0% found this document useful (0 votes)
35 views6 pages

t 3

The Hooghly Zilla Parishad is inviting open competitive e-tenders for the development of a children's park at Garmandaran Paryatan Kendra, with a submission deadline of March 6, 2024. Bidders must meet specific eligibility criteria, including prior experience and financial capacity, and must submit their bids electronically along with necessary documentation. The tender process includes a two-part submission: a technical bid and a financial bid, with the opening of bids scheduled for March 11, 2024.

Uploaded by

Mantajul Sk
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
35 views6 pages

t 3

The Hooghly Zilla Parishad is inviting open competitive e-tenders for the development of a children's park at Garmandaran Paryatan Kendra, with a submission deadline of March 6, 2024. Bidders must meet specific eligibility criteria, including prior experience and financial capacity, and must submit their bids electronically along with necessary documentation. The tender process includes a two-part submission: a technical bid and a financial bid, with the opening of bids scheduled for March 11, 2024.

Uploaded by

Mantajul Sk
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 6

OFFICE OF THE HOOGHLY ZILLA PARISHAD

P. O. CHINSURAH : : DIST. HOOGHLY.


NOTICE INVITING TENDER NO. HGL/N-79/2023-24
Memo No.______________/DE/2023-24
1st Call Date:-
A.
PREFACE:
Notice inviting open competitive E-tender in two cover system on Item Rate basis in the prescribed format are hereby invited
from the reputed, resourceful, experienced, bonafied outsider Contractor for execution of the following works as briefed in
‘Table’ below.
TABLE
SL. NAME OF THE WORK SPECIFICATION EARNEST PARTICIPATIO TIME REMARKS
NO. MONEY N CHARGE ALLOWED
(IN RS.) (Not refundable) FOR
(IN RS.) (Days)
1 2 3 4 5 6 7
1.0 SICT of Development of
Children Park by different
Play Park Equipment at
Open competitive
Garmandaran Paryatan AS Annexure "A" ₹ 20,000.00 ₹ 1,005.00 30
tender
Kendra under Goghat II
Block in the District of
Hooghly
B. SCHEDULE:
1. Date of Publication of NIT : - 21-02-2024
2. Date of Download of Tender Paper :- From 22/02/2024 to 06/03/2024 upto 2:00 P.M.
3. Date of Submission of Tender Paper: – From From 22/02/2024 to 06/03/2024 upto 2:00 P.M. and the bid will be open on
11/03/2024 at 2:30 P.M.
4. Tender Validity Days from the date of Dropping:- 180 Days
The process of deposit of earnest money through offline instruments like Bank Draft, Pay Order etc. will be stopped for
e–tender procurement of this Office.
Necessary Earnest Money and Participation Charge 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 & Account No., Amount, Beneficiary Bank name
(ICICI Bank) & IFSC Code and e–Proc Ref No.
Intending bidder who wants to transfer EMD through NEFT/RTGS must read the instruction of the Challan
generated from E–Procurement site.
Bidders are also advised to submit EMD of their bid, at least 3 working days before the bid submission closing date
as it requires time for processing of Payment of EMD.
C. WHO CAN PARTICIPATE:
i) Intending tenderers should produce credentials of a similar nature of completed 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 this tender notice; or,
ii) Intending tenders should produce credentials of 2(two) similar nature of completed work, each of minimum value of 30% of
the estimated amount put to tender during 5(five) years prior to the date of issue of this tender notice; or,
iii) 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 (i) above;
In case of running works, only those tenderers who will submit the certificate of satisfactory running work from the concerned
Executive Engineer, or equivalent competent authority. In the required certificate it should be clearly stated that the work is in
progress satisfactorily and also that no penal action has been initiated against the executed agency, i.e., the tenderer.

