Tendernotice 2
Tendernotice 2
Tendernotice 2
1) A. The Executive Engineer, WBSIDC LTD, invites e-tender for the work detailed in the table below
which are to be executed through Engineering Division of WBSIDC Ltd.:-
Sl. Name of the work Estimated Earnest Price of Period Defect Eligibility
No Amount Money Technical of Liability of
( Without (Rs.) & Financial Completion Period Contractor
Taxes) Bid for the
(Rs.) Documents purpose
and others of
Annexure Clause-
with GST. 17 of the
Conditio
ns of
Contract
(1) (2) (3) (4) (5) (6) (7) (8)
1. Development of Civil 30525741.00 610515.00 11800.00 365 ( Three 5 (Five) Resourceful
Infrastructures of Hundred years Outside
proposed Singur Agro and Sixty Contractor
Industrial Park, Hoogly. Five) days (Eligibility
- - New Boundary Wall Criteria as
per Sl. No 3
including repairing,
Mentioned
Gate with Guard below)
Room, Admin Office,
Sanitary and
Plumbing, Pump
Room, Tube Well,
Water Supply System
and Storm Water
Drain, Road work etc.
(4th Call)
Note: In the event of e-filing intending bidder may download the tender document from the website,
https://etender.wb.nic.in directly by the help of Digital Signature Certificate & necessary Earnest Money &
cost of Tender Documents.
Necessary Earnest Money will be deposited by the bidder electronically: online through his net banking
enabled bank account, maintained at any bank or offline through any bank by generating NEFT/RTGS Challan
from the e-tendering portal. Intending Bidder will get the Beneficiary details from e-tender portal with the
help of Digital Signature Certificate and may transfer the EMD from their respective bank as per the
Beneficiary Name and Account No., Amount, Beneficiary Bank Name (ICICI ) and IFSC Code and also e-
procurement Ref. No.
2. Payment procedure:
A. Payment by Net Banking (any listed bank) through ICICI Bank Payment Gateway:
i. On selection of net banking as the payment mode, the bidder will be directed to ICICI Bank
Payment Gateway;
ii. Bidder will make the payment after entering his Unique ID and password of the bank to process the
transaction.
iii. Bidder will receive a confirmation message regarding success/failure of the transaction.
iv. If the transaction is successful, the amount paid by the bidder will get credited in the respective
Pooling account of the State Government/PSU/Autonomous Body/local Body/PRIs, etc. maintained
with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of
EMD/Tender Fees.,
v. If the transaction is failure, the bidder will again try for payment by going back to the first step.
i. 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.
ii. The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment using
his Bank account.
iii. Once payment is made, the bidder will come back to the e-Procurement portal after expire of a
reasonable time to enable the NEFT/RTGS process to complete, in order to verify the payment made
and continue the bidding process.
iv. If verification is successful, the fund will get credited to the respective Pooling account of the State
Government/PSU/Autonomous Body/Local Body/RIs etc maintained with the Focal Point Branch of
ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees.
v. Hereafter, the bidder will go to e-Procurement portal for submission of his bid.
vi. But if the payment verification is unsuccessful, the amount will be returned to the bidder’s account.
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 bidder, 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 of 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 bidder’s 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 bidders uploaded to the
e-Procurement portal by the tender inviting authority.
v. As soon as the L1 bidder is awarded the contract (AOC) and the same is processed electronically in the
e-Procurement portal –
a) EMD of the L1 bidder will automatically get transferred from the pooling account to the account
of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION
LTD. along with the bank particulars of the L1 bidder.
b) EMD of the L1 bidder for tenders of the State PSUs/Autonomous Bodies/Local Bodies/ PRls, etc
will automatically get transferred from the pooling account to their respective linked bank
accounts along with the bank particulars of the L1 bidder. In both the above cases, such transfer
will take place within T+1 Bank Working Days where T will mean the date on which the Award
of Contract (AOC) is issued.
vi. Once the EMD of the L1 bidder is transferred in the manner mentioned above, Tender fees, if any,
deposited by the bidders will be transferred electronically from the pooling account to the account of
THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD.
vii. All refunds will be made mandatorily to the Bank A/C from which the payments of EMD & Tender
Fees (if any) were initiated.
i. The prospective bidders shall have satisfactorily completed as a prime agency during the last 5 (Five) years
prior to the date of issue of this Notice at least one work of similar nature under the authority of State/Central
Gov., State/Central Gov. undertaking /Statutory Bodies constituted under the statute of the Central / State
Government and having a magnitude of 20 % (Twenty Percent) in one job in case of work of Sl.1 of the
Estimated Amount put to tender. [Non Statutory Documents]
a. N.B.:- Completion certificate should contain a) Name of work, (b) Name & address of Client, (c) Amount
put to tender, (d) Date of commencement of work (e) Date of completion of work.
b. An undertaking should be given stating thereby that the Firm has not been debarred or penalized for any reasons
out of work by any Government Department.
c. The Bidder shall have to submit the scan copy of following information duly attested in non statutory cover
(please refer Form-IV). The hard copy of the document shall have also to be submitted physically to the office of
Executive Engineer, WBSIDC Ltd. Shilpa Bhavan, (4th Floor) 31, Black Burn Lane Kol-12 under sealed covered
as an when desired by the authority.
i) Name, ii) Permanent Address and Address for communication, iii) Contact Mobile no, iv) email ID
e. The prospective bidders shall have in their full time engagement experienced technical personnel, the minimum
being one Civil Engineering Degree holder for works more than Rs. 50,00,000/-. One Civil Engineering
Diploma holder for works less than Rs 50,00,000/- and more than Rs 1,00,000/- at their payroll. (Authenticated
documents in respect of qualification and engagement shall be furnished for Technical-Evaluation). [Non
Statutory Documents]
f. Pan Card, Professional Tax receipts Challan for the year 2021-22, Current GSTIN registration Certificate along
with current GST payment receipt to be accompanied with the Technical Bid document. Income Tax (Saral)
Acknowledgement Receipt for assessment year (2021-2022) to be submitted. [Non Statutory Documents]
g. The Working Capital shall not be less than 15 (Fifteen) percent of the amount put to tender out of which
minimum 10% shall be of applicant’s own resource.
h. The prospective bidders or any of their constituent partner shall neither have abandoned any work nor any of
their contract have been rescinded during the last 5 (five) years. Such abandonment or rescission will be
considered as disqualification towards eligibility. (A declaration in this respect through affidavit has to be
furnished by the prospective bidders without which the Technical Bid shall be treated non- responsive).
i. The available Bid capacity (to be calculated on the basis of prescribed format) of the prospective applicant shall
not be less than the estimated amount put to tender.
j. The prospective bidders should be owned (Details as mentioned in Sl. No.) the required plant and machineries of
prescribed specifications as shown in format. Conclusive proof of ownership (Tax invoice, Way Bill, Delivery
Challan, incorporation in the Balance Sheet as fixed asset) for each plant and machineries in working condition
shall have to be submitted. Present location of installation of main Plant and machineries as mentioned in
specified format has also to be disclosed. Present status / location of all the Plant and Machineries are needed to
be provided. If the same is already engaged in the other works, then name of client along with his contact
number should be furnished in the declaration by the intended tenderer countersigned by the client with tentative
date of release of such Plant and Machineries where the same are presently engaged. If necessary, authority/
screening committee may inspect Plant and Machineries physically or call for the original documents as proof of
Ownership of the same. Plant & Machineries should be owned by the Applicant. [Non Statutory Documents],
For Road works only.
k. The Bidder must have valid Electrical Contractors License with Electrical Supervisor holding Supervisor
competency on the parts 1,2,4 5,6(a), 6(b),7(a),7(b),9,11&12 as per I.E. Rules. For electrical work (will be
applicable only in case of Electrical Work)
l. In case of Proprietorship, Partnership Firms and The Company Tax Audit Report in 3CD Form are to be
furnished along with the balance sheet and profit and loss account, and all the schedules forming the part of
Balance Sheet and Profit & Loss Account in favour of applicant. No other name along with applicant name, in
such enclosure will be entertained. (Non-Statutory documents).
m. Registered Partnership Deed (for Partnership Firm only) along with Power of Attorney to be submitted along
with application. (Non-Statutory documents).
n. Declaration regarding Structure and Organization duly signed by the applicant to be submitted along with
application.
o. A prospective outside bidder participating in a single job either individually or as partner of a firm or in Joint
Venture shall not be allowed to participate in the same job in any other form.
p. A prospective outside bidder shall be allowed to participate in a single job either in the capacity of individual or
as a partner of a firm or in Joint Venture. If found to have applied severally in a single job, all his applications
will be rejected for that job.
q. Where there is a discrepancy between the unit rate & the line item total resulting from multiplying the unit rate
by the quantity, the unit rate quoted shall govern. Where there is a discrepancy between the rate in figures &
words the rate in words will govern.
r. Prevailing safety norms has to be followed so that LTI (Loss of time due to injury) is zero.
s. Registered Unemployed Engineers’ Co-operative Societies/ Unemployed Labour Co.-Op. Societies are required
to furnish valid Bye Law, Current Audit Report, Valid Clearance Certificate from A.R.C.S. for the year 2012
along with other relevant supporting papers. [Non Statutory Documents]
4. The prospective Bidder shall establish field testing laboratory equipped with requisite instruments and technical
staff according to the requirements of works to be executed.
