north bengal mechanical & electrical circle...

40
1 Government of West Bengal Irrigation & Waterways Directorate Office of the Superintending Engineer North Bengal Mechanical & Electrical Circle Teesta Administrative Building Tinbattimore, Siliguri Pin No. :- 734005 E-mail: [email protected] Phone –(0353) 2468681 INVITNG ’e’ -QUOTATITON NOTICE INVITING 'e' QUOTATION NO- WBIW/SE/NBMEC/NIQ-02(e)/15-16. Quotations through electronic tendering (e-Tendering) are invited by the Superintending Engineer, North Bengal Mechanical & Electrical Circle on behalf of the Governor to the State of West Bengal for the work mentioned in page 02 of this NIQ from the shortlisted participants against this office EOI vide memo no 286/1N-1 dt 28.07.2015.as well as eligible and resourceful contractors having sufficient credential and financial capability for execution of works of similar nature. Intending bidders desirous of participating in the NIQ / tender are to log on to the website www.wbiwd.gov.in (the web portal of the Irrigation & Waterways Department) and click on to the “e-procurement” link provided. They may also visit the website https://wbtenders.gov.in for the tender. The bidders can be searched by typing WBIW in the search engine provided in the website. Bidders willing to take part in the process of e-quotation are required to obtain Digital Signature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA, Government of India (viz. NIC, nCode Solution, Safes crypt, e-Mudhra, TCS, MTNL, IDRBT). DSC is given as a USB e-Token. After obtaining the Class 2 or Class 3 Digital Signature Certificate (DSC) from the approved CA they are required to register the fact of possessing the Digital Signature Certificates through the registration system available in the website. Quotationers are to be submitted online and intending bidders are to download the quotation documents from the website stated above, directly with the help of the e-Token provided. This is the only mode of collection of quotation documents. Details of submission procedure are given below under “General terms and conditions and information”. Last date & time of submission of bids online is 14.12.2015…upto……., upto 5:30 pm. The intending bidder must read the terms and conditions of the NIQ carefully. He should particularly go through the eligibility criteria required and satisfy himself/themselves of the requirements for eligibility. He/they should only submit his bid if he/they considers himself eligible and he is in possession of all the documents required. All information posted on the website consisting of NIQ and related documents, Forms, 2911(i)/(ii), BOQ, Corrigendum etc. and Drawings, if any, shall form part of the quotation documents document

Upload: trannga

Post on 29-Aug-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

1

Government of West Bengal Irrigation & Waterways Directorate Office of the Superintending Engineer

North Bengal Mechanical & Electrical Circle Teesta Administrative Building

Tinbattimore, Siliguri Pin No. :- 734005

E-mail: [email protected] Phone –(0353) 2468681

INVITNG ’e’ -QUOTATITON

NOTICE INVITING 'e' QUOTATION NO- WBIW/SE/NBMEC/NIQ-02(e)/15-16.

Quotations through electronic tendering (e-Tendering) are invited by the Superintending Engineer, North Bengal Mechanical & Electrical Circle on behalf of the Governor to the State of West Bengal for the work mentioned in page 02 of this NIQ from the shortlisted participants against this office EOI vide memo no 286/1N-1 dt 28.07.2015.as well as eligible and resourceful contractors having sufficient credential and financial capability for execution of works of similar nature. Intending bidders desirous of participating in the NIQ / tender are to log on to the website www.wbiwd.gov.in (the web portal of the Irrigation & Waterways Department) and click on to the “e-procurement” link provided. They may also visit the website https://wbtenders.gov.in for the tender. The bidders can be searched by typing WBIW in the search engine provided in the website. Bidders willing to take part in the process of e-quotation are required to obtain Digital Signature Certificate (DSC) from any authorized Certifying Authority (CA) under CCA, Government of India (viz. NIC, nCode Solution, Safes crypt, e-Mudhra, TCS, MTNL, IDRBT). DSC is given as a USB e-Token. After obtaining the Class 2 or Class 3 Digital Signature Certificate (DSC) from the approved CA they are required to register the fact of possessing the Digital Signature Certificates through the registration system available in the website. Quotationers are to be submitted online and intending bidders are to download the quotation documents from the website stated above, directly with the help of the e-Token provided. This is the only mode of collection of quotation documents. Details of submission procedure are given below under “General terms and conditions and information”. Last date & time of submission of bids online is 14.12.2015…upto……., upto 5:30 pm. The intending bidder must read the terms and conditions of the NIQ carefully. He should particularly go through the eligibility criteria required and satisfy himself/themselves of the requirements for eligibility. He/they should only submit his bid if he/they considers himself eligible and he is in possession of all the documents required. All information posted on the website consisting of NIQ and related documents, Forms, 2911(i)/(ii), BOQ, Corrigendum etc. and Drawings, if any, shall form part of the quotation documents document

2

LIST OF WORK

N.I.Q No. WBIW/SE/NBMEC/NIQ-02 (e)/ 15-16

Sl. No

Name of Work

Concerned Executive Engineer

with Headquarter

Estimated Amount put to Tender

(`)

Earnest Money

Deposit (̀ )

Cost of Tender

Paper (̀ )

Time allowed for completion

Source of fund

Physical requirements to match credential in terms of quantity executed in previous work (*)

as per Form -3 & Average Turnover as per Form-2

1 2 3 4 5 6 7 8 9

1

Supply, installation and commissioning of remote operation and monitoring of barrage gates, head regulator gates of canal system from a control room situated adjacent to barrage for 45 nos Teesta Barrage main gates and 13 nos Head Regulator gates of TMLC with PLC and SCADA automation system including repairing and maintenance of both mechanical & electrical components of gates for smooth operation of gates at Gazoldoba,

Dist.: Jalpaiguri under Teesta Barrage Project. (2nd call)

Executive

Engineer,

Teesta

Barrage

Electrical

Division,

Tinbatti,

Siliguri.

Quotation

work

20,00,000.0

0

5000.00

150 days

State

Core/A.I

.B.P./No

n-Plan

1. Supply, Installation and commissioning of remote control operation and monitoring of barrage gates/dam/ head regulator gates in canal system or similar work in other field from control room with PLC & SCADA automation system. = 40% of quoted rate. 2. Repairing and maintenance of both mechanical & electrical components including hoisting mechanism of barrage gates/ other gates for smooth operation of gates. = 40% of quoted rate

Reqd. average Turnover - 40% of the

quoted rate.

(*) For Consortiums, criteria to be followed as per clause 5 of General Terms and Conditions and information.

Sd/= (Sandip Kumar Dey)

Superintending Engineer

North Bengal Mechanical & Electrical Circle

3

General Terms & Conditions and Information

1. Eligibility for participation

Contractors, Enlisted or outside bonafide, Registered Engineers Co-operative Societies, Consortiums and Partnership Firms registered with the State Government and contractors of equivalent Grade / Class registered with Central Government / MES / Railways for execution of such works are eligible to participate, depending on the criteria as detailed below. Joint venture firm are not eligible to participate. Note: In case of consortiums, maximum number of constituents shall be restricted to 5 (five) and each constituent

must have at least some credential and also at least 40% turnovers in contracting business. Individual constituent of a consortium cannot be another consortium.

2. Participation in more than one work: Single work.

3. Submission of quotation

3.1 General process of submission Quotation is to be submitted online through the website stated above. All the documents uploaded by the Quotation Inviting Authority form an integral part of the contract. Quotationers are required to upload all the quotation documents along with the other documents, as asked for in the quotation, through the above website within the stipulated date and time as given in the quotation. Tenders / quotations are to be submitted in two folders at a time for each work, one is Technical Proposal and the other is Financial Proposal. The quotationer shall carefully go through the documents and prepare the required documents, and upload the scanned documents in Portable Document Format (PDF) to the portal in the designated locations of Technical Bid. He needs to fill up the rates of items / percentage in the BOQ, downloaded for the work, in the designated Cell and upload the same in designated location of Financial Bid. The documents uploaded are virus scanned and digitally signed using the Digital Signature Certificate (DSC). Quotationers should specially take note of all the addendum / corrigendum related to the tender and upload the latest documents as part of the tender.

3.2 Technical Proposal

The Technical Proposal should contain scanned copies and/or declarations in the following standardised

formats in two covers (folders).

A. Technical File (Statutory Cover) containing,

i) Application for quotation (Vide Form-1) (to be submitted in “Forms” folder) ii). Tender Form No.2911 (ii) (to be submitted in “2911” folder) iii). Notice Inviting quotation (NIQ) (to be submitted in “NIQ ” folder) iv). Quotation Fee Scanned copy of Demand Draft (DD) / Banker’s Cheque (BC) / Deposit at Call Receipts (DCR) towards cost of tender documents as prescribed in the list of works under column (6) separately against each serial of work, in favour of the Executive Engineer, Teesta Barrage Electrical Division for the work as mentioned in Column 3 in the list of works payable at Siliguri as stated therein.(To be submitted in “Drafts” folder)

4

v). Earnest Money Deposit (EMD ) Scanned copy of Demand Draft (DD) / Banker’s Cheque (BC) / Deposit at Call Receipts (DCR)/

Bank Guarantee (BG) (Form-5) towards EMD as prescribed in the list of works under column (5) separately against the work, in favour of the Executive Engineer, Teesta Barrage Electrical Division for the work as mentioned in Column 3 in the list of works payable at Siliguri as stated therein.(To be submitted in “Drafts” folder)

vi). Average annual turnover from contracting business Summary statement of average annual turnover from contracting business for a period of the

last three years or during the period since formation of the Firm, if it was set up in less than such 3-year period. (Vide Form-2) (to be submitted in “Forms” folder )

(Scanned copy of Power of Attorney by the competent authority is to be submitted vide form-15, if

the power is delegated for signing the bid to persons other than the applicant.) vii). Credential Certificate (Vide Form-3) (to be submitted in “Forms” folder) viii). Declaration of not having common interest in the same serial (Vide Form-4) (to be submitted

in “Forms” folder) ix). Drawings, if any (to be submitted in “Drawings” folder) x) Brief description of the function of full technical system (Vide From- 6)to be mentioned. (to be

submitted in “Forms” folder) xi) Data sheet to be filled up for indicating/mentioning the main items/parts/components with quantity,

make and technical features of individual item (Vide From -7). (to be submitted in “Forms” folder)

xii) All Other prescribed “Forms” (Form-8, Form-9, Form-10, Form-11, Form-12 & Form-13,

Form-14, Form-15) to be filled up properly and to be submitted in ‘Forms” folder. xiii) All the filled up forms must be signed by bidder along with the seal of company.

