on the issue rate fixed. All straightening of rods and final
straightening of coils already straightened initially must be included in the rate for
reinforcement. The contractor will procure steel of tested quality and test certificate to that
effect must be furnished to the Engineer-in-charge for approval before execution of any
work.
Binding wires shall be soft annealed steel of 16 swg and the minimum values for the
nominal cover of normal weight aggregate concrete should be provided to all
reinforcement, including links depending on the condition of exposure.
EXCAVATIONS OF i) Foundation when excavated to the level shown in the drawing will be shown to the
FOUNDATION AND Engineer-in-Charge and if on account of bad ground or for any reason whatsoever he
FILLING UP decides to go deeper with the foundation, the contractor shall excavate further to the
TRENCHES: depths required by the Engineer-in-Charge. In no case shall the foundation soling or
concrete be laid prior to receiving orders to that effect from the Engineer-in-Charge or his
authorized representative.
ii)Excavation shall include throwing the excavated earth at least one meter or half the depth
of excavation, whichever is more, clear of the edge. Excavation, in all sorts of soil shall
include removing, spreading or stacking the spoils within a lead of 75 m., necessary
trimming the sides of trenches, leveling, dressing and ramming the bottom, bailing out
water as required.
iii) The excavated areas around the foundation of structures are to be filled up properly to
the required levels with earth obtained from excavation or other materials as directed, well
rammed with water and consolidated in layers not exceeding 150 mm. at a time. The
quantity for this item of work will be measured on the basis of quantity of excavation paid
for less the volume occupied by the structure in foundation.
SAND FILLING The sub grade shall be leveled to profile and rammed before sand filling in foundation or
plinth by silver sand in layers. The area shall first be saturated with water. Then sand, free
of all impurities shall be spread in 150mm layers uniformly, watered and rammed.
BRICK FLAT SOLING Single brick flat soling of picked jhama bricks are to be rammed after dressing bed to
proper level and joints are to be filled with powdered earth or local sand.
BRICK WORK Cement mortar shall be prepared by mixing sand and cement in specified proportion. Sand
shall be measured on the basis of its dry volume. In case of damp sand, its quantity shall
be increased suitably to allow for bulkage. Only such quantity of mortar shall be prepared
at a time as could be completely used up in masonry within 30 minutes of mixing. Mortar
that remains unused for longer period than 30 minutes or becomes stiff or set shall not be
used. It shall be rejected and wasted.
Brick shall be laid in English bond. The brick shall be laid by layering method. A layer of
mortar shall be spread on full width for suitable length of the lower course. Each brick shall
first be laid so as to project over the one below, suitably pressed to embed the brick and fill
its inside face fully with mortar. The thickness of joints shall not exceed 10mm and all joints
are full of mortar. The face joints shall be racked to a minimum depth of 15mm so as to
provide proper key for plaster.
The walls shall be taken up true to plumb with plumb bob. The thickness of each brick
course shall be kept uniform and all courses shall be laid truly horizontal and all vertical
joints shall be truly vertical. Faces of walls found not in plumb shall be dismantled.
All connected brickwork shall be carried on nearly at one level and no portion of the work
shall be left more than 1 metre below the rest of the work. Where this is not possible, the
work shall be racked according to bond at an angle not steeper than 45°.The face of
brickwork shall be cleaned the very day that brickwork is laid daily and all mortar droppings
removed.
Green work shall be protected from rain by suitable covering. The brickwork shall be kept
wet for a period of at least 7 days. The top of masonry work shall be left flooded at the
close of the day.
Scaffolding shall be sound and strong and holes left in masonry work for supporting the
scaffolding shall be filled and made good, before plastering.
Curing of masonry wall shall commence after 4 to 8 hours of construction (depending upon
weather condition) and water sprayed gently. All exposed surface of masonry shall be kept
moist for a period of 14 days.
PLASTERING AND The surface shall be moistened sufficiently. Plaster of specified grade shall be applied to
NEAT CEMENTING. the surface from top and worked down. The mortar shall be stiff enough to cling to the
surface and hold when laid. At the end of the day, the plaster shall be kept in a clean
horizontal or vertical line. The fresh plaster shall be adequately protected about 1 to 2
hours from too rapid drying due to sunshine, dying wind etc. and also from rains. After 24
hours of plastering, the surface shall be cured.
When recommencing the work on the next day, the edges of old plaster shall be scrapped
clean and wetted and treated with cement slurry before the new plaster is laid adjacent.
Water curing of plastering shall be done uninterruptedly for 14 days. Any cracks which
appear on the surface and all such portions which sound hollow when tapped or found soft
or otherwise defective shall be cut in rectangular shape and redone. Required rounding off
or chamfering corners and raking out joints, including throating, nosing and drip course,
scaffolding/staging are to be done as required.
Neat cement punning in wall, dado, window, sills, floor, drain etc. should be 1.5 mm. thick.
SIGN BOARD Sign board should be made 3 mm thick MS plate of size 300 mm × 600 mm and fitted and
fixed on 50 mm GI Pipe of IS 1239/90 (part-1) including cutting, welding and writing on both
sides of Sign board. Base – Yellow and word Black. Both bottom end of the stands pipe
will be grouted in M-15 CC(1:2:4) on a single brick flat soiling for identifying the exact
location of MIDI / MINI RLI scheme (one at road side and other at site). Tentative nos. of
painting block letters or digits in
Section-E
Annexure-I
PRE-QUALIFICATION APPLICATION
To
The Executive Engineer (A-M),
Howrah (A-M) Division
Ref:- Tender for
________________________________________________________________________________
______________________________________________ (Name of work)____________________
_______________________________________________________________________________
N.I.T.No. :-……………..…………………… of 2025-26 of the Executive Engineer, Howrah (A-M) Division,
Dear Sir,
Having examined the Statutory, Non statutory and NIT 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 tender.