5. The Bid should be submitted in two parts in two separate sealed covers digitally super scribing “TECHNICAL BID”
and “FINANCIAL BID”. FINANCIAL bid of only those bidders shall be opened who are technically qualified on
evaluation according to the predefined qualification criteria as mentioned in this N.I.E.T. by the‘Tender
Committee’, formed for the purpose. The decision of the ‘Tender Committee’ will be final and absolute in this
respect. The list of Qualified Bidders will be displayed in the Notice Board of this office on the scheduled date and
time as mentioned NIT.
6. Issuance of work order as well as payment will depend on availability of fund and no claim whatsoever will be
entertained for delay of Issuance of work order as well as payment, if any. Intending tenderers may consider these
criteria quoting their rates.
7. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the
selected agency, Vat, Royalty & all other Statutory levy/ Cess will have to be borne by the contractor as per rule.
8. Adjustment of Price( increase or decrease) :- No escalation of cost will be allowed even in extension period of
time, granted by WBSIDC.
9. Arbitration will be allowed, as per arbitration clause in terms of Clause-25 of the said Tender Form No. 1. So
Clause -25 will stand valid only for the work above 100.00 (One Hundred) Lakh while executing contract
agreement. There shall be no provision of Arbitration of contract up to Rs.100.00 (Rupees one hundred) lakh.
Hence Clause-25 of the said Tender Form No. 1 is omitted.
12. Statutory addition / and or deduction will be made for all other taxes from the progressive bills whether Running
Accounts or final Bills as the case may be as per Govt. Rules and Regulation.
13. Agencies shall have to arrange land for creation of Plant & Machineries, storing of materials, labour shed,
laboratory etc. at their own cost and responsibility and also to be submitted the definite work programme within
07(Seven) days to complete the same within stipulated period as mentioned in the NIET from the stipulated date of
commencement of work in all respect.
14. Bids shall remain valid for a period not less than 180 (One Hundred and Eighty) days after the dead line date for
Financial Bid/ Sealed Bid submission. Bid valid for a shorter period shall be rejected by the ‘Tender Committee’ as
non-responsive.
15. All materials including bitumen(of All Grade), bitumen emulsion, cement, steel shall be of approved brand in
accordance with relevant code of practice and manufacture accordingly and shall be procured and supplied by the
agency at their own cost. Authenticated evidence for purchase of bitumen, bitumen emulsion, cement and steel are
to be submitted along with challan and test certificate. If required by the Engineer-in-Charge, further testing from
any Government approved Testing Laboratory shall have to be conducted by the agency at their own cost.
2. Start Date of sale /download of Tender Documents (online) 02/08/2022 from 10:00 AM
7. Date of uploading list for Technically Qualified Bidder(online) Will be informed later on
9. Date of uploading the list of bidder along with their rates through online, also if Will be informed later on
necessary for further negotiation through offline for final rate.
17. 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 a contract for
the work as mentioned in the Notice inviting Tender, the cost of visiting the site shall be at the Bidder’s own
expense.
18. 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 Executive Engineer, WBSIDC Ltd. reserves the
right to reject any application for purchasing Bid documents and to accept or reject any 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.
19. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Instructions
to Bidders’ before bidding.
20. The intending tenderers are required to quote the rate online only. No offline tender will be entertained.
21. Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act. 1970 (b)
Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or any other laws relating
thereto and the rules made and order issued there under from time to time.
22. During scrutiny, if it is come to the notice to tender inviting authority that the credential or any other papers found
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. Beside the WBSIDC may take appropriate Legal Action against
such defaulting tender.
23. In case if there be any objection regarding Prequalifying the Agency that should be lodged to the Chairman Tender
Screening Committee within 2( Two) days from the date of publication of list of qualified Agency and beyond that
time schedule no objection will be entertained by the Screening Committee.
24. Before issuance of the work order, the tender inviting authority may verify the credential & other documents of the
lowest tenderer if found necessary. After verification, if it is found that such documents submitted by the lowest
tenderer is either manufactured or false in that case, work order will not be issued in favour of the tenderer under
any circumstances.
25. If any discrepancy arises between two similar clauses on different notifications, the clause as stated in later
notification will supersede former one in following sequence:-
a. Tender Form No.1 WBSIDC Ltd.
b. NIET
c. Special terms & Conditions
d. Technical bid
e. Financial bid
26. Prospective bidders shall have to execute the work in such a manner that the work under this e-NIT is kept
maintained at appropriate service level during progress of work and for such a period as mentioned in column 7 of
the table under Clause 1 A hereof from the date of successful completion of the work to the entire satisfaction of
Engineer-in-Charge. If any defect / damage is found during the period as mentioned above the contractor shall make
the same good at his own expense, or in default, the Engineer-in-charge may cause the same to be made good by
other workmen and deduct the expense (of which the certificate the Engineer-in-charge shall be final) from any
sums that may be then, or at any time thereafter become due to contract or from his security deposit, or the proceeds
of the sale thereof, or of sufficient portion thereof. Refund of Security Deposit shall only be made on after
successful completion of work maintaining appropriate service level of works up to the period mentioned above and
in the manner prescribed in Circular No.:SB1/705/8; Dated:15.06.2018 of this Corporation (copy of the said
Circular is appended hereto which shall form integral part of the contract formed between the Contractor and this
Corporation).Hence Clause 17 of the Conditions of Contract of Tender form no. 1 shall be deemed to have been
modified up to the above extend. No interest shall be payable against the security deposit and / or performance
security deposit (if any).
27. In case of Ascertaining Authority at any stage of application or execution of work necessary registered power of
attorney is to be produced.
28. Intending tenderers are required to submit online attested/self-attested photocopies of valid enlistment renewal
certificate, valid partnership deed (in case of partnership firm), current Professional Tax Deposit Challan /
Professional Tax Clearance Certificate, PAN Card, Trade License from the respective Municipality, Panchayet etc.
(in case of S & P Contractors only), [Non statutory documents].
29. If the dates fall on holidays or on days of bandh or natural calamity, the dates defer to next working days.
30. In case of inadvertent typographical mistake found in the specific price schedule of rates, the same will be treated to
be so corrected as to conform to the prevailing relevant schedule of rates and / or technically sanctioned estimate.
31. The intending tenderer is required to quote the rate in figures as well as in words as percentage above /below than or
at par with the relevant price schedule of rates.
33. Successful Tenderers will be required to obtain valid Registration Certificate & Labour License from respective
Regional Labour Offices where construction work by them are proposed to be carried out as per Clauses u/s 7 of
West Bengal Building & other Construction Works’ Act, 1996 and u/s 12 of Contract Labour Act.
34. In case of Quoting rates, no multiple lowest rates will be entertained by the Department.
35. The Executive Engineer, WBSIDC Ltd. reserves the right to cancel the e-N.I.T. due to unavoidable circumstances
and no claim in this respect will be entertained.
36. All bidders are requested to be present either personally or through their authorized representatives in the
chamber of the Executive Engineer, WBSIDC Ltd. during opening of the Tender, to observe the tender
opening procedure.