Note:-
i) Payment Certificate will not be treated as credential;
ii) Credential Certificate issued by the Executive Engineer or equivalent or competent authority of a Sate / Central Government,
State / Central Government undertaking, Statutory / Autonomous bodies constituted under the Central / State stature, on the
executed value of completed / running work will be taken as credential.
iii)Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity for construction
work is equal to or more than the total bid value. The available bid capacity will be calculated as As per "Annexure-B"
iv)Additional Performance Security: The additional Performance Security shall be obtained from the successful bidder
if the accepted bid value is more than 10% less than the estimated amount put to tender. The Additional Performance
Security shall be equal to 10% of the tendered amount. The Additional Performance Security shall be submitted in the
form of Fixed Deposit from any Nationalized Bank before issuance of Work Order. If the bidder fails to submit the
Additional Performance Security within seven working days from the date of issuance of Letter of Acceptance, his
earnest money will be forfeited.

v) Achieved in any one year a minimum financial turnover (in all cases of civil engineering construction works only)
volume of construction work of at least the amount equal to the 75% of the estimated cost of works for more than 2 crores and
60% for less than 2 crores. The turnover will be indexed at the rate of 8 percent simple interest for a year. (The respective
payment certificates are to be attached).
D. INSTRUCTION TO THE INTENDING TENDERERS :
1. Please Quote your Rate on percentage basis (Less/At Per/Above) at appropriate places in the prescribe format.
2 Please enclose valid up-to-date copies of requisite tax clearance certificates such as P.T, I.T./PAN, S.T./VAT, GST and last two
year P&L Account in 3 CD form. In case of non-inclusion of the same, please enclose the copies of relevant orders in that effect.
All the documents in proof of their eligibility IN ORIGINAL need to be produced as and when asked and required.

3 Please enclose the copies of Credentials as on Para-C.


4 Please enclose:- (As per given Sample Format for Affidavit)
a.) Affidavit regarding the Bidder will be able to invest 30% (Thirty percent) Cash during implementation of the work .
b) Affidavit regarding correctness of certificates.
c) Affidavit regarding non - employment of any Zilla Parishad official under him.
d) Affidavit regarding non - employment of retired (within 2 years) Departmental / Govt. Officers / Engineers under him.
5 The prospective bidders shall have in their full time engagement experienced technical personnel (Authenticated document
shall be funished).
The Technical Personnel are:
Sl. No. Technical Personnel Number Experiences
1 Degree Holder in Engineering / 1 3 Years / 10 Years for
Experienced Diploma Holder in Diploma Holder
Engineering

2 Diploma Holder in Engineering 1 3 Years

3 Supervisor 1 4 Years

6 The prospective bidder should own / hired through lease agreement in between leaser & lessee as required plant & machinery.
Conclusive of machinery in working condition shall have to be submitted. (As per given Sample Format)
7 Conditional / Incomplete tender will not be accepted under any circumstances.
8 Certificate of Bank Solvency (10 percent of the contract value) by any Nationalized Bank. (As per given Sample Format)
9 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees
10 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:
(i) Made misleading or false representations in the forms, statements, affidavits and attachments submitted in proof of the
qualification requirements; and / or record of submissionof any false / fake document(s).
(ii) Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in
completion, litigation history, or financial failures etc.
(iii) Participated in the previous bidding for the same work and had quoted unreasonably high or low bid prices and could not
furnish rational justification for it to the Employer.

11 Please submit details of running and completed works under H.Z.P. executed in the same name during last (Five) years with the
copy of the Work Order. The information should be as per the following Performa.

Sl. Name of Work Tendered Time Date of Date of Actual date Reason
No. Works Order Amount allowed for Completion Commencement of for delay
No. & completion Completion if any
Date
1 2 3 4 5 6 7 8 9

