0% found this document useful (0 votes)
24 views

202505020003

The University of North Bengal is inviting sealed tenders for the replacement of damaged aluminum distribution wirings and installation of power circuits in specific departments, with an estimated cost of Rs. 98,756.00 and a completion timeline of 30 days. Interested contractors must submit an earnest money deposit of Rs. 2000.00 along with their applications, which are due by May 5, 2025, with the tender submission deadline set for May 13, 2025. Various eligibility criteria and documentation requirements are outlined, including the need for prior experience and compliance with safety and quality standards.

Uploaded by

facto Gamer
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)
24 views

202505020003

The University of North Bengal is inviting sealed tenders for the replacement of damaged aluminum distribution wirings and installation of power circuits in specific departments, with an estimated cost of Rs. 98,756.00 and a completion timeline of 30 days. Interested contractors must submit an earnest money deposit of Rs. 2000.00 along with their applications, which are due by May 5, 2025, with the tender submission deadline set for May 13, 2025. Various eligibility criteria and documentation requirements are outlined, including the need for prior experience and compliance with safety and quality standards.

Uploaded by

facto Gamer
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/ 9

UNIVERSITY OF NORTH BENGAL

E-mail—[email protected]

OFFICE OF THE CHIEF ENGINEER


(Raja Rammohunpur, PO-North Bengal University, Dist-Darjeeling, Pin-734013)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
Date: 02/05/2025

Abridged Notice Inviting Tender


NIT No. - NBU/CE/16/25-26

Sealed tenders are invited from reputed eligible contractors as per details furnished below: --

1) Name of work— “Replacement of old damaged aluminum distribution wirings in the building of
Fishery Department and installation of Three Phase Power Circuits in the Laboratory of Old USIC,
Geography Department within NBU main campus”.
2) Estimated cost— Rs. 98,756.00 (Rupees ninety-eight thousand seven hundred fifty-six only).
3) Earnest money—A sum of Rs. 2000.00 (Rupees two thousand only) in the form of CTS Demand Draft from
any Bank as recognized by RBI /or, Banker’s Cheque from SBI, NBU Campus Branch in favor of University of
North Bengal payable at Siliguri is to be attached in original with the tender documents as Earnest Money
Deposit (EMD), failing which the tender will be treated as cancelled. No exemption/preference will be given
to any PSU, MSME, SSI or else from submitting this EMD.
4) Time of completion…. 30 (thirty) days.
5) Defect Liability Period- 1 (one) year from the date of successful completion of the job.
6) Last date of receipt of application for tender… 05/05/2025 up to 4.00 p.m
7) Last date of sale or issue of tender paper…... 07/05/2025 up to 2.00 p.m
8) Last date and time of tender submission…. 13/05/2025 up to 1.30 p.m
9) Tentative date and time of tender opening…. 13/05/2025 after 2.30 p.m
10) Price of tender documents … Rs. 100.00 (Rupees one hundred only) /Set

Application for purchase of tender documents shall be made to the Chief Engineer,
University of North Bengal, Siliguri. Sale and submission of tender documents will be at the office of the Chief
Engineer, NBU, Siliguri. NIT number, name of work should be written on the envelope, otherwise tender
documents may be treated as cancelled. Bidders are requested to be present at the time of opening of
tenders. For further enquiry, intending tenderers may contact the office of the Chief Engineer, University of
North Bengal (ph. no-0353-2776336), in any University’s working day between 11.00 a.m. to 3.00 p.m.