The Tender Inviting & Accepting Authority through a ‘Tender Committee’ will determine the eligibility of each
bidder, the bidders shall have to meet all the minimum criteria regarding:-
a) Financial Capacity
b) Technical Capability comprising of personnel & equipment capability
c) Experience
The eligibility of a bidder will be ascertained on the basis of the self attested documents in support of the
minimum criteria as mentioned in a, b, c above, and the declaration executed through prescribed affidavit in non-
judicial stamp paper of appropriate value duly notarized in Annexure-X. If any document submitted by a bidder
is noticed either manufacture or false, in such cases the eligibility of the bidder/ tenderer will be out rightly
rejected at any stage without any prejudice. The bidder would also be liable for the criminal proceedings as per
law.
38. Successful tenderers will be required to observe the following conditions strictly:
a) Employees’ Provident Fund and Miscellaneous Provisions Act, 1952 and Employees State Insurance Act,
1948 should be strictly adhered to wherever such Acts become applicable.
b) Minimum wages to the workers shall be paid according to the rates notified and/or revised by the State
Government from time to time under the Minimum Wages Act, 1948 in respect of scheduled employments,
within the specified time as per law. Payment of bonus, wherever applicable, has to be made.
c) Adequate safety and welfare measures must be provided as per the provisions of the Building and other
Construction Workers’ (Regulation of Employment & Conditions of Service) Act, 1996 read with West
Bengal Building and Other Construction Workers (Regulation of Employment and Conditions of Service)
Rules, 2004
d) All liabilities arising out of engagement of workers are duly met before submission of bills for payment.
If there is any violation of any or all the relevant above criteria during execution of the job, it will render the
concerned agencies ineligible for the work then and there or at any subsequent stage as may be found
convenient.
INSTRUCTION TO BIDDERS
SECTION – A
General guidance for e-Tendering Instructions/ Guidelines for tenders for electronic submission of the tenders online
has 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 have to be enrolled & registered with the
Government e-Procurement system, through logging on to https://etender.wb.nic.in (the web portal of e-
tendering). The contractor is to click on the link for e-Tendering site as given on the web portal.
3. The contractor can search & download NIT & Tender Documents electronically from computer once he logs on to the
website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of Tender
Documents.
5. Submission of Tenders
General process of submission: Tenders are to be submitted through online to the website stated in Cl.2 in two
folders at a time for each work, one in Technical Proposal & the other in Financial Proposal before the
prescribed date & time using the Digital Signature Certificate (DSC) The documents are to be uploaded (virus
scanned copy) duly Digitally Signed. The documents will get encrypted (transformed into non readable
formats).
A. Technical proposal
The Technical proposal should contain scanned copies of the following further two covers (folders).
i. RTGS/NEFT towards cost of tender documents as prescribed in the e-NIT, against the serial of
work as applied for concerned with the Work.
ii. RTGS/NEFT towards earnest money (EMD) prescribed in the e-NIT, against the serial of work
as applied for concerned with the Work.
iii. Tender form No. 1(Download & upload the same Digitally Signed except quoting rate,
quoting rate will be only encrypted in the B.O.Q. under Financial Bid. In case quoting any
rate in form No. 1 the tender is liable to be summarily rejected).
iv. Special Terms, condition & specification of works.
Note:- Failure of submission of any of the above mentioned documents in specified cover as above in
( A1, i.e., Statutory cover and A2, i.e., Non-statutory cover) and also non submission of document in
proper perspective, the tender will be liable to summarily rejected .
B. Tender committee(TSC)
i. Opening of Technical proposal :-
Technical proposals will be opened by the Executive Engineer, The WBSIDC Ltd. or his authorized
representative electronically from the web site using their Digital Signature Certificate.
At the same time the Technical proposals which will be received through off-line will also be
opened.
ii. Intending tenderers may remain present if they so desire.
iii. Cover (folder) statutory documents should be opened first & if found in order, cover (Folder) for non
statutory documents will be opened. If there is any deficiency in the documents the tender will
summarily be rejected.
iv. Decrypted (transformed in to readable formats) documents of the non statutory cover will be
downloaded & handed over to the tender committee.
v. Uploading of summary list of technically qualified tenderers.
vi. Pursuant to scrutiny & decision of the tender committee the summary list of eligible tenders & the
serial number of work for which their proposal will be considered will be uploaded in the web
portals.
vii. During evaluation, the committee may summon the tenderer to seek clarification / information or
additional documents or original hard copy of any of the documents already submitted & if these
cannot be produced within the stipulated time frame, their proposals will be liable for rejection.
C. Financial proposal
i. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of
quantities (BOQ) the contractor is to quote the rate (Presenting Above/ below/ at par) online
through computer in the space market 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. Financial capacity of a bidder will be judged on the basis of working capital and available bid capacity
as mentioned in the e-N.I.T. to be derived from the information furnished in FORM-I & II (Section-B)
i.e., Application (for Pre-qualification) & Financial Statement. If an applicant feels that his/their
Working Capital beyond own resource may be insufficient, he/they may include with the application a
letter of guarantee issued by a first class Bank to supplement the applicant. This letter of guarantee
should be addressed to the Tender Inviting/ Accepting Authority and should guarantee duly
specifying the name of the project that in case of contract is awarded to the Bidder, the Bidder
will be provided with a revolving line of credit. Such revolving line of credit should be maintained
until the works are taken over by the Engineer-In-Charge/ Employer.
The audited Balance sheet for the last three years, net worth bid capacity etc. are to be submitted which must
demonstrate the soundness of Bidder’s financial position, showing long term profitability including an estimated
financial projection of the next two years.
7. AWARD OF CONTRACT
i. The WBSIDC reserves the right to accept or reject any Bid and to cancel the Bidding processes and
reject all Bids at any time the prior to the award of Contract without thereby incurring any liability to
the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground
for Employer’s action.
ii. The Bidder who’s Bid has been accepted will be notified by the Tender Inviting & Accepting Authority
through acceptance letter.
iii. The notification of award will constitute the formation of the Contract.
iv. The Agreement in Tender Form No 1 WBSIDC Ltd. will incorporate all agreements between the Tender
Accepting Authority and the successful Bidder.
Sd/-
Superintending Engineer
Copy forwarded to the PRO for information with the request for circulation of the NIT widely as per norms through
advertisement in the renowned/ widely circulated News Papers along with one No. C.D. for incorporation in the
respective Website.
Sd/-
Superintending Engineer
Abridged Copy forwarded for information and wide circulation through his office NOTICE BOARD.
1) Special Secretary, Department of MSME & T, Shilpa Sadan, 7th floor, 4, Camac Street, Kol-700016.
2) General Manager, District Industries Centre, Municipal Terminal Building, 1st floor,P.O. Chinsurah, Dist. Hooghly,
Pin- 712 101.
5) The Assistant Engineer-I (Civil) Sri R. K saha The WBSIDC LTD. Kolkata – 12
6) P.S to the M I C, Department of MSME & T, Govt. of W.B, Hemanta Bhavan, 1st floor, 12, BBD Bag (East)
Kolkata-700001.
7) P.S to the M O S, Department of MSME & T, Govt. of W.B., Hemanta Bhavan, 1 st floor, 12, BBD Bag (East)
Kolkata-700001
8) P.S to Principal Secretary, Department of MSME & T, Shilpa Sadan, 7th floor, 4, Camac Street, Kol-700016
10) P.A. to Chief Executive Officer , WBIIDC DJ-10, DJ Block, Sector-II, Bidhannagar, Kolkata-700091, W.B.
11) P.A. to Managing Director, WBIDC PROTITI, 23,Abanindranath Tagore Sarani, ( Camac Street) Kol-17
12) P.A to the Executive Director (II) The WBSIDC LTD. Kolkata –12
14) Sub Assistant Engineer (Civil) Sri R. Basak The WBSIDC LTD. Kolkata – 12
16) Notice Board, Shilpa Bhavan,( 2nd floor,/ 4th floor) The WBSIDC LTD. Kolkata – 12
Sd/-
Superintending Engineer
The WBSIDC LTD.
PRE-QUALIFICATION APPLICATION
To
The Executive Engineer
The WBSIDC Ltd.
31, Black Burn Lane,
Silpa Bhavan
Kolkata 12
Ref: - Tender
for______________________________________________________________________________
Dear Sir,
Having examined the Statutory, Non statutory & 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
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for
We are interested in bidding for the work(s) given in Enclosure to this letter.