Note: Tenders will be summarily rejected if any item in the Statutory Cover is missing.

B. My Document (Non-Statutory Cover) containing,

i). Certificates

1. Professional Tax (PT) submission Challan and PAN Card details. Application for such

addressed to the competent authority may also be considered. 2. VAT Registration Certificate (Non production of the document will result in VAT deduction

as per prevailing rules).

ii). Company Details

1. Registered Deed for Partnership Firm / Consortiums from Registrar of Assurances having office at Todi Mansion, Kolkata. Mere application for registration will not be considered. However, in cases where the applicant is yet to receive registration certificate from Todi Mansion, the applicant is to submit an affidavit in Non-Judicial Stamp Paper along with the application pledging that “the registration certificate of the Consortium / Partnership Firm

5

would be submitted to the Tender Inviting Authority before making agreement with the Tender Accepting Authority in case he is found lowest.” In case of inordinate delay in submitting the document, his bid is liable to be rejected and his EMD deposited will stand forfeited to Government. Any change in the constituents of the Consortium / Partnership Firm should also be registered from the Office at Todi Mansion, Kolkata, prior to the date of application of tender otherwise his application will be rejected.

Note: An affidavit regarding authorized user of DSC for Consortiums and a declaration regarding such authorization for Limited Companies is to be submitted. 2. Trade Licence for Proprietorship Firms.

3. Memorandum of Articles for Limited Companies.

4. Society Registration and Bye-Laws for Cooperative Societies.

iii). Credential Bill of Quantities (BoQs) in support of Form-3 submitted under Statutory Cover above. (In cases where Form-3 submitted under Statutory Cover is not signed by the issuing authority,

bidders are to submit Completion Certificates of 100% completed work(s) issued by the competent authority which should be supported by the Bill of Quantities (BoQs) for the said completed work).

iv). Balance Sheet

Audited Balance Sheets of last three financial years (as for example 2010-2011, 2011-2012 & 2012-

2013 , 2013-14 & 2014-15 so far as the current financial year is concerned) with auditor's certificate regarding annual turnover from contracting business in each year.

Bidders whose annual turnover is less than ` 1.00 Crore shall need to submit payment certificates

obtained from clients and IT submission certificates for the corresponding years in support of the Form-2 submitted under Statutory Cover above.

(If the company was set up less than three years ago, audited Balance Sheet for the number of years

since inception is to be submitted)

v). Addenda / Corrigenda : If published. (Will be published in http://www.wbiwd.gov.in)

Note: Contractors are to keep track of all the Addendum / Corrigendum issued with a particular tender and upload all the above digitally signed along with the NIT. Tenders submitted without the Addendum / Corrigendum will be treated as informal and liable to be rejected.

vi). others: Any other documents found necessary.

Note: Failure of submission of any one of the above mentioned documents will render the tender

liable to summary rejection. 3.3 Financial Proposal The financial proposal should contain the following document in one cover (Folder).

i). Bill of Quantities (BoQ): The contractor is to quote the rate/ item rate online through computer in the space marked for quoting

rates in the BoQ. (Only downloaded copies of the above documents are to be uploaded, virus scanned and

6

digitally signed by the contractor). Note: In case where BOQ has been changed by the tender inviting authority by way of corrigendum, bidders

are to upload the revised BOQ. If bid is submitted prior to the date of corrigendum, the bidders is to resubmit the bid along with the revised BOQ. If revised BOQ is not found during financial evaluation the bid will be rejected.

4. Submission of original copies of documents of Quotation Fee and Earnest Money Deposit i). Original copy of Earnest Money and quotation Fee

Original copy of Earnest Money and Tender Cost as prescribed in column (5) & (6) of the list of works

should be drawn in favour of the Executive Engineer, Teesta Barrage Electrical Division for the work

in shape of Bank Draft, Banker’s Cheque, Bank Guarantee (only for earnest money) or Deposit at Call

Receipt only payable at Siliguri and to be submitted in any office mentioned hereunder in Para “Place

of submission” under Para 4(iii). Failing of which tender to be declared as “informal”

ii). Mode of Payment Cost towards tender documents and EMD must be submitted in the form of Bank Draft (BD), Bankers

Cheque (BC), Bank Guarantee (BG) and Deposit Call receipts (DCR) of any scheduled Bank of India approved under RBI and having branch in the state of West Bengal. Payment in any other form, e.g. NSC, KVP, etc. will not be accepted

The list of Scheduled Banks in India (Public Sector & Private Sector) constitutes those banks which have been included in the Second Schedule of Reserve Bank of India (RBI) Act, 1934. RBI in turn includes only those banks in this schedule which satisfy the criteria laid down vide section 42 (6) (a) of the Act are appended below.

• Scheduled Banks in India (Public Sector):

1) State Bank of India 2) State Bank of Bikaner and Jaipur 3) State Bank of Hyderabad 4) State Bank of Indore 5) State Bank of Mysore 6) State Bank of Saurashtra 7) State Bank of Travencore 8) Andhra Bank 9) Allahabad Bank 10) Bank of Baroda 11) Bank of India 12) Bank of Maharashtra 13) Canara Bank 14) Central Bank of India 15) Corporation Bank 16) Dena Bank 17) Indian Overseas Bank 18) Indian Bank 19) Oriental Bank of Commerce 20) Punjab National Bank 21) Punjab and Sind Bank 22) Syndicate Bank 23) Union Bank of India 24) United Bank of India 25) UCO Bank 26) Vijaya Bank.

• Scheduled Banks in India (Private Sector): 1) ING Vysya Bank Ltd. 2) Axis Bank Ltd 3) Indusind Bank Ltd 4) ICICI Bank Ltd 5) South Indian

Bank 6) HDFC Bank Ltd 7) Centurion Bank Ltd 8) Bank of Punjab Ltd 9) IDBI Bank Ltd.

iii) Place of submission

The original copies of the DD / BC / DCR/BG ( only for earnest money), towards cost of tender documents and Earnest Money Deposit should be submitted in a sealed envelope in any one of the following offices:

1) Office of the Superintending Engineer, North Bengal Mechanical & Electrical Circle at Teesta

Administrative Building, Tinbattimore, Siliguri,

2) Office of the Executive Engineer, Teesta Barrage Electrical Division at Teesta Administrative

Building, Tinbattimore, Siliguri,

3) Office of the Executive Engineer, Teesta Mechanical Division, Fulbari, Jalpaiguri.

7

iv). Time of submission

The original copies of DD / BC / DCR/Bank Guarantee towards cost of tender documents and EMD should be submitted in a sealed envelope in the office as stated above within the date and time as specified in the schedule of dates provided later. If the bidder fails to submit the original copies within the due date and time his tender will not be opened and his bid will stand rejected.

Note: If such bidder(s) , having participated in the 1st call of a work, which has been cancelled due to insufficient no of participants or otherwise ,intends to participate in the 2nd call of the same work, they need not submit fresh tender fee and tender fee submitted earlier will be considered. However they are to submit fresh earnest money deposit and EMD submitted earlier will be refunded and not considered.

v) For works above ` 5.0 crore, where bidders are allowed to participate in a bid by submitting Bank Guarantee

(BG) as EMD (vide Notification dated 30.04.2012 of the Department), the following changes are incorporated to the NIQ:

Note: Contractors participating in tenders costing more than ` 5.0 crore may deposit Earnest Money Deposit (EMD) in the form of Bank Guarantee (BG) as per prescribed Proforma (Form-5) of scheduled banks guaranteed by the Reserve Bank of India in addition to that prescribed above.

5. Eligibility Criteria

The NIQ work is subdivided into two major items as given below. Each major item having an weightage of 40% or more in terms of monetary value in respect to the amount quoted by the tenderer, is considered to fix the physical requirements to match credential in terms of quantity executed in previous work. Contractors are to submit credential of having executed the corresponding major item thus calculated from the BOQ of the work to the required extent as specified later.

Completion Certificate(s) submitted by the quotationer (Vide Form-3) should indicate the monetary value of

any one or more of such major items executed in any one work within the last 5 (Five) years.

Monetary value of the major item/items thus submitted will be further multiplied by the following factors to take care of the inflationary effects to arrive at the net notional amount.