12 Bids from joint venture are not allowed.


13 Bid shall be digitally signed by a person or persons duly authorised to sign on behalf of the Bidder.
14 Tender will be of two separate parts. Part-I will be for “Technical Bid” containing mainly pre-qualification documents and Part-
II “Financial Bid”.
15 Part-I “Technical Bid” will contain the following documents and should be.
a) Authorised address and contact details of the bidder having the following information:-
Address of communication:-..................................................................................
Telephone No(s) Office:-..............................................
Mobile No:- ……………………...Facsimile (FAX) No:-…………………………...
Electronic Mail Identification (E-mail ID):-……………………................................
b) Scanned copy of Completion Certificate along with Payment Certificate within the last 5 years as on Para-C.
c) Earnest Money and Participation charge (non refundable) as prescribed in Column No.- 5 and 6.
d) Scanned copy of valid up-to-date copies of requisite tax clearance certificates such as P.T, I.T./PAN, S.T./VAT, GST
e) Schedule of Quantities. (S.O.Q.)
f) Standard Bidding Document (S.B.D).
g) Scanned copy of Bank Transactions receipts as required in this tender.
h) Drawing. if issued.
i) Other relevant documents in support of Technical and Financial Bid.
16 Part-II “Financial Bid” will contain the following documents and should be.
a) Properly filled up Bill of Quantity (BOQ) containing offer on the basis of percentage (Less/At Per/Above) as space provided in
the format.
17 Each part shall be separately submitted.
18 As per vide Notification no 5050-F(Y) dated 16.08.2017 Finance Department, Audit Branch, Govt. of West Bengal the CGST
and WBGST will be applicable.
E. OPENING AND RECEIVING OF TENDER:
a. The Tenders, so received on Dated as prescribed on Para B.3 "Technical Bid" will be opened at 2:30 P.M. in this office in
presence of the available intending Tenderers or at any other date as the authority deem fit and opening date of "Financial Bid"
will be informed latter.
Only “Financial Bid” of the participant tenders will be opened if the “Technical Bid” opened first is qualified. Otherwise the
financial bid shall be considered as informal.
In case, the last date of Opening of tender happens to be a holiday, or for any unforeseen reason the tender cannot be opened, as
the case may be, the Tenders shall be opened on the next working day at the same hour of the day and at the same venue.

b. The tender Accepting Authority through a “Tender Committee, H.Z.P.” will determine the eligibility of each bidder. The
bidders shall have to meet all the minimum criteria regarding:
1) Financial Capacity
2) Technical Capability comprising of personnel & equipment capability
3) Experience / Credential.
The eligibility of a bidder will be ascertained on the basis of the document(s) in support of the minimum criteria as
mentioned in above and the declaration executed through prescribed affidavit in non-judicial stamp paper of appropriate
value duly notarized. If any document submitted by a bidder is either manufactured or false, in such cases the eligibility of
the bidder / tenderer will be rejected at any stage without any prejudice.

c. Where an Individual person hold 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 partner, such Individual person shall, while uploading any tender for and on behalf of
such company or firm, 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.
d. The financial bid document of the technically qualified bidders will be opened for evaluation and the other bid documents will
be unopened. No individual intimation will be given separately. Name of the qualified bidders will be displayed in the office
notice board.
The Executive Engineer/District Engineer, Hooghly Zilla Parishad reserves the right to reject or cancel any or all pre-
qualification documents and bid document without assigning any reason whatsoever.
F. TERMS AND CONDITIONS:
1. The Bidder, at his own cost, responsibility and risk, is encouraged to visit, examine and familiarise himself with the Site of
Works and its surroundings including source of earth, water, road aggregates etc. and obtain all information that may be
necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be
at the Bidder's own expense.
2. Intending Tenderers may obtain detailed information about General & detailed technical information, specification, other
conditions, procedure guidelines etc and other Terms & Conditions related with the work(s) but not incorporated in this
Tender, in any, from the Engineering Cell of HZP on all working days during office hours and also available at “e-
procurement” link under http://etender.wb.nic.in/nicgep/app Website.
3. While submitting rate, the intending tenderer should keep in account that the rate so quoted should be inclusive of all taxes,
Cess, levy, royalty and all other incidental charges related with the material and labour, plants and machineries, any other
charges payable to other statutory bodies etc. weather it is inclusive in the prise schedule or not. No extra payment over the
scheduled items will be allowed.
4. Due to any reason, any tender being uploaded after the Specified date and time will not be considered as valid and will
automatically rejected.
5. Successful Tenderers should have to submit work programmed accordingly after obtaining the Work Order within Seven Days
effectively otherwise panel action will be taken by the H.Z.P. authority.
6 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 there to and the rules made and order
issued there under from time to time.
7 The successful tenderer shall be required to execute formal agreement in duplicate within seven days from the date of receipt of
letter of acceptance failing which his tender will automatically stand rejected.
Security deposit shall be deducted from each progressive bill due from time to time on account of work done and supplies made
under a contract in such manner that final Security deposit comes to 10% (ten percent) of the value of work done or supplied
with and will be refunded after completion of the defect liability period is over as per the recommendation of Asst.-Engineer &
Sub-Asst.-Engineer in Charge of said work form the date of final measurement. Necessary taxes will also be deducted form
each Bill as per prevailing norms. No interest will be paid on Security Deposit.