Chief Engineer
University of North Bengal

1|Page
----: Special Terms and Conditions: ----

1) Eligibility…… (i)Intending bidders 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 the tender notice; or, (ii) Intending tenderers should produce credentials of 2
(two) similar nature of completed work, each of the minimum value of 30% of the estimated amount
put to tender during 5 (five) years prior to the date of issue of the tender notice; or, (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 (i) above. In case of running works, only those
tenderers who will submit the certificates of satisfactory running work from the concerned Executive
Engineer, or equivalent competent authority will be eligible for the tender. In the required certificate
it should be clearly stated that the work is in progress satisfactorily and also that no penal action has
been initiated against the executed agency, i.e., the tenderer.
The photocopy of the credential certificate(s) is required to be uploaded/submitted
with the tender documents; otherwise, the tender will be treated as cancelled. Only payment
certificate will not be treated as credentials. Credential certificate issued by the Executive
Engineer or equivalent or competent authority of a State/Central Government, State/ Central Govt.
Undertaking, Statutory/ Autonomous bodies constituted under the Central/ State Statute, on the
executed value of completed work will be taken as credential.
2) GST, royalty and all other statutory levy/cess, taxes will have to be borne by the contractor and the
rates in the schedule of rates/BOQ are inclusive of all such taxes and cess as stated above.
3) Release of Security Deposit and Defect Liability Period will be governed as per Notification no-
5784-PW/L&A/2M-175/2017, date-12/09/2017 by the Law & Arbitration Cell, Public Works
Department, Government of West Bengal.
4) Intending bidders will have to be submitted the following documents duly self-attested---
a) Valid Professional Tax certificate.
b) GST registration certificate.
c) PAN Card.
d) Valid Trade Licence.
e) Valid License to Electrical Contractors from Government of West Bengal (applicable in case of
electrical work).
f) Filled in Form-I, Form-II & Form-III.
g) Credential certificate.

5) Verification of documents: All the documents submitted/uploaded by the bidders should be