We understand that:
(a) Tender Inviting & Accepting Authority/Engineer-in-Charge can amend the scope & value of
the contract bid under this project.
(b) Tender Inviting & Accepting Authority/Engineer-in-Charge reserve the right to reject any
application without assigning any reason.
Enclo:- e-Filling:-
1. Statutory Documents
2. Non Statutory Documents
SECTION – B
Form – II
FINANCIAL STATEMENT
B.2 Summary of assets and liabilities on the basis of the audited financial statement of the last five financial years.
(Attach copies of the audited financial statement of the last five financial years)
b) Current liabilities :
(It should include bank over draft)
c) Working capital :
(a) – (b)
d) Net worth :
(Proprietors Capital or Partners
Capital or Paid up Capital + Resource
& surplus )
Work in hand
i.e. Work order As on As on As on
issued 31.03.2021 31.03.2020 31.03.2019
___________________________________________
Signed by an authorized officer of the firm
____________________________________________
Title of the officer
___________________________________________
Name of the Firm with Seal
Annexture– ‘X’
Affidavit
(To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized)
Ref : NIET NO : 15 of 2022-23
1. I, the under-signed do certify that all the statements made in the attached documents are true
and correct. In case of any information submitted proved to be false or concealed, the
application may be rejected and no objection / claim will be raised by the under signed.
2. The under signed also hereby certifies that neither our firm nor any of constituent partner had
been debarred to participate in tender.
3. The under signed would authorize and request any bank, person, firm or Corporation to
Furnish pertinent information as deemed necessary and / or as request by the department to
verify this statement.
4. The under-signed understood that further qualifying information may be requested and
agrees to furnish any such information at the request of the department.
5. Certified that I have applied in the tender in the capacity of individual / as a partner of a firm
& I have not applied severally for the same job.
Form –III
SECTION – B
FORM- IV
Telephone No. :
Fax No. :
E-mail :
SECTION –B
FORM – V
C. DEPLOYMENT OF ROAD / BRIDGE MACHINERIES:-
(Original document of own possession to be annexed)
(If engaged before Certificate from E.I.C. to be annexed in respect of anticipated dated of release of Machineries.)
SECTION – B
FORM – V (contd…)
G. CONTRACTOR’S EQUIPMENT
MINIMUM PLANT AND EQUIPMENT MUST BE OWNED BY THE CONTRACTOR. (For Road work only)
Whereas it is entirely the responsibility of the Contractor to deploy sufficient plant and mechanical equipment to ensure compliance
with his obligations under the Contract, the following list is an indicative list of the minimum essential basic holding of plant and
mechanical equipment which the Contractor must own.
WBSIDC Ltd.
NIET No. 15 of 2022-23 WBSIDC Ltd.
SECTION – B
FORM – V
EXPERIENCE PROFILE
Name of the Firm:
D.1 LIST OF PROJECTS COMPLETED THAT ARE SIMILAR IN NATURE TO THE WORKS HAVING MORE THAN 30% OF THE PROJECT
COST EXECUTED DURING THE LAST FIVE YEARS.
Name of
Name, Location Consulting Contract price Percentage Original Original Actual Actual Reasons for
Name of & nature of Engineer in Indian Rs. of Date of Date of Date of Date of delay in
Employer work responsible for Participation start of completion starting completio completion
supervision of company work of work the work n of work (if any)
WBSIDC Ltd.
NIET No. -15 of 2022-23 WBSIDC Ltd.
SECTION – C
B.1 General :
Unless otherwise stipulated all the works are to be done as per general conditions and general
specifications as mentioned either in—
(i) ‘Schedule’, which means the Schedule of rates of Public Works Department(Roads, Building,
Sanitary and Plumbing works) in different district of West Bengal for the working area including up-to-
date addenda and corrigenda, if any, issued by the Department.
(ii) Latest edition of the book of name ‘Specification for Road and Bridge Works’ of the M.O.R.T. &
H., Surface Transport (Roads Wing), Government of India, published by Indian Roads Congress, New
Delhi, for the specification of various works.
For general conditions and general specifications of items of works including supply and carriage
works, not appearing in the aforesaid two specification books, relevant Public Works Department
Schedule of Rates for Building Works and Materials & Labour in force including up-to-date addenda
and corrigenda, if any, issued from competent authority as applicable for the working area of concern
State Highway Circle at the time of submission of tender for the working area will be considered.
B.4 Co-operation with other agencies and damages and safety of road users :
All works are to be carried out in close co-operation with the Department and other contract or contracts
that may be working in the area of work. The work should also be carried out with due regard to the
convenience of the road users and occupants of the adjacent locality, if any. All arrangements and
programme of work must be adjusted accordingly. All precautions must be taken to guard against
chances of injury or accidents to workers, road users, occupants of the adjacent locality etc. The
contractor must see that all damages to any property which, in the opinion of the Engineer-in-Charge are
due to the negligence of the contractor are promptly rectified by the contractor at his own cost and
expenses and according to the direction and satisfaction of the Engineer-in-Charge.
NIET No. -15 of 2022-23 WBSIDC Ltd.
b) To give requisition for Departmental materials, Tools & Plants etc. to receive the same and sign hand
receipts thereof.
c) To attend measurements when taken by the Departmental Officers and sign the records of such
measurements which will be taken of acceptance by the contractor.
The selection of the authorised representatives shall be subject to the prior approval of the Engineer-in-
Charge concerned and the contractor shall in writing seek such approval of the Engineer-in-Charge
giving therein the name of work, Tender No., the Name, Address and the specimen signature of the
representative he wants to appoint and the specific purposes as specified here-in-above, which the
representative will be authorised for. Even after first approval, the Engineer-in-Charge may issue at any
subsequent date, revised directions about such authorised representative and the contractor shall be
bound to abide by such directions. The Engineer-in-Charge shall not be bound to assign any reason for
his revised directions. Any notice correspondence etc. issued to the authorised representative or left at his
address, will be deemed to have been issued to the contractor.
NIET No. -15 of 2022-23 WBSIDC Ltd.
The first page of the Work Order Book shall contain the following particulars:
a) Name of the Work
b) Reference to contract number
c) Contractual rate in percentage
d) Date of opening of the Work Order Book
e) Name and address of the Contractor
f) Signature of the Contractor
g) Name & address of the Authorized representative (if any of the contractor
authorized by him)
h) Specific purpose for which the contractor’s representatives is authorized to act
on behalf if the Contractor.
i) Signature of the authorized representative duly attested by the Contractor.
j) Signature of the Sub-Divisional Officer/Assistant Engineer concerned.
K) DATE OF ACTUAL COMPLETION OF WORK.
L) DATE OF RECORDING FINAL MEASUREMENT.
Entries in (k) & (l) above shall be filled in on completion of the work and before the Work Order Book is
recorded in the office of the Sub-Divisional Officer/Assistant Engineer.
(a) Rate of supplementary items shall be analysed to the maximum extend possible from rates of the
allied items of work appearing in the P.W. Department schedule of rates (for building, sanitary &
plumbing and road work) of probable items of work forming part of tender document Rates for the
working area enforce at the time of N.I.T.
NIET No. -15 of 2022-23 WBSIDC Ltd.
(b) In Case, extra items do not appear in the above Public Works Department Schedule of Rates (for
building, sanitary & plumbing and road work), such items for the works shall be paid at the rates entered
in the Public Works Department Schedule of Rates for the working area enforce at the time of N.I.T.
(c) If the rates of the supplementary items can not be computed even after applications of clauses stated
above, the same shall be determined by analyses from market rates of material, labour and carriage cost
prevailing at the time of execution of such items work. Profit and overhead charges (both together) at
10% (Ten percent) will be allowed only; the contractual percentage will not be applicable.
Suitable road sign as and where necessary should be provided by the contractor at his own cost as per
direction of the Engineer-in-charge and shall also be maintained till the completion of the work. Road
barriers with red light at night are to be placed where the existing surface is disturbed with proper road
signs. All these shall be done at the cost of the contractor without any extra claim towards department.
B.22 Drawings :
All works shall be carried out in conformity with the drawings supplied by this Department. The
Contractor shall have to carry out all the works according to the departmental General Arrangement
Drawing and Detail Working Drawings to be supplied by the Department from time to time.
The Contractor shall, throughout the execution and completion of the Works and the remedying of any
defects therein:
(a) have full regard for the safety of all persons and the Works (so far as the same are not completed or
occupied by the department),
(b) provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when
and where necessary or required by the Engineer-in-Charge for the protection of the Works or for the
safety and convenience of the public or others,
(c) take all reasonable steps to protect the environment on and off the Site and to avoid damage or
nuisance to persons or to property of the public or others resulting from pollution, noise or other causes
arising as a consequence of his methods of operation,
(d) ensure that all lights provided by the Contractor shall be screened so as not to interfere with any
signal light of the railways or with any traffic or signal lights of any local or other authority.
B.48.1. Rate quoted shall be inclusive of clearing site including removal of surplus (both serviceable &
unserviceable) earth, rubbish, materials etc. as per direction of the Engineer-in-Charge.
B.48.2. Rate quoted shall be inclusive of West Bengal Sales Tax, Income Tax Octroi and all other duties,
if any.
B.48.3. Display board (Informatory) of size 150cm X 90cm is to be provided at starting and end chainage
of the work-site with aluminum plate hoisted on steel tubular pipe/ angle post to a height of 1.5 Meter at
the cost of the contractor including fitting, fixing, painting, lettering etc. complete as per direction of
Engineer-in-Charge.
B.48.4.The Contractor is to display caution board maintaining I.R.C. norms at his own cost as per
direction of Engineer-in-Charge.
B.48.5. Deep excavation of trenches and left out for days shall be avoided.
B.48.6. Labour welfare Cess will be deducted @ 1(one) % of gross bill value as per rule.
B.48.7. The whole work will have to be executed as per Departmental drawings available in this
connection at the tender rate.
B.48.8. Income Tax Will be deducted from each bill of the contractor as per applicable rate and rules in
force.
B.48.9. In accordance with the West Bengal Taxation Laws (amendment) Ordinance, 1993 amending the
West Bengal Finance (Sales Tax) Act, 1994 necessary S.T / VAT will be deducted as per rate in force
from the bill in addition to other deduction as per extent rules.
NIET No. -15 of 2022-23 WBSIDC Ltd.
B.49 Arbitration :
Arbitration will be allowed, as per arbitration clause in terms of Clause-25 of the said Tender
Form No. 1. So Clause -25 will stand valid only for the work above 100 ( One Hundred ) lakh
while executing contract agreement.
Superintending Engineer,
The WBSIDC Ltd.
SECTION - D
(B) MATERIALS
Samples Samples of goods to be supplied by the contractors and used in the works shall have to be got approved by
the Engineer-in-Charge of work prior to being fitted and fixed.
Stone metal 1. a) All stone metal and stone chips shall be of black colour. Trap in quality, Stone chips
free from any yellow or surface stones, shall be hard coarse grain and
rough. Materials shall be free from clay, dust, dirst or any others foreign matter.
Jhama metal b) All Jhama metals shall be from hard, well bumt, tough and heavy klin-
burn bricks burnt from clayey soil and of a dark red colour. Any spongy or under burnt metal
shall not be accepted.
Site for Stacking d) Before stacking stone chips and metals, jhama metals etc., at roadside,
the flanks of the road where these materials are to be stacked as directed, must be dressed,
jungles, if any cleaned and undulations leveled up at the cost of the contractor. The
Contractors will have to stack the materials on one side of the flanks of the road or as
directed as per requirements at regular intervals and all stacks must be of the same section
and as per direction of the Engineer-in-Charge. In doing so, the contractor may have to
remove the stonechips, metals, jhama metals etc. as the case may be from the flanks and
stack the removed metals as shown by the Engineer-in-Charge of the work and the
NIET No. -15 of 2022-23 WBSIDC Ltd.
contractor’s rate should be inclusive of undertaking the above work and no extra payment
would be made on this account.
e) During the collection time and supply at roadside, the contractor shall guard the materials at
his own cost and this deptt. will not remain responsible for any loss whatsoever before the
materials are measured and accepted by this deptt. The contractor should attend
measurement either himself or through his authorized agent to avoid future dispute and sign
the M.B. as a token acceptance of measurements. Regarding quantity and quality, measured
by the Engineer-in-Charge or his subordinate staff, the decision of the officer of this deptt.
shall be final and no claim whatsoever would be entertained afterwards under any
circumstances.
Supply material f) The contractor will have to arrange for land at his own cost for intermittent loading and
unloading if required. The contractor may supply the materials either by Rly. or by land route. In
case of Rly. route, the contractor will have to pay the Rly. freight, demurrage or warfare, if any and
arrange for stacking space at the Rly. station and this deptt. will have no responsibility for these
under any circumstances.
Timber 2. Any timber for doors and windows in order works should not be fitted and fixed in position prior to
approval of the Engineer-in-Charge which has got to be obtained prior to application of painting works.
Paint 3. The paint used in the work shall be of superior quality of ready mixed paint of approved made and
brand eg. “Jhilmil” brand of “Jenson & Nicholson” Woodcote’ of Shalimar, “Castle” brand of British paint
“Overalls” of East India Paint, or/of similar quality of other manufacturers. The made, brand and shade of the
paint must be to the prior approval of the Engineer-in-Charge.
( C ) SPECIAL SPECIFICATIONS
(a) For Building Works
Excavation 1. It shall include the removal of material of any nature which may be encountered including sand, clay,
earth, old masonry or roots of trees etc.
Testing of 2. For testing concrete, specified by strength, the contractor shall provide all labour cement materials
and applicance required for making test specimen for experiments and for testing testing the quality of
concrete going into the job. Each set of specimen shall consist of four cylindrical test block 15 cm diameter
and 30 cm high. The ends of the specimens are to be finished with utmost care so as to avoid eccentric
loading at the time of test.
The contractor shall remain fully responsible for this and no subsequent plea from him that any
deficiency in strength which the result of the test might show, was due to defects in the specimens will be
entertained. Specimens are to be left in the moulds for about 24 hours when they are to be carefully removed
from the moulds, and cured under similar condition to concrete in the job itself.
If requested by the contractor, the Engineer-in-Charge at his discretion, may permit the use of 15 cm
cube specimens instead of cylindrical speciment but in that case the ultimate crushing strength indicated by
these cube specimens shall always be multiplied by the factor 0.8 to convert as above shall be taken as the
criterion for comparison with the specified strength.
A proper register of test specimen shall be maintained showing all relevant details. The flatness of
the end surfaces of the specimens must not be spoiled by identification marks. These marks may at first be
NIET No. -15 of 2022-23 WBSIDC Ltd.
made on the moulds and painted in the curved surface of the specimens as soon as these are taken out from
the moulds.
The contractor shall made all arrangements and do everything necessary for proper making and
curving the test specimens under the direction supervision and control of the Engineer-in-Charge or his
representative.
Where concrete is specified by strength, the Engineer-in-Charge or his representative may at any
time direct the contractor to make specimens from the concrete actually going into the job when the
contractor shall forthwith comply with the that direction. Not more than one set of specimen shall however be
ordinarily required to be made on any day or for every 700 meter cube of concrete cast on the day. The
contractor is to allow for the cost of these specimens in his rate for concrete work, no separate payment
whatsoever shall be made for these specimens.
After curving the specimen shall be made over to the Engineer-in-Charge or his representative who
will arrange to have been tested at 28 days from the day of casting if there be any delay for any reason
whatsoever the result of the test shall never the less be valid and taken for the purpose of the contract to be
the same as 28 days strength.
Out of four specimens in each set, the Engineer-in-Charge may arrange to have any two tested
departmentally and if he likes, send the remaining two for testing by Govt. Test House at
Alipore, whose report shall be binding on all parties concerned. The test results (obtained from the Govt. Test
House, Alipore) shall be considered “Satisfactory” if (a) The strength of each individual specimen is at least
90 of the specified strength and (b) the average of the results of the two specimens is not below the specified
strength both conditions to be fulfilled. For concrete deficiency in strength, the average of the results of the
two test specimens shall be taken as the strength of concrete and the percentage deficiency calculated
accordingly. If however the test result be unsatisfactory from the point of view of condition (a) above but the
average of the results of the two specimens be not less than the specified strength, then the deficiency in
strength shall be taken as “not exceeding 5%”.
For work test specimen as are ultimately found to be “not satisfactory” and for all preliminary test
specimen the contractor shall pay the incidental charges for sending the specimens from worksite to the
testing laboratory at adhoc rate of Rs.10% for each piece of specimen. The contractor shall in addition, bear
the charges of the Govt. Test House at Alipore in respect of the preliminary tests (if these are actually tested
there) and also in respect of work test specimens as are as ultimately found to be “not satisfactory”. For all
test specimens whatsoever the contractor shall be responsible for proper packing of the specimens at his own
cost, for safe and convenient transport of the same from the site to the testing laboratory.
3. Mild steel round bars will be issued departmentally. The contractors rate shall include labour for
cutting the bars to correct lengths binding cold to shape, placing and fixing in position as shown in the
drawing, with 16G, were security tied at every intersection. The contractor shall without extra charge provide
all other supports and fixings required and shall take precautions to see that all such temporary fixings are
removed before the concrete is brought up. The contractor’s rate shall also include any initial straightening of
the bars whenever necessary and removing loose rust or scales. If any, and other incidental works in this
connection. The contractor shall be paid on the calculated weight of steel reinforcement only actually placed
in the structure i.e., the weight of tying wire or of cut pieces of rods not used shall not be considered.
If bars of exact required lengths be not available, these shall be cut from such lengths or available
bars as will involve minimum wastage in cut pieces. If should be noted that rods of 12mm dia and below may
be supplied in coils.
NIET No. -15 of 2022-23 WBSIDC Ltd.
4. Scaffolding must be strong and rigid stiffened with necessary, corse bearers and always decked and
boarded on the sites with close doared ceilings and swings to prevent any injury to persons or materials. The
contractor shall have to allow other trades to make reasonable use of his scaffolding and storage and as
directed by the Engineer-in-Charge.
If for the interest of the work the contractor have to erect scaffolding in the others 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 liabilities on the
account.
Rectification 5. Rectification of damages, holes through walls, floor, chajia, sunshade etc. should be made just
of damages sufficient and not more than 7.5 cm larger than outside dia. of pipes. These should be filled up with traps
stone chips after laying the concrete, the same should be properly cured. After curing, the damaged parts
should then be fully restored to the original condition and fully matched with the surface in contact. Cost of
the works are to be included in the rate quoted for relevant items and no extra for those items of work should
be paid under any circumstances.
Cutting 6. All works viz. cutting holes, chases, recesses, trenches etc. at any place which
holes etc may be necessary in executing any item of work in the schedule of items and subsequent restoration as per
specification as well as direction of the Engineer-in-Charge, are included in the rate of such items and shall
not be paid for separately unless specifically provided in the period schedule.
Fittings for 2. All G.I. pipes for installations included big or small fittings and specials as may
G.I. pipes be necessary and the contractor shall quote his rates accordingly and no extra payment will be made
whatsoever unless stated otherwise in the Schedule of item of works in the Tender.
Joints 3. The joints of pipes, fittings & accessories shall be made as specified and unless otherwise specified,
no separate payment shall be allowed.
i) G.I. pipes, fittings, valves and Cocks with jute and white lead paint.
ii) H.C.I. Pipes & fitting: The half of the depth of the annualar space between spigot and socket
shall be packed with spern yarn and the remaining half shall be filled up with molten lead
well caulked with caulking tools.
iii) Stone Ware Pipes & Fittings: The half of the depth of the annuatar space between socket and
spigot shall be packet with tarred gusket and the remaining half shall be filled up with
cement mortar (3:1) & shall be finished beveled at 45%.
Test of pipe 4. The pipe lines, valves and cocks shall be tested at the contractor’s expense for
Valve & which no extra payment shall be allowed. The available water supply sources may
NIET No. -15 of 2022-23 WBSIDC Ltd.
Cocks however be allowed to utilized for testing, but in absence of any such agreement-the contractor shall have to
conduct the following tests.
iii) S.W. Pipe Lines: All Section between two inspection pits shall have to be tested separately. The
funnel shall be at least 1.8 Meter above the soft of the S.W. pipe at the upper inspection pit.
Any defects detected during testing shall be rectified at the Contractor’s expenses.
Septic tank 5. Construction of septic tank shall be done as per approved design. After completion of the tank, the
tank shall have to be filled up with clear water after removing any foreign materials from the inside of the
tank, if any. No separate payment shall be allowed on this account.
Painting 6. All pipes & fittings shall have to be painted outside with two coats of paint of approved brand &
shade over a coat of approved primer to match the surface. No separate payment shall be allowed on this
account and rates of respective items shall be deemed to be inclusive of the work.
Site 1. The tube well shall be sunk at the site selected by the Engineer-in-Charge. The site should be cleared
of all removable materials that may obstruct the execution of work. The materials so removed shall be
properly stacked at the place as directed. The site should be cleared after the work is completed in all respect.
Contract should take the cost of clearing into consideration while quoting their rates and no payment will be
made for the same as an extra item of work.
Pipe for the 2. Pipes to be used in the tube well, excluding the strainers shall be galvanized and
Tube-well of the specified dia of approved make and quality. Only Class ‘B’ pipes shall be used Ends of pipes shall be
treated properly. Cutting of pipes shall be done by hacksaw and not by pipe cutters. No separate payment
shall be allowed for cutting pipes to required length and for cutting threads.
Strainers 3. Strainers shall be of the specified dia, and of approved make and quality. Required number of
strainers shall be fitted to the tube well pipes with necessary fitting and placed at the positions as directed.
Sand trap 4. Pipes for the sand trap shall be of the same specification as that for the tube well pipes, if shall be of
such length as directed. If shall be closed at one and threaded at the other end which shall be jointed to the
bottom most strainer piece with a socket.
Joints 5. Galvanized sockets of approved quality shall be used at all joints, they shall fit well and right6ly with
the threaded portion of the pipe and the inside of the socket shall be dried and given a thorough coat of read
lead or of a mixture of white zinc and boiled linseed oil. No separate payment shall be allowed for the cost at
sockets and making joint.
Boring 6. i) Boring shall be done by the system specified and shall be continued to such a depth as may
be directed. Care should be taken to ensure that the boring being done vertically and the casting pipes are
perfect in pump.
ii) Samples of boring etc. be collected for each type of stratum that will be met during boring. They
shall be kept in suitable containers. These containers shall be leveled inside and outside showing the position
and depth of the stratum from which the sample is obtained. They shall then be submitted to the Engineer-in-
NIET No. -15 of 2022-23 WBSIDC Ltd.
Charge for his references and decision as regards depth to which the tube well is to be sunk. No separate
payment shall be allowed for the collection of samples of boring.
iii) Contractors shall obtain samples of water for chemical analysis at the depth as required by the
Engineer-in-Charge.
Loweing 7. Tube well pipes, strainers, sand trap etc. shall be lowered after boring to the required depth
completed.
Strata 8. It is anticipated that good potable water should be available the normal depth specified in the
contract. The contractor must however, be prepared to go down to greater depth if the situation demands. If
satisfactory water bearing stratum be found before reaching the depth as specified herein it will be at the
option of Engineer-in-Charge to stop the work of sinking further and order for lowering the well pipes and
strainers at his stratum.
General Unless specifically mentioned otherwise, the following modes of measurements shall be adopted.
Profile 1. Where it would not be possible to adopt the usual procedure of borrow-pit
Measurement measurement due to existence of old barrow-pits in haphazard condition and also due to difficulties
in measuring the barrow-pit, the Engineer-in-Charge shall have sole power to allow profile measurements for
which there may not be specific mention in the item of the tender. Earthworks in that case, shall have to be
done in the shape of trapezoidal continuous or discontinuous drains, where necessary as per direction of the
Engineer-in-Charge and for this no extra amount should be paid to the Contractor.
For good earth, created earth & for earth work for which profile measurement has been specified in
the item, the earth work for the road embankment completed strictly accordingly to the specifications by
method of average areas of section based on level sections taken before the commencement and after
completion of the earth work at distances not more than 30 metre, apart in presence of the Contractor or their
authorized representatives. The contractor should satisfy himself before commencement of work, regarding
correctness of level as shown in the drawing. The contractors or their authorized representatives, the Sub-
Assistant Engineer concerned and the Assistant Engineer will have to sign the level books. If the contractors
or their representatives
fail to attend the leveling work after serving the notices to that effect the level taken by the Deptt. will have to
be accepted by the contractor and no subsequent claim on this account will be entertained.
The measurement of road embankment shall include the net volume of earth work in the
embankment between the original surfaces and the surface of the finished road embankments completed
according to the drawing and specifications or instructions of the Engineer-in-Charge in writing and accepted
by the Engineer-in-Charge in writing. Payment will be made after deducting 1/9th of the volume for sinkage
and/or shrinkages. But in case the earth is compacted on 0 Mm C. to the satisfaction of the Engineer-in-
Charge for which no deduction for sinkage and / or shrinkage will be made.
All other conditions and specifications for ordinary earth work not in conflict with the above will
also hold good in addition.
NIET No. -15 of 2022-23 WBSIDC Ltd.
The rate should include the cost of bailing out water, shoring, etc. from borrowing area. All other
conditions for ordinary earth work will hold good in this case too. Payment for earth work shall be made on
the basis of the rate provide for on the item, where-in due consideration given for average land and lift
considering the distance and location of spots of lands acquired. No extra shall be paid to the contractor for
lead & lift over and above the rate provided for the item.
In case of earth work, where payment is made on pit measurement 10% of the value of the earth
work will be withheld from the bills. In such cases, the contractor shall remove the witless and dress the
spoils or obtained immediately after obtained the payment of such earth work and shall apply for refund of
the withheld amount within 30 (thirty) days of the payments through the Sub-Divisional officer concerned,
failing which the withheld amount will be forfeited.
Cinder 2. Schedule showing minimum height of stacks and the allowance to be deducted for sinkage and/or
shrinkage when measured in fresh stacks.
Strainers 3. The total length of strainer as use in the tube well shall be measured in fitted condition.
Taking out 4. While taking out existing pipes of tube well, payment for withdrawal shall only
Existing be made if full length of the pipe and strainer are withdrawn. In case of failure on the
Tube well part of contractor, no payment shall be allowed.
The old pipe taken out from an existing tube well shall be cleared upto the satisfaction of the
Engineer-in-Charge. This fact4or should be taken into account while quoting the rates.
Certificates :
I/We have inspected the site of works and have made me/us fully acquainted with the local
conditions in and around the site of works. I/We shall be bound by conditions laid down in the Notice
Inviting Tenders, Special Terms & Conditions and Specifications. Specific Priced Schedule and as also
Tender Form No.1. I/We have gone through the current schedule of rates of the regional Circle and General
Specifications now in force in the P.W. Department, Government of West Bengal and also the I.S.I. code of
Practice. I/We shall also uniformly maintain such progress with the work, as may be directed by the
Engineer-in-Charge of the work to ensure completion of the same within the target date.
NIET No. -15 of 2022-23 WBSIDC Ltd.
C.3 Preliminaries :
During execution of the work contractor will remain responsible for providing reasonable
facilities to traffic on the road and also lighting and guarding of the road during night for its
safety while the work is in progress and no extra rate will be paid on this account before taking
up the work.
Approximately half of the road width including one flank shall be kept clear to the traffic from
all obstruction and the surface shall be properly cleaned and leveled as far as possible.
Sign Boards / Direction Boards are to be erected at required points of specified size indicating in
red letters on a white back ground as per direction of the Engineer-in-charge. Cost of which
should be borne by the agency.
Road barriers shall be placed wherever the existing road surface disturbed with proper' road
signs. During night, these should be provided with the light, Night Guard e.g. 'Chowkidar' for
watching the barrier etc. shall also be maintained by the Contractor to give due warning to road
users specially at night.
D.1.1 Scope:
The top 500 mm of the road embankment over the entire formation width and directly
supporting the road pavement will be termed as 'Sub-Grade'.
NIET No. -15 of 2022-23 WBSIDC Ltd.
D.1.2. Compaction :
Each layer of the material shall be thoroughly compacted to the densities as specified in
tender. Subsequent layers shall be placed only after the finished layer has been tested and
accepted by the Engineer-in-Charge.
D.1.3 Density & Compaction requirements
for embankment and sub-Grade: (following table as guideline)
D.2.1.1 Scope:
The work shall consist of laying and compacting well graded materials on prepared sub-grade in
accordance with the requirement as per specifications. The material shall be laid in one or more
layers as sub-base or lower sub-base and upper sub-base as necessary according to lines, grades
and cross sections as shown on the drawings or as directed by the Engineer-in-Charge.
D.2.1.2 Materials :
The materials to be used for the work shall be natural sand, muram, gravel, crushed stone, or
combination thereof depending upon the grading requirement. Materials like crushed slag,
crushed concrete, brick metal and kankar may be allowed only with the specific approval of
NIET No. -15 of 2022-23 WBSIDC Ltd.
Engineer-in-Charge. The materials shall be free from organic or other deleterious constituents
and conform to one of three grading as stipulated.
Impact Value under wet condition should only be tested in accordance with IS: 5640. (Shall not
exceed 30%)
gradually progressing towards the center. First the edges shall be compacted with roller running
forward and backward. The roller shall then move inwards parallel to the center line of the road,
in successive passes uniformly lapping preceding trace by at least one half width. Rolling shall
be continued until the aggregates are thoroughly keyed and if required and desired by Engineer-
in-Charge screening of approved type shall be applied to produce a dense, compacted mass as
per requirement. The roller surface shall be checked transversely and longitudinally with
template land any irregularities corrected by loosening the surface adding or removing necessary
amount of aggregates and re-rolling until the entire surface conforms to desired camber and
grade. In no case shall the use of screenings be permitted to make up depressions.
NIET No. -15 of 2022-23 WBSIDC Ltd.
D.3.1. Scope:
This work shall consists of laying compacting, cleaning, crushed, graded, aggregate and granular
materials and premixed with water to a dense mass on a prepared sub-base/base or existing
pavement in accordance with the requirement of the specification indicated in the table. The
material shall be laid in one or more layers as necessary to lines, grades and cross-sections as
directed by the Engineer in charge.
The thickness of a single compacted Wet Mix Macadam layer shall not be less than 75 mm nor
more than100mm and compaction shall have to be done by Vibratory Roller as per the approval
of the Engineer in charge. Rolling should continue till density achieved is at least 98 percent
maximum dry density as per IS: 2720(Part VIII).
Percent by weight
IS Sieve Designation
passing the IS Sieve
53 mm 100
45 mm 95-100
26.5 mm -----
22.4 mm 60-80
11.2 mm 40-60
4.75 mm 25-40
2.36 mm 15-30
8-22
0-8
D.4.1. Scope:
Description water bound macadam consist of clean, crushed aggregates mechanically interlocked
by rolling and bonded together with screening, binding material, where necessary and water laid
on a prepared sub-grade/sub-base/ base or existing pavement, as the case may be and finished in
accordance with the requirements of stipulated specifications and in conformity with the lines,
grades, cross section and thickness as per approved plans or a directed by the Engineer in charge.
be discontinued when the aggregates are partially compacted with sufficient void space in them
to permit application of screening. The roller surface shall be checked transversely and
longitudinally with template land any irregularities corrected by loosening the surface adding or
removing necessary amount of aggregated and re-rolling until the entire surface conforms to
desired camber and grade. In no case shall the use of screenings be permitted to make up
depressions.
NIET No. -15 of 2022-23 WBSIDC Ltd.
D.4.8. Physical Requirements of Course Aggregates for Water Bound Macadam for Sub-
base /Base Courses :
Test Test Method Requirement
Compacted thickness of single layer with Grade-1 aggregate should not exceed 100mm and
Compacted thickness of single layer with Grade-2 and Grade-3 should not exceed 75mm.
D.4.8.2 Grading of Screening:
Grading Percent by Wt.
IS Sieve Designation
Type Size of screening Passing
13.2 mm 100
Screening 11.2 mm 95-100
Type-‘A’ 13.2 mm 5.6 mm 15-35
0-10
11.2 mm 100
Screening
11.2 mm 5.6 mm 90-100
Type-‘B
15-35
D.5.1 Scope:
The work shall consist of application of single coat of bituminous primer to an absorbent
granular surface preparatory to any superimposed bituminous treatment.
NIET No. -15 of 2022-23 WBSIDC Ltd.