8 The contractor shall not be allowed to sub-contractor to any part or the works or whole of the works.
9 Successful Tenderers are to get his establishment registered under the Act "The Building and Others construction works
welfare on Act 1996" and rules made there under from The Regional Labour Officers and follow various provision of the Act.

10 All risks or lose or damage to public property and or personal injury or death which arise during and in consequences of the
performance of the contract are the full responsibility of the contractor.
11 The contractor shall be responsible for the safety of all activities on the site.
12 Anything of historical or other interest or of significant value unexpectedly discovered on the site shall be the property of the
HZP. The contractor shall notify the Engineer-in-Charge of their project of such discoveries and carryout the interaction of
Engineer-in-Charge for dealing with them.
13 The contractor should have sufficient technical manpower, tools and plants to complete the work.
14 The contractor shall do photography / video photography of the site firstly before the start of the work secondly mind-way in the
execution of different stages of work and lastly after the completion of the work No separate payment will be made to the
contractor for this.
15 The contractor shall be solely responsible for:
a. Carrying out the mandatory tests prescribed in the Specifications. And
b. For the correctness of the test results. whether performed in his field laboratory at site
16 To Keep the Work done in good conditions during the next 12 (Twelve) months after the completion of the construction if
any additional/excess work is required over the stipulated quantity in the schedule, the same will be treated as defect liability
and the Contractor has to do the maintenance work at his own cost.
17 No Mobilization Advance and Advance against purchase of equipments will be paid for the work.
18 No Secured Advance will be paid for the work under any circumstances.
19 No Price / Cost escalation over the rate specified in the price schedule will be allowed.
20 The work shall have to be completed within the stipulated time by maintaining actual specification and direction of Engineer-in-
Charge. If the work is not being completed within the stipulated time, penal action, as decided by the authority of HZP, will be
imposed as per Standard Bidding Documents.
21 The District/Executive Engineer, HZP, reserves the right to accept or reject any or all the Tenders without assigning any reason.
The said authority will not be bound to accept the lowest tender.
22 Payment will be made by the respective Head of Account.
23 Payment will be made by the Hooghly Zilla Parishad on the availability of fund.
24 No arbitration will be entertained.
25 In case of Departmental Supply of Materials, Tool & Plants, the relevant clause or rules of West Bengal Panchyat Account and
Finance Rules 2003 with amendment if amended will be applicable and for any ambiguity/clarification on any corresponding
part of schedule of Road Works / Building Works / Sanitary & Plumbing Works / Electrical Works etc., of P.W.Deptt., Govt. of
West Bengal, Schedule sections will be taken into consideration and binding to the tenderer and the decision of
District/Executive Engineer, H.Z.P. will be final and bindings to all.
26 Abbreviation of H.Z.P. terms as Hooghly Zilla Parishad.
District Engineer
Hooghly Zilla Parishad,