properly indexed. After opening of bids, qualified bidders may be called for the original copies of
their submitted/uploaded documents at the office of the Chief Engineer during office hours, within
the stipulated time. If any document is found to be forged/fabricated/false, his candidature as
qualified bidder will be treated as cancelled and permission for technical qualification will be
revoked. Moreover, it will be considered as an attempt to disturb the tendering process which may
attract penal action against the bidder including blacklisting.
6) Deduction of taxes, security deposit etc. shall be governed as per prevailing Government norms
(Govt. of WB) or as amended by the Government (WB) time to time.
7) Mobilization advance or secured advance shall not be paid to any contractor.
8) Payment for the work will be made on availability of fund under the respective head of account.
9) In case of use of major construction materials viz. cement, steel, bitumen, cationic emulsion etc
which are to be supplied by the contractor, necessary test certificates (duly self-attested) shall have to
be furnished to the Chief Engineer or to his representatives before using of those materials for the
works, if desired so. The Chief Engineer, NBU or his representative may ask the contractor to
arrange for testing of those materials at the laboratory as decided by him and the necessary testing
charges shall be borne by the contractor. No additional payment will be made in this regard.
10) All materials required to be used by the contractor for the work are to be procured from the market
by the contractor as per IS specification/as recommended and shall duly be approved by the Chief
Engineer or by his authorized representative(s).
11) Conditional/incomplete tender will not be accepted under any circumstances.
2|Page
12) The bidders, at their own responsibility and risk is encouraged to visit and examine the site of works
and its surroundings and obtain all information that may be necessary for preparing the bid and
entering into a contract for the work as mentioned in the Notice Inviting Tender, before submitting
offer with full satisfaction, the cost of visiting the site shall be at his own expense.
13) Price adjustment in respect of any construction material will not be allowed under any circumstances
for this work.
14) Prevailing safety norms has to be followed by the contractor, so that LTI (loss of time due to injury)
is zero.
15) Contractor shall have to arrange plant & machineries, tools and tackles, storing of materials, labour
shed, laboratory, water, electricity, site office, godown etc. required for work at their own cost and
responsibility.
16) Site of work and necessary drawings may be handed over to the agency phase-wise. No claim in this
regard will be entertained.
17) The contractor shall arrange for all means of transport including Railway Wagons required for
carriage and supply of materials and also the materials required for the construction work. The
department may however, at their own discretion grant necessary certificates, if required, for
procurement of railway wagons. But, in case of failure of the department to help the contractor in this
respect, the contractor will have to procure wagons at his own initiative and no claim whatever on the
ground of non-availability of wagons shall be entertained under any circumstances. If railway
wagons are not available, the contractor will have to depend on transport of materials by road as
necessary to complete the work in time and the contractor must consider this aspect while quoting
rate.
18) Notwithstanding the provisions made in the related printed tender form, any item of the work which
can legitimately be considered as not stipulated in the specific price schedule of probable items of
work but has become necessary as a reasonable contingent item during actual execution of work will
have to be done by the Contractor, if so directed by the Engineer-in-Charge and the rates will be
fixed in the manner as stated below: -
(a) Rates of Supplementary items will be analysed in the 1st instant as far as possible from the rates
of the allied items of works appearing in the tender schedule.
(b) Rate of supplementary items will be analysed to the maximum extent possible from the rates of
allied items of works appearing in the P.W. Department Schedule of Rates of probable items of
work forming part of the tender document. Rates of SOR for the working area at the time of floating
of N.I.T. will be applicable.
(c) In Case, additional items do not appear in the above Public Works Department Schedule of
Rates, such items for the works will be paid at the rates entered in the Public Works Department
Schedule of Rates for the working area at the time floating of N.I.T.
(d) If the rates of the supplementary items cannot be computed even after application of clauses
stated above, the same will be determined by analysis from market rates of material, labour and
carriage cost, taxes etc prevailing at the time of execution of such items of work. Profit and overhead
charges (both together) at 10% (Ten percent) will be allowed only. In that case the contractual
percentage will not be applicable.
Unbalanced market rates will never be allowed. Contractual percentage shall only be
applicable with regard to the portions of the analysis based on clauses (a), (b) & (c) stated above
only. It may be noted that the cases of supplementary items of claim will not be entertained unless
supported by entries in the Work Order Book or any written order from the Chief Engineer.
19) Where there are any discrepancies between the unit rate and the line-item total resulting from
multiplying the unit rate by the quantity, the unit rate quoted shall govern. Besides, if any
discrepancies found in the unit rate, the rate of item(s) shall be analyzed from rates
incorporated/mentioned in the P.W. Department, Govt. of West Bengal schedule of rates for
Building, S&P, Roads & Bridges, Electrical works along with all addenda and corrigenda of probable
items of work forming part of tender document rates for the working area enforce at the time of NIT.
20) If any part of work is found to be of inferior quality than that specified in the tender or as per IS
specification, reduced rate will be applicable as will be finalized by the Chief Engineer.
21) The contractor or his authorized representative shall sign the site order book and comply with the
remarks entered therein by the representative(s) of the department.
3|Page
22) Whatever the reasons may be, no claim of idle labour, enhancement of labour rate, additional
establishment cost, cost of TOLL and hire &labour charges of tools and plants, railway freight etc.
would be entertained under any circumstances.
23) All risk on account of railway or road carriage or carriage by boat including loss or damage of
vehicles, boats, barges, materials or labour, if any, will have to be borne by the contractor without
any extra claim towards the University Authority.
24) All materials and workmanship shall be in accordance with the specifications laid down in the
contract and also as per M.O.R.T & H’s specification for Roads and Bridges Works (5 th revision) and
IS codes and the Chief Engineer, University of North Bengal (or by his representatives) reserves the
right to test, examine and measure the materials/workmanship direct at the place of manufacture,
fabrication or at the site of works or any suitable place. The contractor shall provide such assistance,
instrument machine, labour and materials as the Chief Engineer or his representative may require for
examining, measuring and testing the works and quality, weight or quantity of materials used and
shall supply samples for testing as may be selected and required by the Chief Engineer without any
extra cost. Besides this, the contractor will carry out tests from outside laboratory as per instruction
of the Chief Engineer. The cost of all such tests and arrangements would be borne by the contractor.
25) Time for completion as specified in the tender shall be deemed to be the essence of the contract and
shall be reckoned from the date of issue of letter of acceptance/work order, if not mentioned
otherwise.
26) In case of fore-closure or abandoned of the works by the University authority the contractor will be
eligible to be paid for the finished work/actual work done but not for any losses.
27) The contractor shall not be entitled for any compensation for any loss suffered by him/her due to
delays arising out of modification of the work, drawings, due to non-delivery of the possession of site
etc.
28) The whole work will have to be executed as per Departmental drawing (if any) available in this
connection at the tender rate. And the drawing(s) may be seen from the office of the undersigned
during office hours in any University’s working day before submission of rate(s).
29) Supervision of electrical components of works will be carried out by concerned wings of the
department (office of the Chief Engineer) under the overall coordination of the Chief Engineer as the
case may be.
30) The Electrical work shall be carried out as per the specification of PWD, Govt. of West Bengal for
electrical works as amended up to date and as per additional specifications and conditions for this
work.
31) The department reserves the right to send such electrical materials to the manufacturers/authorized
test laboratory to verify the genuineness and quality of product.
32) All concealed and earthing work shall be done in the presence of the Chief Engineer or his
authorized representative for electrical works.
33) The contractor shall be responsible for any damage done to the building or electrical installation
during the execution of the work. Damage, if any, shall have to be made good by the contractor at his
own cost, failing which the same shall be got rectified/made good at the risk and cost of the
contractor.
34) The whole work shall be carried out in engineering like manner and bad workmanship shall be
rejected summarily. For redoing the job, no claim of the contractor shall be entertained on this
account.
35) The site shall be cleared of malba, debris caused by working at site by the contractor without any
extra cost to the department.
36) The electrical contractor will ensure that all the skilled persons managed / deployed for executing the
electrical work possesses the wireman license/worksmen permit/supervisory license etc. as required
for the work and such license should be from the Government/competent authorities. Consequences
arising due to the default of the contractor to comply with this condition would be contractor’s
responsibility only.
37) The Tender Accepting Authority/Chief Engineer/Tender Inviting Authority reserves the right to deny
or accept or reject any or all the applications and to amend/change/supplement/cancel any clause or
the whole tendering process, at any point of time without any obligation & assigning any reasons

4|Page
what-so-ever and without thereby incurring any liability to the affected bidder or bidders or any
obligation to inform the affected bidder or bidders of the ground for such action.
38) No documents will be entertained, if sent by post/courier/e-mail or any other hard form, unless
otherwise asked for.
39) If any discrepancy/contradiction arises between two similar clauses on different notifications, the
clauses as stated in later notifications will supersede former one in following sequence:
i) Form No. 2911
ii) NIT
iii) Special terms & conditions.
In case of inadvertent typographical mistake in the BOQ / Schedule of works/ Price
Schedule/rates/elsewhere, the same may be treated to be so corrected as to conform with the relevant
schedule of rates and or technically sanctioned estimate. However, if such discrepancy / contradiction
in NIT or other documents are noticed by the applicant / intending bidder that has to be brought to
the notice of the Chief Engineer, NBU for necessary correction/corrigendum. No advantage could be
claimed by the agency for such inadvertent mistakes / errors after finalization of tender or during
execution of works.
40) There is no provision/scope of Joint Venture (JV) under this contract.
41) There shall be no provision for Arbitration under this contract, provision under clause 25 of WBF
No.2911 is thus considered deleted. For any discrepancies, the decision taken by the Vice
Chancellor, University of North Bengal is final and binding.
42) The payment will be made as and when fund is available from the concerned source. No claim
whatsoever for delay in payment, if any, will be entertained. Retention money towards performance
Security amount to 10% (ten percent) of the value of the work will be deducted from the running
account bill of the tender as per prevailing order. No interest will be paid on security deposit.
43) Adjustment of Price (increase or decrease) Vide Notification No.23-CRC/2M-61/2008, Dated:
13.03.2009 & Notification No.38-CRC/2M-61/2008 Dated 20.04.2009 shall not be applicable. Since
B.O.Q. for the works under this N.I.eT. is based upon the current schedule of rates of Public Works
Directorate for Building Works(vol-I), Sanitary & Plumbing Works(vol-II) and Road & Bridge
Works (vol-III) and Electrical Works as applicable, including all Addenda & Corrigendum upto the
date of Technical Sanction/vetting, the bidders shall quote their rate (percentage above / below / at
par) accordingly considering that no escalation and/ or price adjustment will be allowed by the
department thereto under any circumstances.
44) Agencies shall have to arrange required land for installation of Plant & Machineries (specified for
each awarded work), storing of materials, labour shed, laboratory, electricity, water etc. for work at
their own cost and responsibility nearest to the work site. The agencies have to submit declaration
that they will install all machineries on the working site within 3 (three) days from the date of issue
of work order from this end positively with application of Tender.
45) Bids shall remain valid for a period not less than 120 (One Hundred Twenty) days from the last
date of submission of Financial Bid / Sealed Bid. In case of inadvertent typographical mistake found
in the specified schedule of rates / BOQ, the same will be treated to be so corrected as to conform
with the relevant schedule of rates prevailing at the time of vetting/technical sanction of estimate. No
claim whatsoever for such inadvertent typographical mistake will be entertained.
46) The Tender Committee reserves the right to ignore minor deficiencies at their discretion in case of
first call and no challenge whatsoever against such decision of the said committee/ authority will be
entertained. In case of second and subsequent calls, the Tender Committee reserves the right to
ignore some deficiencies at their discretion and no challenge whatsoever against such decision of the
said committee will be entertained.
47) Primer should be white in color for priming on plastered and concrete surfaces. And the exterior
acrylic emulsion paint should have at least 5-7 years warranty on product by the manufacturer(s) and
to be approved by the department. Recommended brand may be considered as Asian Paints / Berger
Paints for use in priming and painting works.
48) Penalty for suppression/distortion of facts: -
If any Tenderers /Quotationers fails to produce the original hard copies of the documents or any other
documents on demand of the Chief Engineer/Tender Inviting Authority/Tender Accepting Authority
at any stage of tender process/pendency of the contract within a specified time frame or if any
5|Page
deviation is detected in the hardcopies from the submitted/uploaded soft copies or if there is any
suppression of documents/facts, the Tenderer/ Quotationer will be barred from participating the
tenders for a period of 3 years maximum and shall be judged as per level of offense(s) to be decided
by the University Authority. In addition, his Earnest Money Deposit may stand forfeited. Besides, the
University authority may take appropriate legal/administrative action against such defaulting
tenderer/ Quotationer.
49) Award of Contract: -
(i) The Bidder whose Bid has been accepted will be notified by the Chief Engineer/Tender Inviting
Authority through Letter of Acceptance (LOA) /Work Order.
(ii) The Letter of Acceptance will constitute the formation of the Contract. Issuance of LOA / work
order may be delayed due to non-receipt of clear site for the work and no claim, whatsoever, for
delay in issuance of LOA/ Work Order will be entertained.

Chief Engineer
University of North Bengal

6|Page
FORM –I

PRE-QUALIFICATION APPLICATION

To
The Chief Engineer,
University of North Bengal,
Siliguri.

Ref:- Tender for --------------------------------------------------------------------------------------------------------------------------


-----------------------------------------------------------------------------------------------------------------------------------------------
-------(Name of work)--------------------------------------------------------------------(NIT No--------------------------------------
-------------of 2025-26 of Chief Engineer, NBU).

Dear Sir,

Having examined the Statutory, Non-Statutory & NIT documents, I /we hereby submit all the necessary
information and relevant documents for evaluation.
The application is made by me / us on behalf of___________________________________________ In the capacity
___________________________________________________________________duly authorized to submit the
order.
The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for
application and for completion of the contract documents is attached herewith.

We are interested in bidding for the work(s) given in enclosure to this letter.

We understand that:

(a) Tender Inviting or Accepting Authority/Chief Engineer can amend the scope & value of the contract bid under this
project.
(b) Tender Inviting or Accepting Authority/Chief Engineer reserve the right to reject any application without assigning
any reason.

Enclo: - e-Filing: -
1. Statutory Documents.
2. Non-Statutory Documents.

Date: -
__________________________________
Signature of applicant including title and
capacity in which application is made

7|Page
FORM- II

STRUCTURE AND ORGANISATION

A.1 Name of applicant:

A.2 Office Address:

Telephone No.:

Cell Phone No.:

Fax No.:

E mail I.D.:

A.3 Bank Details:

-----------------------------------------------------------------------------------------------------------------------------------------
Note: Application covers Proprietary Firm, Partnership, Limited Company or Corporation,

_______________________________
Signature, name and designation
of Authorised Signatory

For and on behalf of

_______________________________
(Name of the Applicant)

8|Page
FORM-III

DECLARATION BY BIDDER

Declaration in support of Finance Rule No-11(i) in respect of University works stating that no tender shall be
accepted from any person directly or indirectly related with the employees of the University who hold
University Service Book: --

N.I.T No: ……………………………………………………. (Sl. No………) of 2025-26 by the Chief Engineer, University of North
Bengal.

I, .................................................................................., son of
............................................................................, aged about...........................................................years
residing at
..............................................................................................................................................................................
..............................................................................,by occupation
...................................................................do hereby solemnly affirm and say as follows:--

1) That I am the......................................................................................... (Designation) of


.....................................................................................(Name of Tenderer) and I am duly authorized
and competent to affirm on behalf of the said Tenderer.

2) The undersigned also hereby certifies that neither our farm


___________________________________________________ nor any of its constituent partner is
directly or indirectly related with any employees/officials of the University who hold University
Service Book.

3) I, the undersigned do certify that all the statements made hereinabove are true and correct. In case of
any information submitted is proven to be false or concealed, the application may be rejected or the
work might be revoked at any stages and no objection / claim will be raised by the undersigned.
Moreover, it may be considered as an attempt to disturb the tendering process and the University
authority may take such legal or administrative action as they deem fit against such misconduct.

Date---
______________________________
Signature, name and designation
of Authorised Signatory

For and on behalf of

_______________________________
(Name of the Applicant)

9|Page

You might also like