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) I/ We have carefully read and understand all the clauses/terms and conditions of this tender and
they are accepted by me/us.
(b) Tender Inviting and Accepting Authority/Engineer-in-Charge can amend the scope and value of the
contract bid under this project.
(c) Tender Inviting and Accepting Authority/Engineer-in-Charge reserves the right to reject any tender
without assigning any reason thereof.
Enclo :- e-Filling:-
Statutory Documents:
Date:-
Registered Mobile no and email id of the applicant with e-Tender Portal (compulsive):
Mobile No.
Email id.
Annexure– II
FINANCIAL STATEMENT
Name of applicant:-___________________________
I. Information of audited financial statements for the last year to demonstrate the current soundness of the
bidder’s financial position:
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.
2. Bidders, who meet the minimum qualification criteria, will be qualified only if their available bid capacity at the
expected time of bidding is more than the total estimated cost of the works. The available bid capacity will be
calculated as under:
Assessed Available Bid capacity= (AxNx2 –B)=_____________________________
where, A= Maximum value of engineering works in respect of projects executed in any one year during the last five
years (updated to the price level of the year indicated in table below under note) taking into account the completed
as well as works in progress. The projects include turnkey project/item rate contract / Construction works.
N= Number of years (i.e, ------ year) prescribed for completion of the works for which bids are invited.
[Please refer table for list of scheme at page 1]
B= Financial liability of the bidder to be incurred for existing commitments and ongoing works during the period of
the subject contract.
To calculate the value of “A”
i) A table containing value of Engineering works in respect to projects (Turnkey projects/item rate contract
/Construction works) undertaken by the Bidder during the last 5 years is as follows:
Serial Financial Year Value of Engineering works Updation Value updated to the price
No undertaken w.r.t. projects ( factor. level of the year
Rs in Crore)
(1) (2) (3) (4) (5)= Col 3 X Col 4
ii) Maximum value of projects that have been undertaken during the F.Y----------- out of the last five years and value
thereof is Rs ---------- Crore (Rupees ---------------------).
……………………....
……………………....
1 2 3 4 5 6 7 8 9
………………..………………………….
………………………(Name of the
Applicant)
Note:
1. All the documents to be submitted in support of above must be duly signed and sealed by the applicant/ bidder
and authenticated by Statutory Auditor’s Firm.
2. Certificate issued below the rank of Executive Engineer will not be accepted.
3. Financial Year 2024-2025 will be considered as year – 1.
To
The Executive Engineer (A-M)
Howrah (A-M) Division
49/2, Gariahat Road, Kol-19
We M/S , _______________________________________________________(Address)
2. That I/we shall be responsible if any falsification is found in this statement and all attached
annexure during course of the supply by us, related to this Tender and the Authority will have the
right to withdraw the supply Order of the said materials and cancel the agreements
3. That I/we shall intimate immediately if we are Barred/ Delisted/Black Listed within the period of
supply of the said materials and the Authority will have the right to withdraw the supply order and
cancel the Agreements.
5. In response to the above referred Tender No. for supply of above materials with all requisite
equipment as per technical specifications, I/We as a Proprietor/Director/Partner of
……………………………………(name of the bidder) hereinafter called ‘the Bidder’ do hereby
affirm that I/We shall refrain from any form of Bid-Rigging as per provisions of the Competition
Act, 2002 and shall be liable to pay penalties as mandated by laws, in case of such eventuality
apart from such other actions as may be mandated.
Authorized Signatory
Annexure-IV
(To be made in latter head))
Declaration for Quality Control Certificate
We M/S , _______________________________________________________(Address)
Do hereby submit undertakings
1. That We/M/S ,_______________________________ (Address)Certify that the quality as per BIS Codal standards and
quantity as per the design and estimate related to the work will be maintained while executing the present work.
__________________
Authorised Signatory
Annexure-V
We M/S , _______________________________________________________(Address)
Do hereby submit undertakings
1. That We/M/S ,_______________________________ (Address) shall follow the latest Govt. order regarding Karmashree
Scheme and submit the list of job card holder to the concerned authority as per latest guideline of Govt. order.
2. That we shall collectdifferent photographs with GPS mode during execution of workas per guide line of Engineer in charge
and submit it to the authoritytime to time.
__________________
Authorised Signatory
Name of work: -
Sl. No. Name of Card Holder Job Card No. Full Address Period of Work Total Wages
From To Paid
1
2
3
4
5
6
N.B. :- This proforma will be submitted by the engaged agency ( In his Company’s letter head) time to time during
the execution of work to the concern authority.
Annexure-VI
(To be made in latter head)
(EMD & Credential)
Bidders are requested to provide the details of Earnest Money and Credential to be uploaded with tender
in following format:-
Sl Group no Transaction ID of online Amount of EMD Value of Credential Average Annual Turn
No EMD uploaded over of last 5 years
This is to certify that ……………………………………………… (Name of Agency) is a reputed company with a good financial
standing.
Contact No of BM………………………
Email ID of Branch:……………………
Annexure-VIII
Bank Account Information for online payment
Beneficiary Name
IFSC Code
MICR No
Account Type
Beneficiary Type C
Group NA
PAN NO.
Mobile No.
GPF No.
Aadhar No.
Address
E-mail ID
N.B. This form to be filled-up very carefully by the Beneficiary i.e. the Tenderer
Tender Reference No: WBWRDD/EE(AM)/HWH/eNIT-06/25-26
SECTION-F
Related Drawing