Memo No.______________/DE/2023-24 Date:-


Copy forwarded for information with a request to publish the Notice through Office Notice Board to: -
1 Chairman, Hooghly-Chinsurah Municipality, Chinsurah.
2 Upadhyakshya, District Panchayat Council
3-11 Karmadhakshya (All) Sthayee Samity, HZP
12 F.C. & C.A.O., Hooghly Zilla Parishad.
13 Secretary, Hooghly Zilla Parishad.
14-17 S.D.O.(Sadar/Chandannagore/Sreerampur/Arambag), Hooghly.
18 D.I.C.O., Hooghly.
19 Executive Engineer, HZP
20-21 Executive Engineer, Hooghly Highway Division, I-II, (22-23) Executive Engineer I-II P.W.D.,Hooghly Division, (24)
Executive Engineer, P.W.D., Hooghly Construction Division, (25) Executive Engineer, P.W.D. (C.B) Hooghly Division (26)
Executive Engineer I & W Hooghly Division (27) Executive Engineer P.H.E. Hooghly Division.
28 Dy. Secretary, HZP
29 O.S, Hooghly Zilla Parishad.
30 D.I.A./Computer Asst., HZP are requested to publish this NIT in the HZP web site.
31 Accountant, Hooghly Zilla Parishad.
32 Cashier, Hooghly Zilla Parishad.

33 C.A. to the Hon'ble Sabhadhipati, Hooghly Zilla Parishad with a request to place it before the Hon'ble Sabhadhipati for his kind
perusal.
34 C.A. to the District Magistrate, Hooghly & Executive Officer, Hooghly Zilla Parishad with a request to place it before the
District Magistrate for his kind perusal.

35 C.A. to the Additional Executive Officer, Hooghly Zilla Parishad with a request to place it before the Additional Executive
36 Office Notice Board.
District Engineer
Hooghly Zilla Parishad,
Annexure "A"
Rate Should be Quoted by the Bidder Including All Necessary Complete Civil Works

SL NO DESCRIPTION SPECIFICATION

Age : 3-6 yrsArea : 1.8m Dia,


Animal Merry Go Hight : 0.9m Made by FRP
1
Round model (Horse & Tiger)MS Structure 4'' & 1.5'' Dia pipe with 2 nos.
SKF Heavy Bearing etc.
Age : 3-6 yrsArea : 1.2m Dia, Hight : 2ft Made by FRP Platform
2 Platfrom Go Round
with MS structure

Sea Saw Age : 4-14 yrs, Area : 7.0m*1.3m Safe play area: 3.5m*4.0m Hight:
3
(Bungry/Dolphin 2.4m Made by FRP & M.S.

FRP SPIRAL Age : 4-14 yrs, Area : 2.5m*3.0m Safe play area: 8.0m*2.0m Hight:
4
SLEEPER 2.4m Made by FRP & M.S.

Age : 4-14 yrs, Area : 1.0m*6.0m Safe play area: 2.1m*7.0m Hight:
5 Balancing Bridge
3.0m Made by FRP & M.S.
Age : 4-14 yrs, Area : Length :10ft ,Breadth 10ft , Hight: 6ft. 1.5''
6 LUXURY SWING
Dia pipe,
FRP CASTING ALL Ages.Area : Length 6',Breadth 3', Hight : 3' ,( FRP Bar 8 nos,&
7
CHAIR casting pia).
Animal Merry Go Age : 4-8 yrs, Area : 1.5m*4.5m Safe play area: 1.8m*5.5m Hight:
8
Round 3.0m Made by FRP & M.S.

FRP DRAGAN Age : 4-14 yrs, Area : 2.5m*3.0m Safe play area: 8.0m*2.0m Hight:
9
SLIDE 2.4m Made by FRP & M.S.

FRP GIRAFFE Age : 4-14 yrs, Area : 2.5m*3.0m Safe play area: 8.0m*2.0m Hight:
10
SLIDE 2.4m Made by FRP & M.S.

FRP ELEPHANT Age : 4-14 yrs, Area : 2.5m*3.0m Safe play area: 8.0m*2.0m Hight:
11
SLIDE 2.4m Made by FRP & M.S.

FRP BIG ANIMAL - Age : 4-14 yrs, Area : 2.5m*3.0m Safe play area: 8.0m*2.0m Hight:
12
M-G-R 2.4m Made by FRP & M.S.

Signature Not Verified


Digitally signed by SOUMEN SANTRA
Date: 2024.02.21 17:09:09 IST
Location: West Bengal-WB

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy