notice inviting e-tender no. 10 of 2020-2021 of the

12
1 | P a g e GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER DAKSHIN DINAJPUR HIGHWAY DIVISION Ph.03522 257897 PUBLIC WORKS (ROADS) DIRECTORATE Fax 251076 COMPOSITE OFFICE BUILDING OF PWD (3 rd FLOOR) Email: BALURGHAT, DAKSHIN DINAJPUR [email protected] PIN 733 101 Memo No: - N-1/65 Date: - 19.01.2021 Notice Inviting e-Tender No. 10 of 2020-2021 of the Executive Engineer, Dakshin Dinajpur Highway Division, Public Works (Roads) Directorate. 1. On behalf of the Governor of the State of West Bengal, The Executive Engineer, Dakshin Dinajpur Highway Division, P.W. (Roads) Directorate, invites e-Tenders (electronic Tenders) from eligible resourceful & bonafide contractors as per the enclosed list of works under table 1 As per Order of Finance Department vide No.- 1177-F(Y), dt.-28.02.2014 and order no.- 71/SPW/2014,dt.- 03.03.2014 of Principal Secretary, PWD and Chief Engineer, P.W(Roads) Directorate memo no.- 129(7)/CE(R),dt.-03.03.2014 and Amended PWD code Vol.-I, vide G.O No.- 137/1-A/PW/O/10C-02/14, DT.- 24.04.2014. 2. Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system; through logging on to http://wbtenders.gov.in using the option ―Click here to Enroll. Possession of a Valid Class II Digital Signature Certificate (DSC) in the form of smart card/e-token in the Company's name is a prerequisite for registration and participating in the bid submission activities through this web site. Digital Signature Certificates can be obtained from the authorized certifying agencies, details of which are available in the web site http://wbtenders.gov.in under the linkInformation about DSC. 3. Intending Bidders can search and download NIT and other tender documents electronically by logging on to the websitehttp://wbtenders.gov.in, using his Digital Signature Certificate (DSC). This is the only mode of collection of tender documents. 4. For participating in the tender the bidders shall not have to pay the cost of tender documents for the purpose of participating in e-tendering [as per Notification No. 199-CRC/2M-10/2012, dated 21.12.2012 by the Secretary to the Government of West Bengal, Public Works Department, (CRC Branch)]. Earnest money @ 2% of the Estimated Amount Put to Tender to be deposited as per G.O. No. 416(8)-W(C)/1M-291/16 dated 03-08-2016 of the Joint Secretary, Works Branch, PWD in concurrence to G.O. No. 3975-F(Y) dated 28-07-2016 of the Secretary, Audit Branch, Finance Department a bidder should initiate payment of pre-defined EMD for the tender. 5. In a particular NIT, having multiple work, a bidder can participate in more than one work, provided the bid capacity permits and the bidder is capable to arrange to and deploy separate set of required machineries for multiple works and complete the work in specified time as per G.O.No.80-W(C)/1M-24/15 dt.25/01/2018 of the Additional Chief Secretary, Public Works Department. 6. A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job all his applications will be rejected for that job. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Eligibility criteria for participation’ in tender before bidding. 7. Eligibility criteria for participation in tender: i) Intending participants (Proprietorship Firm) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any) and W.B.F-2911(ii), in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, Current ITR(for the assessment year 2019-2020), P.Tax acknowledgement receipt/FY 2020-21, GST Registration Certificate, Audit report for the last 5 (five) years(YEAR JUST PRECEDING THE CURRENT FINANCIAL YEAR i.e. 2020-21 WILL BE CONSIDERED AS YEAR-1)and valid Trade License, Proprietorship firm, if name of the firm not identical with the Legal-name of the Owner/Proprietor, have to elucidate the sovereignty of the firm in terms of an Affidavit executed before a 1st class Magistrate, should be uploaded. ii. Intending participants (Partnership Firm) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any) and W.B.F-2911(ii), in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, Current ITR (for the assessment year 2019-2020, P.Tax acknowledgement receipt/FY 2020-21, GST Registration Certificate ,Audit report for the last 5 (five) years(YEAR JUST PRECEDING THE CURRENT FINANCIAL YEAR i.e. 2020-21 WILL BE CONSIDERED AS YEAR-1) and valid Trade License, Registered Partnership Deed & Registered Power of Attorney, should be uploaded. iii. Intending participants (Company/ Limited/ Pvt. Limited) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any) and W.B.F-2911(ii), in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, Current ITR(for the assessment year 2019-2020, P.Tax acknowledgement receipt/FY 2020-21, GST Registration Certificate, Audit report for the last 5 (five) years(YEAR JUST PRECEDING THE CURRENT FINANCIAL YEAR i.e. 2020-21 WILL BE CONSIDERED AS YEAR-1) and valid Trade

Upload: others

Post on 12-Mar-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Notice Inviting e-Tender No. 10 of 2020-2021 of the

1 | P a g e

GOVERNMENT OF WEST BENGAL OFFICE OF THE EXECUTIVE ENGINEER

DAKSHIN DINAJPUR HIGHWAY DIVISION Ph.03522 257897 PUBLIC WORKS (ROADS) DIRECTORATE Fax 251076

COMPOSITE OFFICE BUILDING OF PWD (3rd

FLOOR) Email: BALURGHAT, DAKSHIN DINAJPUR [email protected]

PIN – 733 101

Memo No: - N-1/65 Date: - 19.01.2021

Notice Inviting e-Tender No. 10 of 2020-2021 of the Executive Engineer, Dakshin Dinajpur Highway Division, Public Works (Roads) Directorate.

1. On behalf of the Governor of the State of West Bengal, The Executive Engineer, Dakshin Dinajpur Highway Division, P.W. (Roads) Directorate, invites e-Tenders (electronic Tenders) from eligible resourceful & bonafide contractors as per the enclosed list of works under table 1 As per Order of Finance Department vide No.- 1177-F(Y), dt.-28.02.2014 and order no.- 71/SPW/2014,dt.- 03.03.2014 of Principal Secretary, PWD and Chief Engineer, P.W(Roads) Directorate memo no.- 129(7)/CE(R),dt.-03.03.2014 and Amended PWD code Vol.-I, vide G.O No.- 137/1-A/PW/O/10C-02/14, DT.- 24.04.2014. 2. Any contractor willing to take part in the process of e-Tendering will have to be enrolled & registered with the Government e-Procurement system; through logging on to http://wbtenders.gov.in using the option ―Click here to Enroll. Possession of a Valid Class II Digital Signature Certificate (DSC) in the form of smart card/e-token in the Company's name is a prerequisite for registration and participating in the bid submission activities through this web site. Digital Signature Certificates can be obtained from the authorized certifying agencies, details of which are available in the web site http://wbtenders.gov.in under the link―Information about DSC. 3. Intending Bidders can search and download NIT and other tender documents electronically by logging on to the websitehttp://wbtenders.gov.in, using his Digital Signature Certificate (DSC). This is the only mode of collection of tender documents. 4. For participating in the tender the bidders shall not have to pay the cost of tender documents for the purpose of participating in e-tendering [as per Notification No. 199-CRC/2M-10/2012, dated 21.12.2012 by the Secretary to the Government of West Bengal, Public Works Department, (CRC Branch)]. Earnest money @ 2% of the Estimated Amount Put to Tender to be deposited as per G.O. No. 416(8)-W(C)/1M-291/16 dated 03-08-2016 of the Joint Secretary, Works Branch, PWD in concurrence to G.O. No. 3975-F(Y) dated 28-07-2016 of the Secretary, Audit Branch, Finance Department a bidder should initiate payment of pre-defined EMD for the tender. 5. In a particular NIT, having multiple work, a bidder can participate in more than one work, provided the bid capacity permits and the bidder is capable to arrange to and deploy separate set of required machineries for multiple works and complete the work in specified time as per G.O.No.80-W(C)/1M-24/15 dt.25/01/2018 of the Additional Chief Secretary, Public Works Department. 6. A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of a firm. If found to have applied severally in a single job all his applications will be rejected for that job. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in ‘Eligibility criteria for participation’ in tender before bidding. 7. Eligibility criteria for participation in tender: i) Intending participants (Proprietorship Firm) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any) and W.B.F-2911(ii), in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, Current ITR(for the assessment year 2019-2020), P.Tax acknowledgement receipt/FY 2020-21, GST Registration Certificate, Audit report for the last 5 (five) years(YEAR JUST PRECEDING THE CURRENT FINANCIAL YEAR i.e. 2020-21 WILL BE CONSIDERED AS YEAR-1)and valid Trade License, Proprietorship firm, if name of the firm not identical with the Legal-name of the Owner/Proprietor, have to elucidate the sovereignty of the firm in terms of an Affidavit executed before a 1st class Magistrate, should be uploaded. ii. Intending participants (Partnership Firm) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any) and W.B.F-2911(ii), in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, Current ITR (for the assessment year 2019-2020, P.Tax acknowledgement receipt/FY 2020-21, GST Registration Certificate ,Audit report for the last 5 (five) years(YEAR JUST PRECEDING THE CURRENT FINANCIAL YEAR i.e. 2020-21 WILL BE CONSIDERED AS YEAR-1) and valid Trade License, Registered Partnership Deed & Registered Power of Attorney, should be uploaded. iii. Intending participants (Company/ Limited/ Pvt. Limited) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any) and W.B.F-2911(ii), in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, Current ITR(for the assessment year 2019-2020, P.Tax acknowledgement receipt/FY 2020-21, GST Registration Certificate, Audit report for the last 5 (five) years(YEAR JUST PRECEDING THE CURRENT FINANCIAL YEAR i.e. 2020-21 WILL BE CONSIDERED AS YEAR-1) and valid Trade

Page 2: Notice Inviting e-Tender No. 10 of 2020-2021 of the

2 | P a g e License, Company/ Limited/ Pvt. Limited valid Company Registration Certificate and/or the Article of Association and Memorandum & Registered Power of Attorney, should be uploaded. iv. Intending participants (Registered Co-operative Societies) shall have to upload the application in the prescribed format attached with this NIT along with Declaration and NIT with Corrigendum (if any),and W.B.F-2911(ii), in statutory cover. In Non-Statutory cover, scanned copies of Pan Card, Current ITR (for the assessment year 2019-2020, P.Tax acknowledgement receipt/FY 2020-21, GST Registration Certificate, Audit report for the last 5 (five) years(YEAR JUST PRECEDING THE CURRENT FINANCIAL YEAR i.e. 2020-21 WILL BE CONSIDERED AS YEAR-1)and valid Trade License, By-Law, Co-Operative Registration Certificate, should be uploaded. v. The prospective bidders shall have satisfactorily completed as a prime agency. Registered Labour Co-Operative & Registered Engineers‟ Co-Operative Societies and Bonafide & Resourceful Outsiders must have to produce sufficient credential of executing (as per G.O No.- 04-A/PW/O/10C-02/14, dated-18.03.2015).

vi. Amendment of Rule 47(9) (b) of WBFR, Vol.-I consequent upon introduction of GST Act, 2017 vide Memo No-4734-F(Y), Dated-13.07.2017. Rule 47(9) (b) of WBFR, Vol.-I is substituted with the following provisions: : Rule 47 (9) (b): i. Bidders shall submit copy of _ Valid PAN issued by the IT Deptt., Govt. of India _ Valid 15-digit Goods and Services Taxpayer Identification Number (GSTIN) under GST Act. 2017 ii. The following clause shall be included in all the contracts to be executed for (a) procurement of goods and services and (b) works-related contract involving supply of goods and services by contractor. “Tax invoice(s) needs to be issued by the supplier for raising claim under the contract showing separately the tax charged in accordance with the provisions of GST Act, 2017.” This order will be applicable to all the tenders invited for (a) procurement of goods and services and (b) works-related contract involving supply of goods and services by contractor, including procurement under Rule 47C. This order shall be deemed to have taken effect from 01.07.2017.

(A) for 1st Call:-

a) Indenting tenderers should produce credentials of a similar nature of work of the minimum value of 40% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of the tender notice; or, b) Intending tenderers should produce credentials of 2 (Two) similar nature of work, each of the minimum value of 30% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of the tender notice; or c) Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 80% or more and value of which is not less than the desired value at (a) above,

(B) for 2nd Call:-

a) Indenting tenderers should produce credentials of a similar nature of work of the minimum value of 30% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of the tender notice; or, b) Intending tenderers should produce credentials of 2 (Two) similar nature of work, each of the minimum value of 25% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of the tender notice; or c) Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 75% or more and value of which is not less than the desired value at (a) above, (C) for 3rd Call:- a) Indenting tenderers should produce credentials of a similar nature of work of the minimum value of 20% of the estimated amount put to tender during 5 (Five) years prior to the date of issue of the tender notice; or, b) Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 70% or more and value of which is not less than the desired value at (a) above, (In case of running works, only those tenderers who will submit the certificate or satisfactory running work from the concerned Executive Engineer, or equivalent competent authority will be eligible for the tender. In the required certificate it should be clearly stated that the work is in progress satisfactorily and also that no penal action has been initiated against the executing agency, i.e. the tenderer) under a State Govt. / Govt. of India / Zilla Parishad / State or Central Govt. Undertaken firms / Statutory Bodies constituted under the statute of State or Central Govt. etc. in the shape of completion certificate with specific tender No. from appropriate authority not below the rank of Executive Engineer/ District Engineer/Divisional Engineer for taking permission. [Non Statutory Documents] [Payment certificate will not be treated as credential] N.B;- Credential Certificate in terms of Completion Certificate must contain, estimated amount, Date of completion of project, Tender No., Work details with Name of the work & detail communicational address of Agency with Email ID and Phone No, Final Bill Value, etc. Similar nature of work means- Flexible pavement consists of WBM, WMM (as non-Bituminous works),BM, PC, and MSS, etc.(as Bituminous works) / Rigid

Page 3: Notice Inviting e-Tender No. 10 of 2020-2021 of the

3| P a g e Pavement / High grade Concrete work in Road & Bridge / Mastic Asphalt Work, and/or Soil Exploration work, Culvert work (Hume Pipe/Slab/Box type), Rehabilitation and retrofitting of distressed structure (Major/Minor Bridge work), Bridge work, etc. respective of their item wise work value. [Respective BOQ of the work furnished as credential should be uploaded for ready reference to justify the similar nature of the work along with Completion Certificate authenticated by the appropriate authority not below the rank of Executive Engineer.] vii. All Bidders should have to upload only their self-attested copies of the requisite documents as stated in Clause No. - 7 of this NIT. viii. Neither prospective bidders nor any of constituent partners had been debarred to participate in tender by the P.W.& P.W. (Roads) Department during the last 5 (five) years prior to the date of this NIT. Such debarment will be considered as disqualification towards eligibility. (A declaration in this respect has to be furnished by the prospective bidders as per prescribed format vide Section-A/ Declaration of by the Tenderer /Cl.-5, without which the Technical Bid shall be treated non responsive). Technical Bid shall be treated as nonresponsive if anything adverse has come to the notice of the tender inviting authority against the Firm/Agency/ bidder so far as his performance within the jurisdiction of the concerned circle. 8. Submission of Tenders:- 8.1 General process of submission Tenders are to be submitted online through the website stated in Clause 2, in two folders, at a time for each work, one is Technical Proposal and the other is Financial Proposal, before the prescribed date and time mentioned under Clause 8.Using the Digital Signature Certificate (DSC), the documents are to uploaded virus scanned and digitally signed. The documents will get encrypted (transformed into non-readable formats). 8.2 Technical Proposal The Technical Proposal should contain scanned copies (self attested) of the following in further two covers (folders). In order to keep the uploaded file sizes minimum, scanning of the photocopy of the documents is desirable. a. Statutory / Technical file cover containing, i. Application duly signed in Letter Head Pad, (Format As per Section-B, Form-I) ii. Declaration by the Tenderer in Letter Head Pad with duly signed by the Applicant. (Format As per Section-A) iii. Notice Inviting Tender along with Corrigendum, (if any). iv. Tender W.B. Form No. 2911(ii) along with Special Terms and conditions, Specifications, Drawing(s) (if any). Note: i. Only downloaded copies of the documents mentioned under Causes. 8 (i), 8(ii), 8(iii), & 8(iv) are to be uploaded, virus scanned and digitally signed by the contractor. Any tampering, if found, is subject to punishable offence as per prevailing IT Act and also the Tender will be summarily rejected without any prejudice. ii. No Bidder is exempted from payment of EMD, [as per Amended PWD code Vol.-I, vide G.O No. - 137/1-A/PW/O/10C-02/14, DT.- 24.04.2014.] iii. Tenders will be summarily rejected if any item in the statutory cover is missing. b. Non-Statutory Technical cover containing, i. P.Tax acknowledgement receipt/FY 2020-21 and PAN Card, Income Tax Return (for the assessment year 2019-2020), valid Trade License (from Concerned Municipality / Panchayet). ii. GST Registration Certificate. iii. Registered Deed for Partnership Firm (For Partnership firms), Company Registration Certificate(For Companies/LTD./PvtLTD.) iv. Completion Certificate [as stated in Clauses 7 (v), as applicable v. For Registered Unemployed Engineers„Co-Operative Societies and Registered Labour Co -Operative Societies Registration Papers in support of their Registration, Bye Laws, along with other documents as mentioned in Clause No.- 6(iv). vi. All Bonafide & resourceful Agencies must have to furnish Audit report for the last 5 (five) years(YEAR JUST PRECEDING THE CURRENT

FINANCIAL YEAR i.e. 2018-19 WILL BE CONSIDERED AS YEAR-1)along with other documents as mentioned in Clause No.- 7(i) , 7(ii), 7(iii),7(iv),7(v) & 7(vi). vii. Registered Power of Attorney, (if any) as per clause no. - 25 of this NIT. THE ABOVE STATED NON-STATUTORY / TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER Click the check boxes beside the necessary documents in the ―My Documents list and then click the tab ―Submit Non Statutory Documents to send the selected documents to Non-Statutory folder. Next, click the tab ―Click to Decrypt and upload and then click the ―Technical Folder to upload the Technical Documents.

Page 4: Notice Inviting e-Tender No. 10 of 2020-2021 of the

4 | P a g e

Sl. No

Category Name Sub-Category Name Sub-Category Description Format / File Name

A CERTIFICATES

A1 CERTIFICATES

I) PROFESSIONAL TAX (PT) DEPOSIT RECEIPT CHALLAN FOR THE FINANCIAL YEAR 2020-21, II) PAN CARD,

III)Latest IT RETURN

IV) GST REGISTRATION CERTIFICATE.

PDF

B COMPANY DETAILS

B1 COMPANY DETAILS(PROPRIETORSHIP FIRM)

I) TRADE LICENSE ISSUED BY MUNICIPALITY/PANCHAYET II) PROPRIETORSHIP FIRM, IF NAME OF THE FIRM NOT IDENTICAL WITH THE LEGAL-NAME OF THE OWNER/PROPRIETOR, HAVE TO ELUCIDATE THE SOVEREIGNTY OF THE FIRM IN TERMS OF AN AFFIDAVIT executed before a1st class Magistrate.

PDF

B2 COMPANY DETAILS(PARTNERSHIP FIRM)

I) VALID TRADE LICENSE ISSUED BY MUNICIPALITY/PANCHAYET II) REGISTED DEED OF PARTNERSHIP FIRM III) REGISTERED POWER OF ATTORNEY FOR USING DSC & SIGN. ALL TENDER DOCUMENTS (REF. CL. NO. 25 OF THIS NIT)

PDF

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

I)VALID TRADE LICENSE ISSUED BY MUNICIPALITY/PANCHAYET II) REGISTRATION CERTIFICATE UNDER COMPANY ACT /INCORPORATION CERTIFICATE(IF ANY)/ARTICLE OF ASSOCIATION OF MEMORANDUM III) REGISTERED POWER OF ATTORNEY FOR USING DSC AT SIGN ALLTENDER DOCUMENTS(REF.CL.NO.25 OF THIS NIT)

PDF

B4 COMPANY DETAILS (CO-OPERATIVE FIRM)

I) TRADE LICENCE ISSUED BY THE MUNICIPALITY/PANCHAYET II) REGISTRATION CERTIFICATE / BYE-LAWS ISSUED BY THE CO-OPERATIVE DEPARTMENT TO THE RESPECTIVE SOCIETY

PDF

C CREDENTIAL

C1 CREDENTIAL 1

COMPLETION CERTIFICATE OF SIMILAR NATURE OF WORK DONE UNDER CLAUSE 7(VI)

PDF

D DECLARATION

D1DECLARATION FILE I DECLARATION / AFFIDAVIT(IF ANY) PDF

E FINANCE INFO.

E1 P/L AND BALANCE SHEET/AUDIT REPORT (NOT EARLIER THAN 2013-2014)

P/L AND BALANCE SHEET AND / OR TAX Audit report for the last 5 (five) years(YEAR JUST

PRECEDING THE CURRENT FINANCIAL YEAR i.e. 2020-21 WILL BE CONSIDERED AS YEAR-1) ALONG WITH OTHER DOCUMENTS IN PROPER FORMAT AND AUTHENTICATED BY APPROPRIATE AUTHORITY

PDF

F EQUIPMENT i) Lab Equipment ii)Constructional Machineries

1. Authenticated copy of Tax Invoice and Way bill (Machinery), Delivery Challan.

PDF

Page 5: Notice Inviting e-Tender No. 10 of 2020-2021 of the

5| P a g e SSION OF ANY ONE OF THE ABOVE MENTIONED DOCUMENTS WILL RENDER THE TER LIABLE REJECT. 8.3 Financial Proposal The financial proposal should contain the following documents in one cover (folder), i.e. Bill of Quantities (BOQ). The contractor is to quote the rate (percentage above or below or At Par) online through computer in the space marked for quoting rate in the BOQ, Only downloaded copies of BOQ are to be uploaded, virus scanned and digitally signed by the contractor. Any change and/or tampering in BOQ will not be accepted under any circumstances. Any tampering, if found, is subject to punishable offence as per prevailing IT Act and also the Tender will be summarily rejected without any prejudice. 8.4 Penalty for suppression / distortion of facts: If any tenderer fails to produce the original hard copies of the documents uploaded or any other documents on demand of the Tender Inviting Authority within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression or forged/ fabricated document found, the bidder will be suspended from participating in the tenders on e-Tender platform for a period as per norms. In addition, his user ID will be deactivated and Earnest Money Deposit will stand forfeited. Besides, the Public Works (Roads) Directorate may take appropriate legal action against such defaulting bidder and failure to submit the hard copy of documents uploaded within the time period prescribed for the purpose, may be construed as an attempt to disturb the tendering process and dealt with accordingly legally including Blacklisting of the bidder (vide Finance Department OrderNo.-1592-F(Y), dt- 20.03.2014). In the event of taking penal measures of suspension and debarment of suppliers, contractors and consultants who are participating in the tender process for their false declaration or forgery or falsification of records submitted or failure to execute committed contract or for their failure to perform contractual obligations and thereby resulting delay for execution of the public works or execution of faulty works, detailed guidelines for such action will be followed as per Govt. Order vide memo no. 547- W(C)/1M-387/15 dated-16.11.2015. 9. Date & Time Schedule:

Sl. No Particulars

Date

1 Publishing of Tender 19.01.2021

2 Documents download Start date (Online) 19.01.2021 from 17:50 HRS.

3 Bid Submission Start Date (Online). 19.01.2021 from 18:00 HRS

4 Bid Submission End Date (Online). 08.02.2021 up to 17:30HRS

5 Opening of Technical Proposal 11.02.2021 from 12:00 HRS.

6 Opening of Financial Proposal To be notified later.

10. Opening and evaluation of tender: 10.1 Opening of Technical Proposal i. Technical proposals will be opened by the Executive Engineer, Dakshin Dinajpur Highway Division, P. W. (Roads) Directorate, and/or his authorized representatives, electronically from the website stated in Clause 2, using their Digital Signature Certificate at Office of the Executive Engineer, Dakshin Dinajpur Highway Division, P.W.(ROADS) DIRECTORATE on the date already mentioned under Clause.8 . ii Intending Bidders may remain present at the venue stated above if they desire iii. Cover (Folder) for Statutory Documents (vide Clause 8.2.a) will be opened first and if found in order, Cover (Folder) for Non-statutory Documents (vide Paragraph – 8.2.b) will be opened. If there is any deficiency in the Statutory & Non-Statutory Documents, the tender will summarily be rejected. iv. Decrypted (transformed into readable formats) documents of the Non statutory Cover will be downloaded, and evaluated for eligibility. v. Pursuant to scrutiny & decision after evaluation the summary list of eligible tenders & the serial number of work for which their proposal are considered will be uploaded in the web portals. vi. While evaluation the tender inviting authority may summon the Bidders & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these are not produced within the stipulated time frame, their proposals will be liable for rejection. 10.2 Opening and evaluation of Financial Proposal i. Financial proposals of the Bidders found technically eligible, will be opened electronically from the web portal stated in Clause 2 on the prescribed date, by the Executive Engineer, Dakshin Dinajpur Highway Division, P. W. (Roads) Directorate and/or his authorized representatives at Office of the Executive Engineer, Dakshin Dinajpur Highway Division, P.W. (ROADS) DIRECTORATE on the date already mentioned under Clause.9. ii. The encrypted copies will be decrypted and the rates will be read out before to the contractors remaining present at that time. iii. After evaluation of Financial Proposal, by the Executive Engineer, Dakshin Dinajpur Highway Division, P. W. (Roads) Directorate, may upload the final summary result containing inter-alia, name of contractors and the rates quoted by the agency against each work provided he is satisfied that the rates obtained are fair and reasonable and there is no scope of further lowering down of rate. 11. Acceptance of Tender: Lowest valid rate should normally be accepted. However, the Tender Accepting Authority, i.e. The Executive Engineer, Dakshin Dinajpur Highway Division, P. W. (Roads) Directorate does not bind himself to do so and reserves the right to reject any / or all the tenders, for valid reasons and also reserves the right to distribute the work amongst more than one bidder. 12. A tender once quoted shall remain valid for a period of 120 (One hundred and Twenty) days from the last date of submission of tender. 13. All the bidders are requested to visit their site of corresponding works they applied for before quoting their rates. 14.The Executive Engineer, Dakshin Dinajpur Highway Division, P. W. (Roads) Directorate may invite fresh price bid (Open or sealed) if necessary, among the respective bidders after the financial proposal are opened on the date as specified in the Sealed/Open Bid Notice, as circulated, after the opening of financial proposal.

Page 6: Notice Inviting e-Tender No. 10 of 2020-2021 of the

6 | P a g e 15. All materials required for the proposed schemes including Straight Run Bitumen ( 10 / 20 grade),VG-30 (60/70 grade)( if applicable ) ,Brick bats(if applicable),shall be of approved brand in accordance with relevant code of practice and manufacture accordingly and shall be procured and supplied by the agency at their own cost. Authenticated evidence for purchase of Straight Run Bitumen, Cationic Bitumen Emulsion, Cement and Steel are to be submitted along with challan and necessary test certificate should be submitted by the Agency. If required by the Engineer-in-Charge, further testing from any Government approved Testing Laboratory shall have to be conducted by the agency at their own cost. Only Straight Run Bitumen (1 0 / 2 0 grade), VG-30(60/70 grade) and MS Grade Cationic Bitumen Emulsion of Indian Oil/ Bharat Petroleum/Hindustan Petroleum will be permitted. 16. Mobile Hot Mixed Plants / Hot Mixed Plants etc. have to be own or arranged by intending bidders for the corresponding items of works provided in the specific price schedule. In the event of failure to produce the machineries at site during the works, the tender will be terminated with forfeiture of earnest money / security deposit .THE HOT MIXED PLANT SHOULD HAVE SEPARATE DRYER ARRANGEMENT FOR HEATING THE AGGREGATES & MIXING WITH BINDER. NO OTHER HOT MIXPLANT WILL BE ALLOWED WITH RESPECT TO ANY BITUMINOUS WORK. 17. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Tenders, no cost of Bidding shall be reimbursable by the Department. The Executive Engineer, Dakshin Dinajpur Highway Division, P.W. (Roads) Directorate reserves the right to reject any/all application for participating and to accept or reject any/all offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder at the stage of Bidding. 18. No conditional tender / incomplete tender will be accepted. No Joint Venture firm will be entertained under any circumstances. No Mobilization Advance and Secured Advance will be allowed. 19. The Tender Documents shall consist of the following documents: i. WB Form No. 2911(ii) ii. NIeT & CORRIGENDA(S) iii. BOQ. 20. If any discrepancy arises between two similar clauses on different notifications, the clause as stated in later notification will supersede former one in following sequence: a. W.B. Form No. 2911(ii) b. NIeT & CORRIGENDA(S) c. Technical Proposal d. Financial Proposal 21. The successful bidder shall have to submit the following copies of the tender documents within 07 (seven) days from issue of the notice of acceptance of tender for execution of Formal Agreement. Failure to do so within the specified time, his contract will be liable to terminate with forfeiture of earnest money: i. Three sets of documents, each set containing W.B. Form No. 2911(ii), NIeT& BOQ & Corrigenda(s) (if applicable) The above documents shall have to be purchased from the Office of the Executive Engineer, Dakshin Dinajpur Highway Division on payment of the prices per copy mentioned as per the list given below. All the copies shall have to be signed mentioning the accepted rate in the appropriate space and submitted within the specified time.

SlNo.

Estimated Amount (Rs.) Price of Tender Documents per sets

1. Above Rs. 5.00 Lakh and upto Rs. 25.00 Lakh . Rs. 1005/

2. Above Rs. 25.00 Lakh and upto Rs. 45.00 Lakh. R s. 2505/

22. Payment for the executed works will be made as per the availability of fund and no claim whatsoever will be entertained for any delay of payment, if any. Intending Bidders may consider this criterion while quoting their rates. 23. There shall be no provision of Arbitration. Hence Clause 25 of WB Form No. 2911 (ii) is omitted vide Notification No.558/SPW dated. 13.12.2011 of the Principal Secretary, P. W. & P.W. (Roads) Department. It‟s also informed to all Bidders that, The Clause 17 of WB Form No. 2911 (ii) {Liability of Contractor for damaged done & for imperfection} is partially modified vide Notification No. 177-CRC/2M-57/2008 dated 12/07/2012 of the Secretary to the Government of West Bengal. 24. In case of any inadvertent typographical mistake found in the BOQ, the same shall be treated to be corrected as to conform to the prevailing relevant schedule of rates and / or technically sanctioned estimate.