Year Description Multiplying factor to arrive

at net notional amount

Current – 1.00

1st 1 year preceding the current financial year 1.08

2nd 2 years preceding the current financial year 1.16

3rd 3 years preceding the current financial year 1.26

4th 4 years preceding the current financial year 1.36

5th 5 years preceding the current financial year 1.47

8

Description of Major Items

1. Supply, Installation and commissioning of remote control operation and monitoring of barrage gates/dam/ head regulator or tail regulator gates in canal system or similar work in other field from control room with PLC & SCADA automation system.

2. Repairing and maintenance of both mechanical & electrical components including hoisting mechanism of barrage gates and other gates for smooth operation of gates.

General Note:

01. While calculating the amount, i.e. money value of the major items stated above, amount of all sub-items included in the major items should be arithmetically added.

02. All Completion Certificates in Form-3 should be supported by BoQ of the work. If Form-3 is not

signed by the issuing authority, it should be supported by the certificate of 100% completion of the job from the competent authority in addition to the BoQ of the work.

03. If the issuing authority feels that major item contained in a particular work does not come within the

purview of the above given types, he may issue a Completion Certificate stating value of work corresponding to the new type of major item upon approval of his immediate superior authority.

Financial proposal of any contractor will come under the purview of consideration only if both the criteria

5(a) & 5(b) mentioned below are fulfilled.

a). Net notional amount calculated of at least one of the major items contained in the Completion Certificate (CC) issued in favour of the Agency / Firm / Consortium should be at least 40% of the corresponding amount in the same matching major item i.e. same work for this case contained in the BoQ. However, for Consortiums where CC of individual entities of the Consortiums are to be considered, the sum of the values of the major items contained in the CC of individual entities should be at least 80% of the corresponding amount in the same matching major item contained in the BoQ.

b). Average turnover from contracting business as stated in clause 3.2 A (vi) & Form-2 should be at least

40% of the amount of tender of works in which the Contractor / Firm / Consortium intends to participate. However, for Consortiums where Average turnover of individual entities of the Consortiums are to be considered, the sum of the Average turnover from contracting business of individual entities should be at least 80% of the amount of tender of works in which the Consortium intends to participate.

5.1 Completion Certificate

i). Completion Certificates for fully (100%) completed works during the current year and last five financial years will only be accepted. Certificates issued for partly completed works will not be considered.

ii). Completion Certificate of work executed in Irrigation & Waterways Department will be considered.

Completion Certificate of works executed in other Departments of State Government or organizations, like Public Works & Public Works (Roads) Department, Public Health Engineering Department, Sundarban Affairs Department and various other State Government Departments, Zilla Parishads, West Bengal Housing Infra-structure Development Corporation Limited (WBHIDCO), West Bengal State Electricity Distribution Company Limited (WBSEDCL), Kolkata Metropolitan Development Authority (KMDA), Kolkata Metropolitan Water Sanitation Authority (KMW&SA), Kolkata Municipal Corporation (KMC), Hooghly River Bridge Commissioner (HRBC), Engineering

9

Departments of Central Government and Organizations like Farakka Barrage Project (FBP) Authority, Railways, Kolkata Port Trust (KoPT), and companies owned or managed by the State Government, i.e. Mackintosh Burn Ltd., Westinghouse Saxby Farmer Limited & Britannia Engineering Ltd. may also be considered. Such Completion Certificates are to be issued by an officer not below the rank of Executive Engineer / Divisional Engineer / District Engineer / Project Manager of the other State / Central Government Departments / Organisations. Such certificates are further to be countersigned by immediate superior authority of the Issuing Authority for all cases other than direct State / Central Government Departments and Railways.

Note: For cases two bidders participating in a tender for a particular work are such that one happens to have worked as a sub-agent of the other and both bidders submit work credentials of having completed the same job either wholly or partly, then in case the credential of the principal agency will be considered while that of the sub- agent will not be taken into consideration for determining the eligibility criteria of the bidder towards the NIQ. However if the credentials submitted are for different works then both the credentials will be considered towards determining the eligibility criteria of the bidders.

iii) Quotationers would have to produce minimum credentials in similar type of single work at least to the

tune of 40% of quoted rate for similar type of works. 5.2 Penalty for suppression / distortion of facts If any Quotationers fails to produce the original hard copies of the documents (especially Completion

Certificates and audited Balance Sheets), or any other documents on demand of the Tender Evaluation Committee within a specified time frame or if any deviation is detected in the hard copies from the uploaded soft copies or if there is any suppression, the Tender Evaluation Committee upon suggesting suitable punitive measures will bring the matter to the notice of the Chief Engineer concerned immediately and the Quotationers may be suspended from participating in the tenders on e-Tender platform of Irrigation & Waterways Directorate as per approval of the Chief Engineer for a maximum period 3 (Three) years. In addition, his Earnest Money Deposit will stand forfeited to Government. The concerned Chief Engineer will issue the necessary orders under intimation to the other Chief Engineers, e-Tendering Cell and also the Department. Copy of such Order should also invariably be communicated to the Nodal Officer, e-Governance of this Department with a request to upload the same in the Departmental website.

5.3 Taxes & duties to be borne by the Contractor Income Tax, VAT, Sales Tax, Royalty, Construction Workers' Welfare Cess and similar other statutory levy

/ cess will have to be borne by the contractor and the rate should be quoted accordingly after consideration of all these charges. Service Tax, if applicable, would be reimbursed subsequently.

5.4 Site inspection before submission of quotation Before submitting any tender, the intending quotationers should make themselves acquainted thoroughly

with the local conditions prevailing at site by actual inspection of the site and taking into consideration all factors and difficulties likely to be involved in the execution of work in all respect including present operation system of gates , control room, transportation of materials, communication facilities, climate conditions, nature of soil, availability of local labour and market rate prevailing in the locality etc. and no claim, whatsoever, will be entertained on these account afterwards. In this connection intending quotationers may contact the office of the Executive Engineer, Teesta Barrage Electrical Division, Tinbatti, Siliguri for respective work between 11.30 hours to 16.30 hours on any working day prior to date of submission of quotation.

5.5 Conditional and incomplete quotation Conditional and incomplete tenders are liable to summary rejection.

10

6. Opening and evaluation of quotation 6.1 Opening of Technical Proposal

i). Technical proposals will be opened by the tender inviting authority/ Superintending Engineer, North Bengal Mechanical & Electrical Circle or by the authorised representative electronically from the website stated above, using the Digital Signature Certificate provided by the NIC/e-mudra.

ii). Technical proposals for those quotation whose original copies of DD / DCR / BC/BG towards quotation

cost and EMD have been received will only be opened. Proposals corresponding to which original copy of DD / DCR / BC/BG towards tender cost and EMD has not been received will not be opened and will stand rejected.

iii). Intending quotationers may remain present if they so desire. iv). Cover (Folder) for Statutory Documents (vide Clause 3.2.A) will be opened first and if found in order,

Cover (Folder) for Non-statutory Documents (vide Clause 3.2.B) will be opened. If there is any deficiency in the Statutory Documents, the tender will summarily be rejected.

v). Decrypted (transformed into readable formats) documents of the Non-statutory Cover will be

downloaded, and handed over to the Tender Evaluation Committee.

6.2 Quotation/tender Evaluation Committee (QEC) As contained in Committees already constituted for issuance of tender papers for high value tenders,

vide G.O. No.1496-IA dated 17th September 2004, to be read with corrigenda No.1493-IA dated 21.11.2005, No.550-IA dated 02.05.2006, No.902-SIW dated 05.09.2007 will continue to function as Tender Evaluation Committee (TEC)/ or any new committee constituted by higher authority for this work, for evaluation of Technical Proposals of the quotationers, until further order.

6.3 Uploading of summary list of technically qualified Quotationers

i). Pursuant to scrutiny and decision of the Technical Evaluation Committee (TEC), the summary list of eligible Quotationers for a particular serial of work whose Financial Proposals will be considered will be uploaded in the web portals.

ii). While evaluation, the Committee may summon of the Quotationers and seek clarification / information

or additional documents or original hard copy of any of the documents already submitted and if these cannot be produced within the stipulated timeframe, their proposals will be liable for rejection.

6.4 Opening and evaluation of Financial Proposal

i). Financial proposals of the quotationers declared technically eligible by the Tender Evaluation Committee will be opened electronically by the Tender Inviting Authority from the web portal stated above on the prescribed date.

ii). The encrypted copies will be decrypted and the rates will be read out to the contractors remaining present

at that time. iii). After opening of the financial proposal the preliminary summary result containing inter- alia, name of

contractors and the rates quoted by them will be uploaded. iv). If the Quotation Accepting Authority is satisfied that the rate obtained is fair and reasonable and

11

there is no scope of further lowering down of rate, he may after having the comparative statement test checked by the Divisional Accountant / Divisional Accounts Officer attached to the office of the concerned Executive Engineer, instruct the Tender Inviting Authority to upload the final summary result containing the name of contractors and the rates quoted by them against each work after acceptance of the rate.

v) The quotation accepting authority, if so desire, may ask for analysis of rates of the quoted rates from the

bidders for evaluation.

vi). However, if there is any scope for lowering down of rates in the opinion of the Tender Accepting Authority (as stated above), all the quotationers will be notified through the website to attend sealed bids to be followed by open bids to be held at the office of the Tender Accepting Authority in his presence at prescribed date and time, which will be done offline, i.e. as manually, as per present procedure.

vii) After holding such bids, final result after acceptance of the rate by the Tender Accepting Authority

would have to be uploaded in the web portal. viii). The quotation Accepting Authority (as stated above) may ask any of the quotationers to submit analysis

to justify the rate quoted by that quotationers.

6.5 Procedure to be followed when one/two technically qualified bidder/s participate in any NIQ/Tender.

a. If there is no bidder or the number of bidder in the 1st call is less than three (3), the tender has to be cancelled. In case of participation of more than three (3) bidders, technical evaluation is to be done and if the number of technically qualified bidder is less than three (3), the tender has to be cancelled.

b. Fresh tender in the form of 2nd call may be invited after relaxation of the credential criteria/ participant’s criteria to the extent deemed necessary by the tender/ NIQ inviting authority and advertisement in widely circulated newspapers.

c. Even if, after taking appropriate steps, if the number of technically qualified bidder in the 2nd call is less

than three (3), results of technical bid evaluation of 2nd call would be uploaded and financial bid of the technically qualified bidder(s) of the 2nd call would be opened and would be considered in the process of evaluation for acceptance following usual procedure.

d. The process would continue unless one valid bidder is found. Note: The final process to be followed may vary according to latest guidelines of e- tendering.

7. Bid Validity The Bid will be valid for 120 days from the date of opening of the financial bid 8. Acceptance of quotation. Lowest valid rate should normally be accepted. However, the Quotation Accepting Authority does not bind

himself to do so and reserves the right to reject any or all the quotations, for valid reasons and also reserves the right to distribute the work amongst more than one quotationer.

8.1 The successful bidder in the quotation will have to execute tender in 2911(ii) before accepting of rates. 8.2 Tender/ quotation Accepting Authority As per prevalent orders of I&WD Tender Accepting Authority for different tenders is as follows:

12

a). For tenders above ` 45.00 lakh and up to ` 2.00 crore: Superintending Engineer, North Bengal

Mechanical & Electrical Circle. b). For tenders above ` 2.00 crore and up to any amount: Chief Engineer, Teesta Barrage Project.

8.2 Execution of Formal tender after acceptance of tender The quotationers, whose tender is approved for acceptance, shall within 15 days of the receipt of Letter of Acceptance (LOA) to him, will have to execute ‘Formal Agreement’ with the Tender Accepting Authority in quadruplicate copies of W.B.F. No 2911(ii) which may be purchased on cash payment / in payment modes prescribed in Clause 4(i) from the office of the Executive Engineer concerned with the work. During “Formal Agreement’’ the successful bidder is required to submit fresh tender cost for the duplicate copy of the tender only while other copies will be provided free of cost. Note: The tenderer who submits Bank Guarantee as EMD and has stood lowest, after acceptance of the tender by the competent authority will have to deposit the prescribed earnest money in the form of DD / BC / DCR in favour of the concerned Executive Engineer mentioned in the list of works before making formal agreement and will get the Bank Guarantee submitted along with the tender revoked. If the tenderer whose bid has been accepted fails to deposit the Earnest Money in the form stated above within the stipulated date and time the BG submitted along with the tender will be forfeited and encashed by the authority. 9. Earnest Money & Security Deposit

In terms of Notification No. 03-W dated 18th January 2011 of the Secretary to the Govt. of West Bengal, Irrigation & Waterways Directorate communicated by the Deputy Secretary to the Govt. of West Bengal, Irrigation & Waterways Directorate vide Memo. No. 89(6)-IB/IW/O/1B-Misc-12/2007 dated 18th January 2011 provisions made in the following Para’s 10(a)(i) to (h) and that should be abided by the bidder.

a) Amount of Earnest Money

All the technically qualified bidders have to deposit earnest money of ` 20.00 lakh in favour of Executive Engineer, Teesta Barrage Electrical Division to the office of Executive Engineer Teesta Teesta Barrage Electrical Division for respective work. The Earnest Money in the tune of 2% of the accepted rate is to be deposited by the successful bidders during execution of tender agreement. Earnest Money Deposit in excess, if any, will be adjusted during process of bill.

1) Additional Earnest Money if required, to make 2% of the accepted rate is to be deposited by the successful quotationers during execution of the tender.

2) Earnest Money deposited in excess of 2% of the accepted rate will be adjusted during preparation of bill.

b) Security Deposit for excess work

In case of excess works over the quoted amount, additional security is to be deposited for the amount of such excess beyond the quoted amount as per prescribed rate, before payment of final bill in case contractor opting for paying advance security and receiving payment against progressive bills without any deduction.

c) Return of Earnest Money of the unsuccessful quotationer(s) For return of the Earnest Money of the unsuccessful quotationer(s), he/she/they is/are to apply for the same to The Executive Engineer concerned with the work, giving the reference to the work, NIT/NIQ No., date of tender, amount and mode of Earnest Money deposited – all in a complete form. The Earnest Money of all quotationers

13

other than the lowest quotationer in each case may be refunded, after acceptance of the rate in comparative statement or immediately after expiry of seven days from the date of final bid, whichever is earlier.

10. Deduction of Security Money from the Progressive bill

In terms of Memo No 08-IB dated 30th April 2013 of Secretary to the Govt. of West Bengal, Irrigation & Waterways Department “Earnest Money already deposited during the tender shall be converted as a part of security money and additional security money shall be deducted from the progressive bills at 8% of such amount from each bill, so that the total deduction together with the 2% EMD constitutes 10% of the tendered value of work as actually done.

11. Payment The payment of R/A as well as final bill for any work will be made according to the availability of fund and no claim to delay in payment will be entertained.

12. Withdrawal of quotation If any quotationer found lowest after opening of the financial bids withdraws his tender before acceptance or refusal within a reasonable time without giving any satisfactory explanation for such withdrawal, he shall be disqualified for making any tender to the department for a minimum period of one year. All cases in which the Tender Accepting Authority has reason to doubt the bonafide of such withdrawal will be reported to the Chief Engineer, Teesta Barrage Project in all details for issuance of such disqualification orders by the said Chief Engineer, under intimation to the other Chief Engineers, e-Tendering Cell and also this Department. Copy of such Order will also be communicated to the Nodal Officer, e-Governance of this Department with a request to upload the same in the Departmental website. 13. Prohibition in canvassing Canvassing in connection with the e-tenders is strictly prohibited and the tenders submitted by a quotationer who take resort to canvassing will be liable to rejection. 14. Labour License obeying labour Act The contractor has to obtain the labour license from the office of the Joint Labour Commissioner of the concerned District in which the location/site of the work falls, under the provision of W.B.Contract labour (Regulation & Abolition) rules, 1972 and a copy of the license has to be submitted to this office for information & record, failing which the undersigned will in no case be hold responsible for any action taken by the Labour Department. The undersigned being the ‘Principal Employer’ for the work, will however issue a certificate in specified pro forma of Labour Department in form V for doing the needful by the authority of labour Department. 15. Cancellation of Tender Tender may be cancelled in any stage without assigning any reason. 16. Subletting of works Subletting of work is strictly prohibited & will be viewed seriously & disqualify the agency to participate in the next Tender. 17. Implementation of Terms & Conditions of printed schedule of rates

14

If necessitates during execution of the works specifications, Terms and conditions etc. of the printed SOR of Mahananda Barrage Circle, Teesta Barrage Circle, Teesta Canal Circle, P.W.D., P.W.D. (Roads), P.W.D(Electrical),Member (P.I. &D), Member (Execution) N.B.F.C.C., Mechanical & Electrical Circle (Kolkata) will be applicable, unless otherwise specified. 18. Inquiry & Help Any clarifications if required by any bidder may contact with the Help Desk for e-Tendering at Jalsampad Bhawan, 7th floor, Kolkata – 700091, and Office of the Superintending Engineer, North Bengal Mechanical & Electrical Circle over the following electronic instruments.

1) Help Desk at Kolkata : Phone No.- (033)2334-6098 e-mail – irrigationhelpdesk@gmailcom

2) Office of the- Superintending Engineer North Bengal Mechanical & Electrical Circle Phone – (0353)2468681, e-mail: [email protected]

19. Schedule of Dates for e-Tendering

Sl. No. Activity Date & Time

1. Publishing Date 04/12/2015… at 5.00 pm.

2. Document Download start date 04/12/2015…. after 5:30 pm

3. Bid submission start date 04/12/2015…. after 5:30 pm

4. Document Download end date 14/12/2015…... upto 5.30 pm.

5. Bid submission end date 14/12/2015…... upto 5.30 pm.

6. Last date of physical submission of cost of documents including EMD.

14/12/2015…... upto 5.30 pm.

7. Technical Bid opening date 16/12/2015….after 12.00 noon.

8. Original documents verification date at the O/O Superintending Engineer, N.B.M.&E.Circle, Tinbatti

18/12/2015…... from 10.00 am to 1:00 pm.

9. Uploading of preliminary list of Technically qualified bidders

To be intimated later on

10. Uploading of final list of Technically qualified bidders

To be intimated later on

11. Financial Bid opening date To be intimated later on

12. Uploading of Financial Bid evaluation sheet To be intimated later on

Note: - In case of any unprecedented “bundh” schedule for tendering procedure will automatically be deferred to the next working day.

Sd/= (Sandip Kumar Dey)

Superintending Engineer North Bengal Mechanical & Electrical Circle

15

Additional Terms & Conditions

1. The Executive Engineer of the Division concerned will be the Engineer-in-Charge in respect of the contract

and all correspondences concerning rates, claims, change in specification and/or design and similar important matters will be valid only if made by the Engineer-in-Charge. If any correspondence of above tender is made with Officers other than the Engineer-in-charge for speedy execution of works, the same will not be valid unless copies are sent to the Engineer-in-Charge and approved by him. The instruction given by the Sub-Divisional Officer and the Sub-Assistant Engineer on behalf of the Engineer-in-Charge shall also be valid (who have been authorized to carry out the work on behalf of the Engineer-in-Charge) regarding specification, supervision, approval of materials and workmanship. In case of dispute, the decision of Engineer-in-Charge shall be final and binding.

2. The acceptance of the tender including the right to distribute the work between two or amongst more than

two bidders will rest with the Tender Accepting Authority without assigning reason thereof. The accepting authority reserves right to reject any or all tenders without assigning any reason thereof.

3. The Bidder shall have to comply with the provisions of (a) Contract labour (Regulation & Abolition) Rules,

1970, and (b) Minimum Wages Act, 1948 or the modification thereof or any other laws relating thereto as will be in force from time to time.

4. Department shall not entertain any claim whatsoever from the contractor for payment of compensation on

account of idle labour on any ground including non-possession of land. 5. The Government shall not be held liable for any compensation due to machines becoming idle for any

circumstances including untimely rains, other natural calamities, strike, etc. 6. Imposition of any duty / tax / royalty etc. whatsoever of its nature (after work order / Commencement and

completion of the work) is to be borne by the bidder. Original Challan of those materials, which are procured by the bidder, may be asked to be submitted for verification.

7. Cess @ 1% of the cost of construction works shall be deducted from the Gross Value of the Bill in terms of

Finance Department Order No.853-F dated 01.02.2006. Also it is instructed to register his Establishment under the Act, under the competent registering authority, i.e. Assistant Labour Commissioner / Deputy Labour Commissioner of the region concerned.

8. No mobilization / secured advance will be allowed unless specified otherwise. 9. VAT/Sales Tax, Cess, Royalty of sand, stone chips, stone metal gravel, boulders, forest product etc, Toll Tax,

Income Tax, Ferry Charges and other Local Taxes, if any, are to be paid by the contractor. No extra payment will be made for these. The rates of supply and finished work items are inclusive of these.

10. All working tools and plants, scaffolding, construction of vats and platforms will have to be arranged by the

contractor at his own cost. 11. The contractor shall supply Mazdoors, bamboos, ropes, pegs, flags etc. for laying out the work and for taking

and checking measurements for which no extra payment will be made. 12. The contractor should see the site of works and tender documents, drawings, etc. before submitting tender

and satisfy himself regarding the condition and nature of works and ascertain difficulties that might be encountered in executing the work, carrying materials to the site of work, availability of drinking water and other human requirements and security etc. Work on river banks may be interrupted due to a number of unforeseen reasons, e.g. sudden rise in water level, inundation during flood, inaccessibility of working site for carriage of materials. The Engineer-in-charge may order the contractor to suspend any work that may be subjected to damage by climate conditions. No claim will be entertained on this account. There may be

16

variation in alignment, height of embankment or depth of cutting, location of revetment, structures etc. due to change of topography, river condition and other local needs etc. between the preparation and execution of the scheme for which the tendered rate and contract will not be invalidated. The contractor will not be entitled to any claim or extra rate on any of these accounts.

13. A machine page numbered Site Order Book (with triplicate copy) will have to be maintained at site by the

contractor and the same has got to be issued from the Engineer-in-charge before commencement of the work. Instructions given by inspecting officers will be recorded in this book and the contractor must note down the action taken by him in this connection as quickly as possible.

14. The work will have to be completed within the time mentioned in the tender notice. A suitable work

programme is to be submitted by the contractor within 7 (Seven) days from the date of receipt of Work Order which should satisfy the time limit of completion. The contractor should inform in writing the name of his authorized representative at site within 7 (Seven) days from the date of receipt of Work Order who will receive instruction of the work, sign measurement book, bills and other Government papers, etc.

15. No compensation for idle labour, establishment charge or on other reasons such as variation of price index

etc. will be entertained. 16. All possible precautions should be taken for the safety of the people and workforce deployed at worksite as

per safety rule in force. Contractor will remain responsible for his labour in respect of his liabilities under the Workmen’s Compensation Act etc. He must deal with such cases as promptly as possible. Proper road signs as per P.W.D. practice will have to be made by the contractor at his own costs while operating a public thoroughfare.

17. The contractor will have to maintain qualified technical employees and/or Apprentices at site as per prevailing

Apprentice Act or other Departmental Rules & Orders circulated from time to time. 18. The contractor will have to accept the work programme and priority of work fixed by the Engineer-in-charge

so that most vulnerable reach and/or vulnerable items be completed before the date needed by the Department due to impending monsoon or rise of water level or for other reasons.

19. The quantities of different items of work mentioned in the tender schedule or in Work Order are only tentative.

In actual work, these may vary considerably. Payment will be made on the basis of works actually done in different items and no claim will be entertained for reduction of quantities in some items or for omission of some items. For execution of quantitative excess in any item beyond 10% or supplementary works, approval of the Superintending Engineer / Chief Engineer / Department whichever is applicable would be required depending on whoever be the Tender Accepting Authority, before making payment.

20. Departmental materials shall be issued to the contractor to the extent of requirements as assessed and in

instalments as decided by the Engineer-in-charge. Issue of materials may be of three categories.

a). Materials issued directly to the work and subject to recovery.

b). Materials issued from departmental godown and subject to recovery.

c). Materials issued at free of cost. 21. Any materials brought to site by contractor must be subject to approval of the Engineer-in-charge. The

rejected materials must be removed by the contractor from the site at his own cost within 24 hours of issue of the order to that effect. The rates in the schedule are inclusive of cost and carriage of all materials to worksite. The materials will have to be supplied in phase with due intimation to the Sub-Divisional Officer concerned in conformity with the progress of the work. For special type of materials, i.e. Geo Synthetic Bags, HDPE Bags, Geo Textile Filter, Geo Jute Filter, etc. if any, relevant Data Sheet containing the name of the Manufacturers, Test Report, etc. will also be submitted in each occasion. Engineer-in-charge may conduct

17

independent test on the samples drawn randomly before according approval for using the materials at site. In this regard decision of Engineer-in-charge is final and binding.

22. For materials under category 20 (a), (b) & (c), the contractor will act as the custodian thereof. The materials

will have to be carried from the departmental godown to worksite by the contractor at his own cost. The

contractor shall remain responsible for the proper storage and safety of the materials. Suitable Godown / Store

shall have to be made by him at his own cost. Penalty charges shall be levied at higher rate for loss, wastage,

misuse. Surplus materials of the department, if any, shall have to be returned to the issuing Go-down or Store

at the contractor’s cost within the time frame as fixed by Engineer-in-charge, otherwise, the cost at penal rate

will be recovered from the bill. Indent for departmental materials shall be submitted by the contractor to the

Sub-Divisional Officer. at least 7 (Seven) days in advance of actual requirement. No claim will be entertained

for non-issuance of such materials in time but reasonable extension of time will be granted. All materials,

whatever be the category thereof, shall be properly stored by the contractor in suitable godown near the site

of work at his own cost and under no circumstances whatsoever shall any material be removed from the site

of work without prior written permission of the Engineer-in-charge. The contractor shall be responsible for

any damage or loss of such materials.

23. The contractor shall also have to satisfy the Engineer-in-charge regarding the proper utilization of materials

which have been issued departmentally. 24. Value of the material, under category (a) & (b) of clause 20 above, will be recovered from the bills of the

contractor in one or successive instalments as may be decided by the Engineer-in-charge. 25. Requisite quantity of cement as may be required for the work will be supplied from the nearest departmental

godown if stock permits. The issue rate of cement is shown in the Schedule of materials attached. Any excess

consumption of cement by more than 5% over the final consumption statement drawn up as per consumption

rate specified in the Schedule will be recovered at a penal rate shown in the Schedule.

26. Reinforcing steel materials will be issued when stock permits, from the nearest departmental godown where

such material is available in marketable length. While issuing the same, for any particular work the quantity

actually required as per approved drawing shall only be issued. While executing the work, it will be

responsibility of the contractor as well as the Engineer-in-charge to get this quantity properly utilized in the

work. Cut pieces, if any, will not be taken back by the Department. Recovery for the total quantum of steel

issued will be made at the issue rate shown in the Schedule. In case of misuse over +10%, deduction will be

made at a penal rate shown in the Schedule. This whole principle shall apply in case of other M.S. materials

also.

18

OTHER TERMS & CONDITIONS 1. Necessary arrangement for scaffolding and planking have to be made by the Agency. All security and safety shall

have to be taken for erecting and dismantling of the scaffolding as necessary.

2. All tool plants and tackles fixture including other materials required to carry out the work will have to be arranged

and supplied by the agency at his own cost and arrangement and initiative.

3. Necessary electrical arrangement required for the work, maintenance and repair of gates if any will have to be arranged

by the agency at his own cost and arrangement.

4. All materials to be supplied by the contractor in the works shall be best of its kind and should be approved by the

E.I.C. Structural section like joist, angle, channel etc should be supplied made of S.A.I.L. or Tata Steel or equivalent

make approved by E.I.C..

5. All the works are to be carried out conforming to different I.S. specification published by I.S.I. time to time and as

deemed fit by the E.I.C.

6. In case of casting of C.I. , C.S. and other materials, the test bars ( two nos.in each case) should be attached to the

same casting to which test pieces at about (30 cms. Length x 3 cms. Dia) integrated with original piece of casting to

which they refer. One test bar should be tested in accordance with relevant I.S.1608-1972 in presence of the representative

of the Department in a recognized Govt. approved Laboratory. The other test bar with paper messing is to be handed over

to the Department.

7. The contractor will be bound to produce test certificate (mechanical, chemical, metallurgical as decided by E.I.C.) of

any supplied material from recognized Govt. approved Laboratory which must conform with the specification as let down

in the tendered schedule if asked at any time by the E.I.C. The same test may be done by the Dept. at any time during the

progress of work if felt necessary and in case if the result differ or does not conform with the specification as laid down

in the tender schedule the full lot may be rejected.

8. Gear tooth profile & necessary portion of supplied item should be heat treated properly so as to get desirous property

/quality of the item. Surface finish of all machined surface should be in conformance with the I.S. if not specified in the

drawing.

9. Test Certificate of Manufacturer of Bearing and other components as felt necessary by the EIC is to be furnished and

handed over to the Department.

10. Any damage/ loss occurred during execution of the work to the existing structures and abutment works in the gate

structures shall have to be made good by the Agency at his own cost and responsibility.

11. Service of the Departmental crane etc. as available with the Department may be allowed at the option of the Agency

during the period of installation, erection and repairing works for which fuel and lubricants , operator to be arranged by

the agency.

12. For electrical nature of work the contractor should have required electrical license for execution of the work properly.

13. If work done or materials supplied does not conform to the schedule of work but acceptable to the Govt. as decided

by E.I.C. then payment will be made on the basis of reduced rate , which will be finalized by the Superintending Engineer,

North Bengal mechanical & Electrical Circle and the contractor will be bound to accept the rate.

14. All the works should be carried out as per instruction of E.I.C.

15. DFT meter/ shore-hardness tester or other equipment should be arranged by the agency for checking.

19

Broad objectives of the Project:

A) Mechanical and Electrical maintenance and repair of all 45 nos. Teesta Barrage gates and 13 nos. Head Regulator gates of TMLC (Teesta Mahananda Link Canal) including gantry cranes and stop logs. Details of items for the same is Annexed.

B) Efficient operation and monitoring of all the 58 numbers of gates for Teesta Barrage and TMLC Head Regulator, whether individually or in groups, using, state of the art, automation system viz. SCADA, PLC, ARMAC etc. along with display of the real time gate positions, water levels, velocity and discharges and other relevant information at the Barrage Control Room (BCR), situated adjacent to the Barrage. However, it is to be ensured that in case of failure of the new system, the existing system will remain operative.

C) Collection & creation of data base for water levels & sludge levels at 4 locations both u/s & d/s of barrage gates and at 1 location d/s of head regulator gates of Teesta Mahananda Link Canal (TMLC).

D) Instantaneous computation of discharges and velocity through the gate openings (Barrage & Head Regulator gates), with the help of apparatus suitable for such job.

E) Display of gate opening positions of all 58 nos. of gates, u/s & d/s water levels and sludge levels at locations according to (C) and total discharges through Barrage and TMLC on computer screen as well as on a 48” display units at BCR. Status of gate openings is to be displayed on computer as well as on 48” display unit simultaneously, with suitable colour indicators at BCR. Three (3) nos. station switches are also to be displayed for movements of gates, such as Raise, Lower or Stop with distinct colours. There should be provision for printing facility for generation of reports at all four (4) locations.

F) As gate unit apparatus are to be connected to the BCR through cable networks, the design of cable network should involve minimum cable contents, i.e. the local control panel may club a group of gates for operation.

G) Transmission of the same contents of the display unit at BCR are to be displayed on 48” display units at other dedicated locations at Oodlabari (EE,TBD), Siliguri (CE,TBP/SE,NBMEC) and Kolkata (I. & W. Department head quarter, Jalasampad Bhawan), through VSAT for monitoring purpose.

H) Two sets of alarms are to be set-up i) Siren ii) SMS i) Siren- With different pitches are to be set up. First one will be used for initial opening of gates to be

blown 30 min before gate opening (It will be manual with push button). Second one with a different pitch, when the high discharge crosses a certain limit, such as 1000 cumec or 2000 cumec etc.

ii) SMS- SMS are to be generated automatically whenever certain discharge levels are crossed, i.e. 1000 cumec, 2000 cumec, 3000 cumec etc. There SMS are to be communicated to some specific mobile nos. to the Secretary, I.& W. department (3 nos.), CFCR at Jalasampad Bhawan, FWA (Flood Warning Authority) at Jalpaiguri, CE/NE, CE/TBP, SE/NEC-1, SE/NBMEC, SE/TBC, DM/Jalpaiguri, EE/JID, EE/TBD, EE/TBED ,Civil SDO/Jalpaiguri & Civil SDO/Malbazar. [Here, one issue is to be noted, Since at Barrage Point (Gajoldoba) general mobile networks are very poor, the SMS generation point may be selected at different location, where general mobile networks are relatively strong, such as Siliguri, Jalpaiguri or Kolkata. In that case firstly SMS alert are to be sent to that secondary location via VSAT and then from that secondary location, the SMS alert will be put into the general mobile networks. If any suitable & cost efficient alternate is available, that may be suggested for SMS alert].

I) Guarantee period of 1(one) year for individual components/items and also for functioning of the entire system, from the date of commissioning including operation.

J) Training of departmental personnel engaged in the Barrage control system, during the guarantee period. K) AMC for four (4) years for the entire system, starting from the end of the guarantee period.

20

L) Provision to be kept in the automation system, so that installed (PLC, SCADA) system can be repaired or upgraded by other agencies/companies in future if required. Provision for further expansion such as adding a camera feed, adding more SCADA features and more sensors to kept open in the system.

M) Redundant PLC should be provided. N) The components of automation system must be of branded company and conforming to relevant standards

of specification, such as the following list.

PLC Siemens / Advantech/ Allen Bradley / ABB / Schneider Water level Sensor Siemens /P+F/ ABB Isolator Siemens /BCH/C&S/GE Switch Disconnector Fuse Siemens /BCH/C&S/GE Fuses Siemens /G.E MCB's Merlin Gerin / Legrand / Siemens Contactor Telemecanique / Siemens / BCH / GE Overload Relays Telemecanique / Siemens / BCH / GE Auxilary Relays Telemecanique / OEN / Omron Push Button Essen / Telemecanique / Siemens Indicating Lamps Essen / Telemecanique / Siemens Selector Switches Telemecanique / Siemens / Kaycee Terminals Phoenix / Connectwell/ Wago Plug & Sockets BCH / Legrand / Telemecanique Indicating Instruments AE / MECO / Selecton / Cabs Electra Control Panels Cables Finolex/KDK/Lapp Armoured Cables Havells / Gloster / Polycab / KEI / Rallison Fiber Optics Cable Molex/ Finolex Encoders Wachendroff / Renishaw/ Scancon / Telemecanique /P+F Limit Switches Telemecanique / BCH SMPS Siemens / Telemecanique / Schneider / Wago / EAPL UPS Libert / APC Computers HP/ Lenovo / Dell / Acer Printers HP/ Epson/ Cannon Switch Gear Siemens / L&T

O. Minimum 12 months guarantee for individual components/ items/equipments / components and also the complete system to be undertaken by the successful bidder /agency during execution of formal agreement. The Bidder must provide 1(one) year of Annual operation and Maintenance of the whole system from the date of commissioning of the system.

P. In built electrical line diagram/ circuit diagram and drawing showing the details system is to be

submitted in duplicate by the successful bidder/ agency. Q. Operation and maintenance (O & M) Manual to be submitted to the department in duplicate by the successful bidder/ agency. R. List of compatible spare parts for system components such as PLC, SCADA, water level

21

sensor, and encoders etc. to be mentioned separately. S. The Contractor shall be responsible for extensive training of the personnel designated by the Employer upto a maximum number of 4 personnel for the system, who will be responsible for operation of the system after the expiry of the Contract under purview i.e. 60 months from the date of commissioning. T. The PLC system should be installed in such a manner that it does not create any hindrance to the mechanical & Electrical maintenance and repair works, Painting works of the gates.

The requirement is not limited to the above criteria only, additional requirement will be communicated later on, if any.

Sd/= (Sandip Kumar Dey)

Superintending Engineer North Bengal Mechanical & Electrical Circle

22

ANNUAL OPERATION AND MAINTENANCE CONTRACT 1. The Bidder shall take into consideration the cost for Annual operation and Maintenance of the whole PLC & SCADA based remote operation and control system at site from control room for one (1) year i.e. during warranty period from the date of commissioning of the system. 2. The Bidder shall quote the cost for Annual operation and Maintenance of the whole PLC & SCADA based remote operation and control system at site from control room for four years i.e. after completion of warranty period of one year from the date of commissioning of the system. 3. While quoting for Annual Maintenance cost the Bidder will consider all the working PLC & SCADA system in operation, as and when required throughout the span of the year and shall also consider running and maintenance of all utility services. 3. Liability of the Employer during Operation and Maintenance. The Employer shall be liable to the Contractor for the following: . Provide electricity.

. Provide communication facilities (Cost of satellite communication i.e. annual license fee).

4. Liability of the contractor for operation and Maintenance during warranty period. The Contractor shall be responsible for the following:

. Provide necessary skilled and unskilled labors including consumables and other materials required for proper and timely operation and Maintenance of the system and bear the cost of material and services that may be required to keep the system in fully operational condition during one year warranty period.

. Bear the cost of use of communication facilities except the annual license fees. . Maintain records for operation and maintenance of all the equipments and services in a mutually agreed format. . Daily, Fortnightly and monthly report shall be generated and shall be got approved by the Employer’s Representative. These reports shall contain sufficient appropriate and adequate data to make the records meaningful and amenable to analysis for evaluating the performance of the system as well as to facilitate in O & M decisions by the Employer. . The Employer’s Representative’s remarks shall be attended to on the next submission report. Consolidated summary reports shall be furnished to the Employer quarterly and yearly containing salient features. . The O & M shall include the appropriate preventive maintenance of equipment as per manufacturer’s recommendation, after duly informing the Employer’s Representative of the need and the schedule.

. The contractor shall provide all secretarial support, printing and publishing services, office furniture and office supplies as required. . The Contractor shall be liable for any situation arising due to any accident (mishaps of whatever nature) occurring in the site premises. The Contractor shall notify the Employer’s Representative immediately if any accident occurs whether on-site or off-site in which Contractor is directly involved and results in any injury to any person whether directly concerned with the site or a third party. Such initial notification may be done verbally and shall be followed by comprehensive report within 24 hours of the accident.

5. Liability of the contractor for operation and Maintenance during AMC period of four years after completion of one year warranty period. The Contractor shall be responsible for the following:

23

. Provide necessary skilled and unskilled labors including consumables and other materials required for proper and timely operation and Maintenance of the system and bear the cost of material and services that may be required to keep the system in fully operational condition during one year warranty period.

. Bear the cost of use of communication facilities except the annual license fees. . Hand over the site after AMC period. During the time of handing over all the components of system including the spares and utility services shall be in perfect operational condition considering only normal wear and tear. . Maintain records for operation and maintenance of all the equipments and services in a mutually agreed format. . Daily, Fortnightly and monthly report shall be generated and shall be got approved by the Employer’s Representative. These reports shall contain sufficient appropriate and adequate data to make the records meaningful and amenable to analysis for evaluating the performance of the system as well as to facilitate in O & M decisions by the Employer. . The Employer’s Representative’s remarks shall be attended to on the next submission report. Consolidated summary reports shall be furnished to the Employer quarterly and yearly containing salient features. . The O & M shall include the appropriate preventive maintenance of equipment as per manufacturer’s recommendation, after duly informing the Employer’s Representative of the need and the schedule.

. The contractor shall provide all secretarial support, printing and publishing services, office furniture and office supplies as required. . The Contractor shall be liable for any situation arising due to any accident (mishaps of whatever nature) occurring in the site premises. The Contractor shall notify the Employer’s Representative immediately if any accident occurs whether on-site or off-site in which Contractor is directly involved and results in any injury to any person whether directly concerned with the site or a third party. Such initial notification may be done verbally and shall be followed by comprehensive report within 24 hours of the accident.

6 Training: The Training shall be organized in two stages as detail under:

. Basic Technical training to be carried out during the final stages of the erection period of the Contract through literature, manuals, handouts, demonstration at site, etc. . Intensive on-the-job training during commissioning period and during maintenance period.

The Contractor shall be responsible for training the personnel designated by the Employer upto a maximum number of 4 personnel for the site, who will be responsible for operation of the system after the expiry of the Contract under purview. The Contractor will make available for this purpose competent staff and schedule information that may be necessary for effective execution of the training programme. The training shall be for a duration of 15(fifteen) working days. The contractor shall provide at his cost all literature, CDs and other stationeries to be used by trainers and trainees during the training period. Sd/=

(Sandip Kumar Dey) Superintending Engineer

North Bengal Mechanical & Electrical Circle

24

Memo. No. 503 /1E-9 Date. 04/12/2015

Copy with the copy of relevant forms (1 -15) forwarded for information and taking necessary action for wide publication to the:-

01. Chief Engineer, Teesta Barrage Project, Teesta Sech Bhawan, 2nd Mile Sevoke Road, Siliguri.

02. Superintending Engr., Teesta Barrage Circle, Teesta Sech Bhawan, 2nd Mile Sevoke Rd. Siliguri.

03. Superintending Engineer, Teesta Canal Circle, Karnajhora, Raiganj.

04 Superintending Engineer, Teesta Design Circle, Teesta Adve. Building, Tinbattimore, Siliguri.

05. Superintending Engineer, Mahananda Barrage Circle, Tinbattimore, Siliguri.

06 Superintending Engineer, North East Irrigation Circle -I , Club Road, Jalpaiguri.

07

08.

Superintending Engineer, North East Irrigation Circle -II, Club Road, Jalpaiguri.

Superintending Engineer, Teesta Resource Circle, Tinbatti, Siliguri.

09

10

Superintending Engineer & P.A. to Chief Engineer, Teesta Barrage Project, Teesta Sech Bhawan, 2nd Mile Sevoke Road, Siliguri. Joint Secretary (Works), Irrigation & Waterways Department, Jalasampad Bhawan, Kolkata.

11 Nodal officer of e-Tendering. Irrigation & Waterways Department Jalsampad Bhawan, 7th Floor, Salt Lake City, Kolkata-700091.

12/19

20/21

Executive Engineer, Teesta Barrage Electrical Division, Teesta Mechanical Division, Metropolitan Electrical Division, Mahananda Barrage Division ,Mahananda Canal Division, Teesta Barrage Division, Teesta Left Bank Division, Executive Engineer. & T.A. to Superintending Engineer, North Bengal Mechanical & Electrical Circle. Deputy Secretary, Works-I/ Deputy Secretary, Works-II, Irrigation & Waterways Department, Jalasampad Bhawan, Kolkata.

22. Notice Board.

Enclo.:-

1) Form – 1, Application for quotation. 2) Form– 2, Yearly Turn over certificate 3) Form -3, Completion Certificate(100% Physical) 4) Form- 4, Declaration against Common interest.

5) Form-5, Bank Guarantee 6) Form 6 to Form 15

(Sandip Kumar Dey) Superintending Engineer

N.B.M. & E. Circle

25

FORM – 1

APPLICATION FOR TENDER/QUOTATION

To The Superintending Engineer North Bengal Mechanical & Electrical Circle Siliguri NIQ No.: WBIW/SE/NBM&EC/ NIQ-02(e)/15-16

Serial No. of Work applied for : __01________

Amount put to tender: ` ___Quotation work ______ Dear Sir,

Having examined the Statutory, Non statutory & NIT documents, I/We hereby like to state that I/We

wilfully accept all your conditions and offer to execute the works as per Tender No. and Serial No. stated above.

I/We also agree to remedy the defects after/during execution of the above work in conformity with the conditions

of contract, specifications, drawings, bill of quantities and addenda.

Dated this ________ day of _________________ 201___

Full name of applicant: __________________________ Signature: ____________________________________ In the capacity of: _____________________________ Duly authorized to sign bids for and on behalf of (Name of Firm): _____________________________________ (In BLOCK CAPITALS or typed) Office Address: ______________________________________

______________________________________

______________________________________

Telephone No. (s) (Office): _______________________________

Mobile No. _____________________________

Fax No. _____________________________

E mail ID _____________________________

26

FORM – 2

Certificate regarding Summary Statement of Yearly Turnover from Contractual Business

This is to certify that the following statement is the summary of the audited Balance Sheet arrived from

contractual business in favour of ________________________________ for the three consecutive

years or for such period since inception of the Firm, if it was set in less than such three year's period.

Sl. No.

Financial

Remarks Year

Turnover rounded up to ` in lakh (two digit after decimal)

1. 2012-13

2. 2013-14

3. 2014-15

Total

Average Turnover: In `...................................... Note:

1. Year preceding the current financial year is to be considered as Year-1. 2. Average turnover is to be expressed in lakh of rupees, rounded up to two digits after decimal. 3. Average turnover for 3 years is to be obtained by dividing the total turnover by 3.0. If the Firm was set

up in less than 3 year's period, consider the turnover for the period from inception to the Year-1. It may be either 1.0 or 2.0. Average turnover is to be obtained by dividing the total turnover by 1.0 or 2.0, as the case may be.

4. In case, the firm was set up in less than 3 year's period, mention the year of inception in the ‘Remarks’

column.

Signature of the bidder with seal

27

Sheet 1 of Form-3 FORM – 3

Completion Certificate (100% Physical Completion) 1. Name of the work :

2 Name of the client :

3 Amount put to tender :

4 Contractual Rate :

5 Date of commencement :

6 Date of completion as per work order :

7 Actual date of completion :

8 Final gross value of the bill (if the final bill is prepared, otherwise mention N.A.)

:

9 Amount contained in the BoQ for the major items of work in lakh of rupees, with reference to the major items stipulated in the NIT/NIQ

:

Sl. No. Major Items

Total amount as per BOQ of similar type of work done in previous years. (` in lakh)

Weightage in % of the total

amount put to tender

1

Supply, Installation and commissioning of remote control operation and monitoring of barrage gates/dam/ head regulator or tail regulator gates in canal system or similar work in other field from control room with PLC and SCADA automation system

Repairing and maintenance of both mechanical & electrical components of barrage gates/ other gates including hoisting mechanism for smooth operation of gates.

2

3. Brickwork of all kinds 4. Concrete Work RCC / PCC of all grades of concrete in hydraulic

structures (i.e. structures on rivers / seafront / drainage channels or irrigation canals) including formwork and staging.

N/A N/A 5 Reinforcing Steel including Structural Steel All kinds of steelworks including supply / cutting /

bending / binding / fabrication / placing / installation / erection etc.

N/A N/A

28

Sheet 2 of Form-3

Sl. No. Major Items

Total amount as per BOQ (` in lakh)

Weightage in % of the total amount

put to tender

6. Protection work on rivers / seafront / drainage

channels / irrigation or on embankments facing these)

Type – A: Cement concrete block pitching or lining /

brick block pitching / boulder pitching / dry brick pitching / loose boulder / brick dumping / sausage aprons / filters (conventional or geo-jute or geo-synthetic) etc. including supply, carriage and laying at site.

N/A N/A Type – B: Bullah and bamboo related work, porcu-pine

cages / spurs, nylon or other crates, gunny / geo bag including supply carriage, placing / driving in position at site.

N/A N/A 7. Road Work All items related to construction / renovation /

improvement of bituminous roads N/A N/A

Note:

1. While calculating the amount, i.e. money value of the major items stated above, amount of all sub-items included in the major items should be arithmetically added.

2. This certificate will be considered as per clause 3.2 A (vii). 3. In case, there is any difficulty in getting the above table filled up in the office of the Authority issuing the

completion certificate, signature of the Issuing Authority may be obtained after Sl.8. The table below Sl.9 may be filled up by the quotationer himself in a separate sheet (title would be Form-3 contd.) using the BOQ and to be signed by him.

Signature of the bidder with seal Signature of the issuing authority

29

FORM – 4

Declaration against Common Interest

I/We, Sri/Smt. , the authorized signatory on behalf of

_______________________________________________________ do hereby affirm that I/We/any of the

member of _______________________________________ bidding against NIQ No.

WBIW/SE/NBM&EC/NIQ-02(e)/15-16 Sl. No. 01 do not have any common interest either as a partner on any

Partnership Firm / Consortium as a Proprietor / Owner of any other firm in the same serial for the work I / We

want to participate.

______________________________ Date: Signature of the bidder with seal

30

FORM – 5 (Form of Bank Guarantee)

To The Executive Engineer …………………………….. Division Irrigation & Waterways Directorate

Subject: Bank Guarantee No. ……………………. Dated ………………………….. for

` ................. (Rupees .............................................. (in words) on behalf of

……………………………………….....…. [Name of the Bidder] against the Earnest Money Deposit for bid of Serial No. ........ of NIT/NIQ No. .......................

W H E R E A S [Name of Bidder with address] (hereinafter called “The Bidder” ) has submitted his e-Bid for the execution of the work of as per Serial No. of NIT No. of the Superintending Engineer, …………………………………………, Irrigation & Waterways Directorate, Government of West Bengal (hereinafter called “The Bid”) .

Know all men by these presents that We [Name of Bank] having our Registered Office at (hereinafter called “The Bank”) are bound unto The Executive Engineer, ……………………………………… Division, Irrigation

& Waterways Directorate (hereinafter called “The Client” ) in the sum of `

[Rupees in words] only for which payment well and truly to be made to the said Client, the Bank binds himself, its successors, and assigns by these presents.

SEALED with the common Seal of the said Bank this day of 20________

The CONDITIONS of obligation are:

1. If the Bidder withdraws his Bid during the period of Bid Validity specified in the NIT, OR 2. If the Bidder refuses to accept the corrections of errors in his Bid, OR 3. If the Bidder having been notified of the acceptance of his Bid by the

(Tender Accepting Authority) during the period of Bid validity,

a. Fails or refuses to execute the Formal Tender in accordance with the tender provisions. b. Fails to furnish the EMD in the form of Demand Draft within the stipulated time in accordance with the

tender provisions.

We undertake to pay to the Client, up to the above amount upon receipt of his first written demand, without the Client having to substantive his demand, provided that in his demand the Client will note that the amount claimed by him is due to him owing to the occurrence of one or more of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date 28 days after the date of expiration of the Bid Validity, as stated in the NIT or any such extension thereto as may be agreed by the Bidder, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not later than the above date.

Date Signature of the Bank

Witness: (Signature, Name and Address) SEAL

(Note: To be furnished on appropriate Non-Judicial Stamp Paper for guarantee issued by a Bank in India.

31

Form-6

Brief description of the function of full PLC & SCADA system (including layout, along with diagram drawing in separate sheet)

Supply, installation and commissioning of remote operation and monitoring of barrage gates, head regulator gates of canal system from a control room situated adjacent to barrage for 45 nos Teesta Barrage main gates and 13 nos Head Regulator gates of TMLC with PLC and SCADA for smooth

operation of gates at Gazoldoba, Dist.: Jalpaiguri under Teesta Barrage Project.

Signature of the bidder with seal

32

Form-7

Data sheet to be filled up for indicating/mentioning the main items/parts/components with quantity, make and technical features of individual item for (PLC & SCADA) automation system. This should

also include modification of control room and all other allied works required for completion & commissioning of work in all respect. (BOQ item sl no 23)

(All the major & minor parts/ components must be mentioned in details. Materials only of reputed make and available at market should be considered and more than one make may be suggested, but

finalising of make/ manufacturer will be decided by the Department.)

[Requisite necessary supporting documents, analysis of rates in conformity with the filled up format will have to be submitted by the bidder/ agency later on]

Sl no

Name of items/parts/component along with part no / Identification no( Reputed make only be considered )

Qty for the full system installation

Make/ name of manufacturer

Technical specification

Remarks

Signature of the bidder with seal

33

FORM-8

Modification proposals of the existing electro- mechanical system in detail if require for implementation of automation system

Sl no

Name of existing spares/components to be modified or replaced with new model

Suggested spares which will replace the existing one or new spare to be required

Make and specification of suggested spares.

Quantity required

Remarks/ purpose of modification or newly incorporation

Signature of the bidder with seal

34

FORM-9

(Rate of all the components that has been incorporated in Form-7, to be mentioned in detailed as per the format given below. This should also be in conformity with the BOQ item sl no 23.

[Requisite necessary supporting documents, analysis of rates in conformity with the filled up format will have to be submitted by the bidder/ agency later on if asked for]

Supply, installation and commissioning of remote operation and monitoring of barrage gates, head regulator gates of canal system from a control room situated adjacent to barrage for 45 nos Teesta Barrage main gates and 13 nos Head Regulator gates of TMLC with PLC and SCADA for smooth

operation of gates at Gazoldoba, Dist.: Jalpaiguri under Teesta Barrage Project.

Sl. No.

Item Description

Quantity Units BASIC RATE

In Figures To be

entered by the Bidder

`

Excise Duty

VAT Freight Charges ( Unloading

& Stacking)

Any Other Taxes/Duties/Levies

TOTAL AMOUNT Without Taxes

TOTAL AMOUNT

With Taxes

Total- Rs.

Signature of the bidder with seal

35

FORM-10

List of compatible spare parts of main components for automation (PlC & SCADA) system

Sl no

Suggested spares to be fitted with specification

Part no or Identification details of Compatible spare parts of same make or other reputed make which may replace the one to be installed

Remarks

Signature of the bidder with seal

36

FORM-11

List of spares/ components to be kept as spare after completion of one year guarantee period of operation & maintenance for automation (PLC & SCADA) system.

Sl no Name of items/parts/component along with part no / Identification no( Reputed make only be considered )

Make / manufacturer

Total quantity in the full system as to be installed

No of quantity to be kept as spare

Remarks

Signature of the bidder with seal

37

FORM-12

Details of repairing and maintenance of mechanical and electrical components including hoisting mechanism of the barrage gates and head regulator gates to be carried out by the agency for smooth functioning and operation of the gates & complete system. This should be in conformity to the BOQ.

( The agency should make thorough inspection of all the mechanical & electrical components of the Barrage, its gates , hoisting mechanism etc. and the repairing & maintenance work to be done by the agency along with changing, new fitting fixing of spares/ parts/components etc. to be mentioned in detailed as per format provided below.)

[Requisite necessary supporting documents, analysis of rates in conformity with the rates offered in BOQ & this filled up format will have to be submitted by the bidder/ agency later on if asked for]

Sl no

Description of work along with new spares/ parts /components to be fitted with complete identification and specification. (( for specific work specific gate no( say gate no 12)/ existing component for which work to be done is to be mentioned))

Qty of work/ quantity of new spares/ parts / components etc.

Unit Make / name of manufacturer

Remarks (relevant I.S. to be mentioned for spares/ parts/components etc.)

Signature of the bidder with seal

38

FORM-13

List of Technical Personnel

Bidders should provide the names of suitably qualified personnel to meet the requirements for proper execution of the works. The data on their experience should be supplied using the Form below for each

personnel

Sl no

Name of personnel Title of position Experience in the particular field

Professional qualification

Contact no

A For PLC & SCADA based system

B For repair & Maintenance of Barrage gates/ other gates

Signature of the bidder with seal

39

FORM-14

List of Equipment

The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements to implement the work.

Sl no

Name of equipment Capacity Make Present condition

Signature of the bidder with seal

40

Form – 15

Power of Attorney.

I/We who are established and reputable manufacturers

of (name and description of goods offered)

having factories at (address of factory) do hereby authorize M/s

(Name and address of Agent) to submit a bid, and sign the contract with you for the goods

manufactured by us against the above Quotation.

No company or firm or individual other than M/s are

authorized to bid, and conclude the contract for the above goods manufactured by us, against

this specific Quotation.

_____________________________________

. Signature of Authorised Person.

_____________________________________

Signature attested by the Bidder

Note: This letter of authority should be on the letterhead of the manufacturer and should

be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the Bidder in its bid.

Signature of the bidder with seal