D.5.2 Materials:
The choice of bituminous primer shall depend upon the porosity characteristics of the surface to
be primed and shall be decided by the Engineer in charge.
D.5.4 Equipment :
The primer distributor shall be equipped for spraying the material uniformly at the specified rates
and temperatures
D.6.1 Materials :
( As per clause-501.2 of ‘’Specification for Road and Bridge Works of MORTH’ )
D.6.1.1 Bitumen :
The binder shall be a penetration bitumen of VG(30)/60-70 Grade as per IS: 73-1961/ IS:73-
2006 or an appropriate grade to the region, traffic, rainfall and other environmental conditions as
per stipulation of ‘Specification for Road and Bridge Works of MORTH’ or as directed by the
Engineer-in-charge. The approved brand of Cationic Bitumen Emulsion shall be decided by the
Engineer in charge.
D.6.1.2 Aggregates :
The aggregates shall consist of crushed stone. They shall be clean strong durable of fairly cubical
shape and free from disintegrated pieces, organic of deleterious matters and adherent coating and
of low porosity. The aggregates shall satisfy the physical requirements set forth below.
NIET No. -15 of 2022-23 WBSIDC Ltd.
Stripping Value
3. IS: 6241 95% Maximum 95% Maximum
Soundness
i) Loss with sodium sulphate 12% Maximum 12% Maximum
54 cycles
IS: 2386
4. Soundness
(Part-5)
ii) Loss with Magnesium
18% Maximum 18% Maximum
sulphate 5 cycles water
absorption
Aggregate grading for potholes repairing works of different thickness will be determined by the
Engineer-in-charge or as specified on the contract.
no time exceeds 14°C. The mixing of binder with aggregates shall be continued until the same
are thoroughly coated with the binder and temperature of the mix should not exceeded165°C.
The mix shall immediately be transported from the HMP to the laying site. The laying
temperature of the mix shall not be less than 125°C. All rolling (breakdown, intermediate and
finishing) as per clause-501.6 of ‘Specification for Road and Bridge Works of MORTH’ should
be completed before temperature of the mix comes down to 90°C.
top of the repaired surface, leveled with the adjoining area and completely sand blinding at the
rate as specified in the respective item of works. Rolling operation shall be completed in all
respects before the temperature of the mix falls below 80°C. The roller wheels shall be kept
damp.
D.7.1 Scope :
This work shall consist of laying and compacting an open graded carpet of 2 cm thickness in a
single course composed of suitable small sized aggregates, premixed with bituminous binder on
a previously prepared base, in accordance with the requirements of these specification to serve as
a wearing course
D.7.2 Binder :
The binder shall be a penetration bitumen of 60-70/ VG-30 Grade as per IS: 73-1961 or an
appropriate grade to the region, traffic, rainfall and other environmental conditions as per
stipulation of ‘Specification for Road and Bridge Works of MORTH’ or as directed by the
Engineer-in-charge. The approved brand of Cationic Bitumen Emulsion for tack coat, if applied
shall be decided by the Engineer in charge.
D.7.3 Aggregates :
The aggregates shall consist of crushed stone, crushed gravel/shining or other stone. This shall
be clean, durable, fairly cubical in shape and free from disintegrated pieces organic or other
deleterious matters and adherent coating. They shall preferably be hydrophobic and of low
porosity.
D.8.1 Scope :
This work shall consist of laying and compacting mix seal surfacing in a single course composed
of suitable aggregates premixed with a bituminous binder on a previously prepared base, in
accordance with the requirements of these Specifications, to serve as a wearing course.
D.8.2 Binder :
The binder shall be a penetration bitumen of 60-70 Grade as per IS: 73-1961 or an appropriate
grade to the region, traffic, rainfall and other environmental conditions as per stipulation of
‘Specification for Road and Bridge Works of MORTH’ or as directed by the Engineer-in-charge.
The approved brand of Cationic Bitumen Emulsion for tack coat shall be decided by the
Engineer in charge.
D.8.3 Aggregates :
The aggregates shall consist of crushed stone, crushed gravel/shining or other stone. This shall
be clean, durable, fairly cubical in shape and free from disintegrated pieces organic or other
deleterious matters and adherent coating. They shall preferably be hydrophobic and of low
porosity.
NIET No. -15 of 2022-23 WBSIDC Ltd.
D.9.1 Scope :
This work shall consist of application of seal coat for sealing of the voids in a bituminous surface
laid to the specified levels, grade and cross fall/ camber.
D.9.2 Materials :
D.9.2.1 Binder :
The binder shall be a penetration bitumen of 60-70 Grade as per IS: 73-1961 or an appropriate
grade to the region, traffic, rainfall and other environmental conditions as per stipulation of
‘Specification for Road and Bridge Works of MORTH’ or as directed by the Engineer-in-charge.
The approved brand of Cationic Bitumen Emulsion for tack coat shall be decided by the
Engineer in charge. Quantity of bitumen shall be as stipulated in the ‘Specific Priced Schedule of
probable items with approximate quantities’.
D.9.2.2 Aggregate :
(i) For Type-‘A’ Seal Coat : Stone chips of appropriate size, 100 percent passing through
11.2mm sieve and fully retained on 2.36mm sieve, with angular fragmented, clean, hard, tough
and durable type shall be used. Quantity of stone chips shall be as stipulated in the ‘Specific
NIET No. -15 of 2022-23 WBSIDC Ltd.
Superintending Engineer,
The WBSID Ltd.
SECTION - E
Instruction / guidelines for the tenderer for Electronic submission of the tenders on line:-
3. Uploading documents
The tenderer is to log in with Digital Signature Certificate(DSC), e-token password to upload scanned copies of various
documents, as sought for in the NIT. This can be saved, edited and even deleted, if necessary, by the tenderers.
4. Downloading tender documents
By tender search,(by value, by location and by classification) or from latest tender, the tenderer may download and view
details of tenders after clicking on serial number.
Such downloaded documents can be saved in computer as well.
After downloading documents and before submission of tenders online, it is to be ensured that the documents have
properly been filled up and necessary scanned documents have been uploaded, virus scanned and digitally signed.
5. Tender submission
The tenderer is to read the NIT carefully.
All corrigenda, addenda to the original NIT is to be considered as part of NIT
Each tenderer can submit tender for maximum 2 serials (packages) in any particular NIT, but such tenders will be
considered subject to fulfillment of credential criteria and financial capability to be assessed by the Tender Evaluation
Committee(TEC). In case the contractor opts to participate in two serials, credential submitted for one serial will not be
considered during evaluation of other serial, i.e. two separate credentials would be assessed on the requirement of
aggregate amount of both the serials.
The tenderer is to use log in ID and password, followed by Digital Signature Certificate and to give e-token password to
search the tender(s) he wants to participate from ‘Search Active Tenders’.
The selected tender may be added firstly in ‘My favourite’and then ‘My Tender’ A massage would appear that the tender
has been set as favourite.
The tenderer is click ‘View’ to submit tender.
The tenderer is to further click ‘I agree’ and ‘Submit’, before opting for offline payment for cost of tender paper and
Earnest Money Deposit (wherever applicable).
Cost of tender papers and Earnest Money Deposit(wherever applicable) are to be paid through Demand Draft (DD),
Banker’s Cheque(BC), Deposit at Call Receipt (DCR) or as may be prescribed, details of which are to be filed up
subsequently for online information. These DDs/BCs/DCRs, one for cost of tender paper and another for Earnest Money
Deposit are to be submitted to the Tender Issuing Authority, positively at least one day before the scheduled date of
opening of Technical Bid, otherwise the entire tender will be rejected.
Synopsis of credential in prescribed format and other documents as may be required are to be entered, verified, encrypted
(transformation into non readable format) and uploaded.
Financial Folder containing the Bill of Quantities (BoQ) for offering the rate for execution of works is to be submitted next
online, by uploading scanned copies duly encrypted.
Before freezing the submission, changes may be made, but these cannot be done after freezing.
Technical and Financial Bids, both are to be submitted concurrently online, positively before the prescribed date and time
of tender submission.
6. In case of any clarification / assistance required fin the process of e- Tendering, please contact during office hours to
Executive Engineer, WBSIDC Ltd
Help desk of the WBSIDC Ltd.:- 033-2236 6769 (EXTN- 108/113) and email