Page 7: Notice Inviting e-Tender No. 10 of 2020-2021 of the

7 | P a g e 25. Where an individual person holds a digital certificate in his own name duly issued to him against the company or the firm of which he happens to be a director or partner, such individual person shall, while uploading any tender for and on behalf of such company or firm, invariably upload a copy of registered power of attorney showing clear authorization in his favour, by the rest of the directors of such company or the partners of such firm, to upload such tender. The power of attorney shall have to be registered in accordance with the provisions of the Registration Act, 1908. [Ref. Memo .No. - 61/SPW/12, dt.- 08.06.2012 of P.W.D] 26. Constructional Labour Welfare Cess @ 1(one) % of cost of construction will be deducted from every Bill of the selected agency, Royalty & all other Statutory levy/ Cess will have to be borne by the contractor & the rate in the schedule of rates inclusive of all the taxes & cess stated above. 27. If any date is specified in the N.I.e.T. falls on Holiday or any other occasion, declared holiday the corresponding dates will be considered/reckoned the next working day/days. 28. KEEPING IN VIEW THE IMPORTANCE OF THE WORKS, NO EXTENSION OF TIME WILL BE GRANTED EXCEPT VALID REASONS. HENCE ALL SUCESSFUL BIDDERS HAVE TO COMPLETE THEIR RESPECTIVE WORKS WITH IN THE STIPULATED TIME MENTIONED IN THE LIST OF WORKS (Annexed herewith in Table-1, of the NIT.) 29. Contractor shall have to comply with the provisions of- (a) the contract labour (Regulation Abolition) Act. 1970; (b) Apprentice Act.1961 and (c) minimum wages Act. 1948 of the notification thereof or any other laws relating thereto and the rules made and order issued there under from time to time. 30. In case of Ascertaining Authority at any stage of tender process or execution of work necessary registered irrevocable power of attorney is to be produced. 31. All intending bidders are requested to be present in the chamber of the Executive Engineer, Dakshin Dinajpur Highway Division, and P.W. (Roads) Directorate during opening of the Tender, to observe the tender opening procedure. 32. During the scrutiny at any stage of tender Procedure, if it come to the notice to tender inviting authority that the credential or any other documents found incorrect/manufactured/fabricated, that bidder would not allowed to participate in the tender and that application will be out rightly rejected without any prejudice and the Earnest Money deposited by the bidder will be forfeited by the Tender Inviting Authority without assigning any reason thereof and legal action may be imposed as per norms. The Executive Engineer, Dakshin Dinajpur Highway Division, reserves the right to cancel the NIT due to unavoidable circumstances without assigning any reason and no claim in this respect will be entertained. 33. In case if there be any objection regarding prequalifying the Agency that should be lodged to the Executive Engineer, Dakshin Dinajpur Highway Division within 48 (Forty Eight) hours from the date of publication of list of qualified agencies and beyond that time schedule no objection will be entertained by the Executive Engineer, Dakshin Dinajpur Highway Division. 34. Before issuance of the Work Order, the tender inviting authority may verify the hard copy of credential and other documents of the lowest bidder if necessary. After verification if it is found that the documents submitted by the lowest bidder is either manufactured or false/fabricated in that case work order will not be issued in favour of the said bidder under any circumstances and the Earnest Money deposited by the bidder will be forfeited by the Tender Inviting Authority without assigning any reason thereof and legal action may be imposed as per norms. 35. Refund of EMD : The Earnest Money of all the unsuccessful Tenderers will be refunded as per clause.4.of this NIeT and as per G.O.No.148-W(C)/1M-23/15 dt.16/03/2018 of the Additional Chief Secretary, Public Works Department. 36. There will be a “Defect Liability Period” as per nature of work as illustrated below from the date of completion and the security deposit will be released phase wise as detailed below. If any defect/damage is found during the “Defect Liability Period”, the contractor will make the same good at his own expense up to the specification at par with the instant project work, or on default, the Engineer-in-Charge may cause the same to be made good by other agency 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 the contract or from his security deposit, or the proceeds of the sale thereof, or of sufficient portion thereof. Clause 17 of CONDITION OF CONTRACTOR of the Printed Tender Form 2911(ii) shall be substituted by the following as per G.O. No. 5784-PW/L&A/2M-175/2017 dated: 12.09.2017 of the Principal Secretary, Public Works Department, Govt. of West Bengal.:- “Clause 17” - lf the contractor or his workmen or servants or authorized representatives shall break, deface, injure or destroy any part of the building, in which they may be working or any building, road, road curbs, fence, enclosure, water pipes, cables, drains, electric or telephones posts or wires, tress, grass or grassland or cultivated ground contiguous to the premises on which the work or any part of it is being executed, or if any damage shall happen to the work from any cause whatsoever or any imperfections become apparent in it at any time whether during its execution or within a period of three months or one year or three years or five years, as the case may be (depending upon the nature of the work as described in the explanation appended hereto) hereinafter referred to as the Defect Liability Period, from the actual date of completion of work as per completion certificate issued by the by the Engineer – in charge, the contractor shall make the same good at his own expense, or in default, the Engineer – in –charge may cause the same to be made good by other workmen and deduct the expense (of which the certificate of the Engineer-in-charge shall be final and binding on all concerned) from any sums, whether under this contract or otherwise, that may be then, or at any time thereafter become due to the contractor from the Government or from his security deposit, either full, or of a sufficient portion thereof and if the cost, in the opinion of the Engineer-in –charge (which opinion shall be final and conclusive against the contractor), of making such damage or imperfection good shall exceed the amount of such security deposit and/ or such sums, it shall be lawful

Page 8: Notice Inviting e-Tender No. 10 of 2020-2021 of the

8 | P a g e for the Government to recover the excess cost from the contractor in accordance with the procedure prescribed by any law for the time being in force. Provided further that the Engineer – in – charge shall pass the “Final Bill” and certify thereon, within a period of thirty days with effect from the date of submission of the final bill in acceptable form by the contractor, the amount payable to the contractor under this contract and shall also issue a separate completion certificate mentioning the actual date of completion of work to the contractor within the said period of thirty days. The certificate of the Engineer –in – charge whether in respect of the amount payable to the contractor against the “Final Bill” or in respect of completion of work shall be final and conclusive against the contractor. However, the security deposit of the work held with the Government under the provision of clause -1 hereof shall be refundable to the contractor in the manner provided here under:- (a) For work with three months Defect Liability Period: (i) Full security deposit shall be refunded to the contractor on expiry of three months from the actual date of completion of the work. (b) For work with one year Defect Liability Period: (i) Full security deposit shall be refunded to the contractor on expiry of one year from the actual date of completion of the work. (c) For work with three years Defect Liability Period: i) 30% of the security deposit shall be refunded to the contractor on expiry of two year after the issuance of certificate of completion of work; ii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of three years from the actual date of completion of the work; (d) For work with five years Defect Liability Period: (i) No security deposit shall be refunded to the contractor for first three years from the actual date of completion of the work; (ii) 30% of the security deposit shall be refunded to the contractor on expiry of four years from the actual date of completion of the work; (iii) The balance 70% of the security deposit shall be refunded to the contractor on expiry of five years from the actual date of completion of the work;

Explanation: The word „work‟ means and includes road work, bridgework, building work, sanitary and plumbing work, electrical work and / or any other work contemplated within the scope and ambit of the contract. For (i) The work of patch repair or patch maintenance in nature or a combination thereof, the Defect Liability Period of the work shall be three months from the actual date of completion of the work. (ii) Thorough Bituminous Surfacing work with bituminous thickness less than 40 mm, Repair & Rehabilitation of any road/ bridge/ culvert/ building/ Sanitary & Plumbing work, the Defect Liability Period of the work shall be one year from the actual date of completion of the work. (iii) Extension of building/ bridge/ culvert, Construction of new flexible pavement up to bituminous level which has been designed for a period of 3 years or more, Widening and Strengthening of flexible pavement designed for a period of 3 years or more, Improvement of riding quality/ Strengthening of flexible pavement of designed for a period of 3 years or more; Providing only mastic asphalt layer over existing bituminous surface without providing bituminous profile corrective course/ bituminous base course, the Defect Liability Period of the work shall be three years from the actual date of completion of the work; (iv) Construction of new building/ new bridge/ new culvert, Reconstruction of building/ bridge/ culvert including construction of approach roads for bridge/ culvert, Construction of rigid pavement, Reconstruction of rigid pavement, Construction of new flexible pavement covered by mastic work which has been designed for a period of 5 years or more, Widening and strengthening of flexible pavement covered by mastic work which has been designed for a period of 5 years or more, Improvement of riding quality/ Strengthening of flexible pavement covered by mastic work which has been designed for a period of 5 years or more, the Defect Liability Period of the work shall be five years from the actual date of completion of the work; The following paragraph shall be added to the Interpretation Clause of CONDITIONS of CONTRACT:- “The word „Government‟ means the Government of the State of west Bengal in Public Works Department.” This bears concurrence of Group-T of Finance (Audit) Department vide their U.O. No.417 Dated- 22.08.2017.

The Defect Liability period for Sl No-01 & 02 of this N.I.e.T are 7 (Seven) Years. 37. The Bidder should submit „Additional Performance Security in Road Projects‟ as per G.O.No.-lT-06/2017/444-R/PL, Dated-18.04.2017 of Principal Secretary of Public Works Department. 38. The Bidder should upload their Email Id and Mobile No in their pad in Pdf. 39. Preventive measures need to be taken to control air pollution during construction activities as per order no- 1M-21/2017/167-R/W (N),dated- 11.12.2108 and 1M-21/2017/06-R/W(N), dated-16.06.2017 of the Joint Secretary (P&C) to the Govt. of West Bengal,P.W.D. 40. Complain against any bidder/bidder(s) is to be entertained those who have been participated in the bid process of the same works of the same NIT. Executive Engineer

Dakshin Dinajpur Highway Division P. W. (Roads) Directorate

Page 9: Notice Inviting e-Tender No. 10 of 2020-2021 of the

9 | P a g e Memo No.: N-1/65 Date: - 19.01. 2021 Copy forwarded for information and wide circulation to: 1. The Sabhadhipati,DakshinDinajpour Zilla Parishad, Balurghat, Dakshin Dinajpur. 2. The Chief Engineer (H.Q.), P.W.(Roads) Directorate, Nabanna, Howrah. 3. The Chief Engineer (North Zone), P.W.(Roads) Directorate, L.R.P.Building, Champasari, Siliguri,Darjeeling. 4. The Superintending Engineer, Northern Highway Circle, P.W.(Roads) Directorate,Singatala,Malda 5. The District Magistrate, Dakshin Dinajpur, Balurghat,Dakshin Dinajpur. 6. The Executive Engineer, Uttar Dinajpur Highway Division, P.W.(Roads) Dte.,Raiganj, Dt.Uttar Dinajpur. 7. The Executive Engineer, Malda Highway Division, P.W.(Roads) Dte.Singatala,Malda. 8. The Executive Engineer, Dakshin Dinajpur Division, P.W.D., Balurghat, Dakshin Dinajpur. 9. The Joint Director of Information & Cultural Affairs Department, Writers‟ Buildings, Kolkata- 700 001.10. The District Information & Cultural Officer, Dakshin Dinajpur, Balurghat, Dakshin Dinajpur. 11. The Sub-Divisional Officer, Balurghat Sadar Sub-Division, Balurghat, Dakshin Dinajpur 12-13.The Assistant Engineer, Balurghat / Buniadpur Highway Sub Division. 14. The Sr.Divisional Accounts Officer, Dakshin Dinajpur Highway Division. 15. The Estimator, Dakshin Dinajpur Highway Division. 16. The Establishment Section, Dakshin Dinajpur Highway Division. 17. The Secy. Dakshin Dinajpur Contractors‟ Association, Balurghat 18. The Secy. Dakshin Dinajpur Engineers Co-Operative Association, Balurghat, Dakshin Dinajpur. 19. The Secy. Federation of Labour Co-Operator‟s Association, Dakshin Dinajpur. 20. This Office Notice Board. Executive Engineer

Dakshin Dinajpur Highway Division P. W. (Roads) Directorate

Page 10: Notice Inviting e-Tender No. 10 of 2020-2021 of the

10 | P a g e Memo No– N-1/65 Dated: - 19.01.2021

LIST OF WORKS (As per N.I.e.T. Table No. 1) N.I.e.T. No. 10 of 2020-21 of the Executive Engineer, Dakshin Dinajpur Highway Division, P.W. (Roads) Directorate.

Tender Reference No.: WBPWRD/EE/DDHD/NIeT-10/2020-2021.

Sl No.

Name of Works

Estimated Amount put to

Tender

Earnest Money

Chargeable Head

Contractor‟s Eligibility to

participate in the Tender

Time for completion

of work.

Defect Liability Period

1. Different Roads under Buniadpur Highway Sub-Division Jurisdiction, Installation of road Furniture and Retro-reflectorised Traffic Sinage under Dakshin Dinajpur Highway Division, in the District of Dakshin Dinajpur, during the year 2020-21.

15,94,660.34 31,893.00 Non Plan Resourceful and Bonafide Contractor having credential as in Cl.- 7(vi) and Specialized in similar nature of job should apply.

30 (Thirty) Days

7(Seven) Years

2. Different Roads under Balurghat Highway Sub-Division Jurisdiction, Installation of road Furniture and Retro-reflectorised Traffic Sinage under Dakshin Dinajpur Highway Division, in the District of Dakshin Dinajpur, during the year 2020-21.

19,65,918.86 39,318.00 Non Plan Resourceful and Bonafide Contractor having credential as in Cl.- 7(vi) and Specialized in similar nature of job should apply.

30 (Thirty) Days

7(Seven) Years

Executive Engineer Dakshin Dinajpur Highway Division P. W. (Roads) Directorate

Page 11: Notice Inviting e-Tender No. 10 of 2020-2021 of the

11 | P a g e

SECTION – A DECLARATION OF THE TENDERER:

1) I / We have inspected the site of work and have made myself / ourselves fully acquainted with local conditions in and around the site of work. I / We have carefully gone through the Notice Inviting Tender and other tender documents mentioned therein along with the Drawing attached (if any). I / We have also carefully gone through the “Priced Schedule of Probable Items and Quantities” 2) My / Our tender is offered taking due consideration of the facts regarding the local site conditions stated in this Detailed Notice Inviting Tender to Complete the proposed Constructions as per drawings referred to above in all respects. 3) I / We also agree to procure tools and plants, at my / our cost required for the work. 4) I / We promise to abide by all the stipulations of the contract documents and carryout and complete the work to the satisfaction of the Department. 5) I/We also hereby certified that neither our firm nor any constituent partner of the firm has been debarred to participate in tender by Public Works Department during the last 5 (five) years prior to the date of this NIT. 6) I/We understand and agree that further qualifying information may be requested and agrees to furnish any such information at the request of the Department. 7) I/We certified that I have applied in the Tender in the capacity of individual / as a partner of a firm and I have not applied severally for the same job. 8) Certified that I have applied in the tender in the capacity of individual or as a partner of a firm. 9) I, the undersigned, declare that all the statements made in the attached documents in respect of mode of ownership of machineries are true and correct. 10) Certified that required specified machineries for the works under this NIT shall be installed at the working site within 45 (forty-five) days from the date of work order if the machineries are required in the very initial stage of the work, otherwise machineries shall be installed at the working site well ahead of the actual requirement as per our submitted work programme. 11) I, the undersigned do certify that all the statements made in the attached documents are true and correct. If any declaration submitted is found / asserted to be incorrect / fabricated / misrepresented / fraudulent etc. accordingly tender will be liable to be cancelled / terminated immediately and I / my firm / company shall also be liable to prosecuted under section 197, 199 & 200 of Indian Penal Code,1860 along with Section 71 and Section 73 of Indian Information and Technology Act 2008 and any other applicable law for the time being in force in addition of Earnest Money/Security Deposit. Postal Address of the Tenderer Vill.:- P.O.:- P.S.:- Dist.:- Pin Code:- Mob. No.:- PAN No. GST No.

________________________________________ Signature of Tenderer with Address and Seal

N.B:- THIS DECLARATION MUST BE SUBMITTED IN THE LETTER HEADED PAD OF THE FIRM. Signature of the Tenderer Signature of the Tender Accepting Authority

Page 12: Notice Inviting e-Tender No. 10 of 2020-2021 of the

12| P a g e

SECTION – B FORM –I

APPLICATION To The Executive Engineer Dakshin Dinajpur Highway Division Public Works (Roads) Directorate. Ref: - Tender for______________________________________________________________________________ ________________________________________ (Name of work) ___________________________ __________________________________________________________________________________________ ____________________________________________________________________________________ N.I.e.T No-10(Sl No- 01 & 02) of 2020-2021 of Executive Engineer, Dakshin Dinajpur Highway Division, Public Works (Roads) Directorate. 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 capacity ___________________________________________________________________duly authorized to submit the order. The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for Application and for completion of the contract documents is attached herewith. We are interested in bidding for the work(s) given in Enclosure to this letter. We understand that: (a) Tender Inviting & Accepting Authority/Engineer-in-Charge can amend the scope & value of the contract bid under this project. (b) Tender Inviting & Accepting Authority/Engineer-in-Charge reserve the right to reject any application without assigning any reason. Enclo:- e-Filling:- 1. Statutory Documents 2. Non Statutory Documents Date: - Signature of applicant including title and capacity in which application is made. N.B :- THIS APPLICATION MUST BE SUBMITTED IN THE LETTER HEADED PAD OF THE FIRM.