THE WEST BENGAL SMALL INDUSTRIES DEVEOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking. Memo No. SB1/1084/1/(14) Dated:- 31/08/2017

Similar documents
NIET NO : 26 of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking.

Notice For Supplying of School Bags in Different Schools of Harishchandrapur Block-I &II, Dist Malda.

JALPAIGURI MUNICIPALITY

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-6/15-16/BBMC-O

West Bengal Transport Corporation Limited

NIT NO :07 of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking.

GANGARAMPUR MUNICIPALITY

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

WEST BENGAL STATE SEED CORPORATION LIMITED

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED

Price of Technical & Financial Bid documents and other annexures (Rs.) (4) Earnest Money (Rs.) (3)

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

Earnest Money (Rs.) (3) Rs. 19, (Rupees Nineteen thousand one hundred ten only) to be

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED. Notice Inviting Tender

P.O. - PURULIA, DIST. - PURULIA PIN: , WEST BENGAL. Tender Notice No. : WBMAD/PURULIA/NIQ-18e/

Notice Inviting Tender

Memo. No. 104/G.M.(Elect)/HIDCO/e-NIT- 53(3rd Call)/ Dated: 22/01/2019

WEST BENGAL HOUSING INFRASTRUCTURE DEVELOPMENT CORPORATION LIMITED (A Government of West Bengal Undertaking)

ZOOLOGICAL GARDEN,ALIPORE 2,Alipore Road,Kolkata

Notice Inviting Tender

Document Download Start Date & time (e-tender) Lac at Hrs

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

HOOGHLY RIVER BRIDGE COMMISSIONERS

Memo. No. 006/GM(E)-I/NIT-01/ /050 Dated: 3 rd April, 2018

Notice Inviting Tender

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

Vivekananda Institute of Professional Studies AU-Block, Outer Ring, Pitam Pura, New Delhi

WEST BENGAL STATE SEED CORPORATION LIMITED

Notice Inviting Tender

ICSI HOUSE, C-36, Sector-62, Noida

Memo. No. 246/GM(E)-I/NIT-16/ /050 Dated: 31 st August, 2017

ICSI HOUSE, C-36, Sector-62, Noida

/ :55 P.M :00 A.M.

ICSI HOUSE, C-36, Sector-62, Noida

Ref. No. P&S/F.2/OR/198/ Date:

JAMMU AND KASHMIR STATE FINANCIAL CORPORATION (Incorporated under the State Financial Corporation s Act 1951)

Office of the Falakata Panchayat Samity Falakata :: Alipurduar

at 13:30 hrs

UNITED INDIA INSURANCE COMPANY LIMITED Estates Department: Head Office

Central University of Orissa

Notice Inviting Tender No. : PU/Tender/ News Paper Advt. Agn./ /1 Dated:

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

ICSI HOUSE, C-36, Sector-62, Noida

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website:

OFFICE OF THE SUKHANI GRAM PANCHAYET RAJGANJ, JALPAIGURI NOTICE INVITING PRE-QUALIFICATION - CUM TENDER (E-Procurement) E-Tender (TWO COVER SYSTEM)

Detail e - Quotation Notice No.01/SE(S)/GAP/KMDA of Dated

Office of the Sutahata Panchayat Samiti

INDIAN STATISTICAL INSTITUTE 203 Barrackpore Trunk Road Kolkata

BALMER LAWRIE & CO. LTD.

STATE BLOOD TRANSFUSION COUNCIL, ODISHA

CPP Portal Tender ID: 2017_DoPTG_246667_1

Notice Inviting Tender

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

SBU Logistics Services 32-33, Kushal Bazar, Ground Floor, Nehru Place, New Delhi Phone: ,

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-1/18-19/ electrical /S. Bengal

DETAILED NOTICE INVITING TENDER WEST BENGAL STATE ELECTRICITY TRANSMISSION COMPANY LIMITED. (A Govt of West Bengal Enterprise)

UNIVERSITY OF GOUR BANGA (Established under West Bengal Act XXVI of 2007)

LOCAL HEAD OFFICE, KOLKATA PREMISES & ESTATE DEPARTMENT SAMRIDDHI BHAVAN, BLOCK B, 9 TH FLOOR, 1, STRAND ROAD, KOLKATA

FILE NO. D-15017/12/2016/GENERAL GOVERNMENT OF INDIA DIRECTORATE GENERAL OF CIVIL AVIATION, OPPOSITE SAFDARJUNG AIRPORT, NEW DELHI

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

We request you to submit your offer for the supply of Computer Desktops 5 Nos & Laptops 1 No as per our following specification,

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Government of West Bengal OFFICE OF THE DISTRICT MAGISTRATE, COOCH BEHAR

TENDER DOCUMENT. Ref: CMPDI/RI-VII/DG/Liveries/5.25/2018/ 2596 Dated: 15/01/2018

Department of Health & Family Welfare Government of West Bengal Office of the Secretary D.H & F.W.S, and Chief Medical Officer of Health, Malda

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

West Bengal State Electricity Transmission Company Limited (A Govt. of West Bengal Enterprise) CIN: U40101WB2007SGC113474

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

INDIAN INSTITUTE OF SCIENCE BENGALURU

(A statutory body of Govt of Kerala)

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

Chennai Metro Rail Limited, Chennai ,India.

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

Sd /- Managing Trustee

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

Notice inviting e-tender. e-tender No. WBSEPS/DMS/e-10/18-19/ elect. /N Bengal (2nd Call)

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

Center For Journalism & Mass Communication Visva-Bharati Santiniketan

South Bengal State Transport Corporation (A Govt. of West Bengal Undertaking) Dr. B. RoyAvenue, Durgapur

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

ICSI HOUSE, 22 INSTITUTIONAL AREA, LODI ROAD NEW DELHI Sub: QUOTATION FOR SUPPLY OF DRINKING WATER AT ICSI-NOIDA OFFICE

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

TENDER DOCUMENT FOR. Empanelment of Travel Agents with IDBI Bank Ltd. for Booking of. Domestic and International Air Tickets. Name of the Agency:-

TENDER DOCUMENT FOR. Empanelment of Travel Agents with B a n k of India for. Booking of Domestic and International Air Tickets. Address: -...

CHANAKYA NATIONAL LAW UNIVERSITY, PATNA Nyaya Nagar, Mithapur, Patna -1, Ph. No , Website:

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice

Ref. No. e-tender Notice - NITJ/PUR/Furniture/34/18/e-Tender No. 19/2018. Please find enclosed herewith the following:

KERALA INDUSTRIAL INFRASTRUCTURE DEVELOPMENT CORPORATION(KINFRA) (A statutory body of Govt of Kerala)

CPP Portal Tender ID: 2016_DoPTG_109745_1

SECTION- I INSTRUCTION TO BIDDERS

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

Office of the Principal

CENTRAL BOARD OF SECONDARY EDUCATION. Shiksha Sadan, 17, Rouse Avenue, Institutional Area, New Delhi No. CBSE/ACAD/SUPDT(IT) Dated: 19/01/2016

for SUPPLY OF HP TONER CARTRIDGE

Transcription:

THE WEST BENGAL SMALL INDUSTRIES DEVEOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking SILPA BHAVAN 31, Black Burn Lane, Kolkata 700 012 Phone No. : (033) 2236 6769 Fax No. : (033) 2237 6412 Website: wbsidcl.com e-mail :- wbsidcltd@gmail.com Memo No. SB1/1084/1/(14) Dated:- 31/08/2017 NOTICE INVITING ELECTRONIC QUOTATION No. 10 OF 2017-2018 OF THE WBSIDC LTD. The Executive Director WBSIDC LTD, invites e-quotation:- The WBSIDCL invites e-quotations from reputed Companies / supply agencies for procurement of Computer System (Branded), Printer (Branded), Laptop and other computer peripherals. The interested Company/ Supplier/Agency may submit their technical and financial bid documents in prescribed format in separate sealed cover. Details of Specification of Computer System, Printer, Scanner, are as follows:- (Submission of Bid through online) Sl. No Name of the work 1. Supply and delivery of Computer Desktop, Printer, Scanner, Plotter, Laptop etc. in different dist. or location for WBSIDCL. Estimated Amount (Rs.) Rate to be Quoted Earnest Money (Rs.) Price of Technical & Financial Bid documents and others Annexure Period of Completion 30000.00 1000.00 30 (Thirty) days Name of the Concerned Division WBSIDCL Engg. Divn. Eligibility of Contractor Resourceful Outside Contractor (Eligibility Criteria as per Sl. No 3 Mentioned below) 1. In the event of e-filing intending bidder may download the tender document from the website, https://etender.wb.nic.in directly by the help of Digital Signature Certificate & necessary Earnest Money & cost of Tender Documents Necessary Earnest Money will be deposited by the bidder electronically : online through his net banking enabled bank account, maintained at any bank or offline through any bank by generating NEFT/RTGS Challan from the e-tendering portal. Intending Bidder will get the Beneficiary details from e-tender portal with the help of Digital

Signature Certificate and may transfer the EMD from their respective bank as per the Beneficiary Name and Account No., Amount, Beneficiary Bank Name (ICICI ) and IFSC Code and also e-procurement Ref. No. Payment procedure: a) Payment by Net Banking (any listed bank) through ICICI Bank Payment Gateway: i. On selection of net banking as the payment mode, the bidder will be directed to ICICI Bank Payment Gateway; ii. iii. iv. Bidder will make the payment after entering his Unique ID and password of the bank to process the transaction. Bidder will receive a confirmation message regarding success/failure of the transaction. If the transaction is successful, the amount paid by the bidder will get credited in the respective Pooling account of the State Government/PSU/Autonomous Body/local Body/PRIs, etc. maintained with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees., v. If the transaction is failure, the bidder will again try for payment by going back to the first step b) Payment through RTGS/NEFT : i. On selection of RTGS/NEFT as the payment mode, the e-procurement portal will show a pre-filled challan having the details to process RTGS/NEFT transaction. ii. iii. iv. The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment using his Bank account. Once payment is made, the bidder will come back to the e-procurement portal after expire of a reasonable time to enable the NEFT/RTGS process to complete, in order to verify the payment made and continue the bidding process. If verification is successful, the fund will get credited to the respective Pooling account of the State Government/PSU/Autonomous Body/Local Body/RIs etc maintained with the Focal Point Branch of ICICI Bank at R.N. Mukherjee Road, Kolkata for collection of EMD/Tender Fees. v. Hereafter, the bidder will go to e-procurement portal for submission of his bid. vi. But if the payment verification is unsuccessful, the amount will be returned to the bidder s, account. c. If EMD @ 2% of quoted amount exceeds Rs 30000.00 ( Rupees Thirty Thousand) only mentioned in the NIEQ, additional amount shall have to be paid in the form of D.D./P.O. etc. drawn in favour of The West Bengal Small Industries Development Corporation Ltd. Payable at Kolkata on acceptance and before execution of agreement as per the prescribed pro forma available from down loaded copies of original documents duly uploaded on to the e-tender web portal of this corporation.

Refund/Settlement Process: i. After opening of the bids and technical evaluation of the same by the tender inviting authority through electronic processing in the e-procurement portal of the State Government, the tender inviting authority will declare the status of the bids as successful or unsuccessful which will be made available, along with the details of the unsuccessful bidder, to ICICI Bank by the e-procurement portal through web services. ii. iii. iv. On receipt of the information from the e-procurement portal, the Bank will refund, through an automated process, the EMD of the bidders disqualified at the technical evaluation to the respective bidders bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date of which information on rejection of bid is uploaded to the e- Procurement portal by the tender inviting authority. Once the financial bid evaluation is electronically processed in the e-procurement portal, EMD of the technically qualified bidders other than that of the L1 and L2 bidders will be refunded, through an automated process, to the respective bidders s bank accounts from which they made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on rejection of financial bid is uploaded to the e-procurement portal by the tender inviting authority. However, the L2 bidder should not be rejected till the LOI process is successful. If the L1 bidder accepts the LOI and the same is processed electronically in the e-procurement portal, EMD of the L2 bidder will be refunded through an automated process, to his bank account from which he made the payment transaction. Such refund will take place within T+2 Bank Working Days where T will mean the date on which information on Award of Contract (AOC) to the L1 bidders uploaded to the e-procurement portal by the tender inviting authority. v. As soon as the L1 bidder is awarded the contract (AOC) and the same is processed electronically in the e- Procurement portal a) EMD of the L1 bidder will automatically get transferred from the pooling account to the account of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD. along with the bank particulars of the L1 bidder. b) EMD of the L1 bidder for tenders of the State PSUs/Autonomous Bodies/Local Bodies/ PRls, etc will automatically get transferred from the pooling account to their respective linked bank accounts along with the bank particulars of the L1 bidder. In both the above cases, such transfer will take place within T+1 Bank Working Days where T will mean the date on which the Award of Contract (AOC) is issued. vi. vii. Once the EMD of the L1 bidder is transferred in the manner mentioned above, Tender fees, if any, deposited by the bidders will be transferred electronically from the pooling account to the account of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD. All refunds will be made mandatorily to the Bank A/C from which the payment of EMD & Tender Fees (if any) were initiated. 2. Technical Bid & Financial Bid are to be submitted concurrently duly digitally signed in the Website https://etender.wb.nic.in

3. A) Detailed Specification of the Items / Products /Materials Sl Item Description No of Item required No 1 HP 280G2MT desktop- Intel Core i5 Processor 4GB DDR3 RAM, 19 Nos ( Nineteen) 1 TB HDD 18.5 TFT Monitor, Optical Mouse, Standard Keyboard, Windows 10 professional 3 Year onsite comprehensive warranty. 2 Laptop : ASUS e202mini: Intel Celeron processor,2gb RAM, 5 Nos ( Five) Hard Disk:500GB with 3 year Warranty 3 Printer HP 1020 Laser Printer with 3 year Warranty 04 Nos (Four) 4 Printer Scanner Copier HP Laserjet Pro M1136 Multi-functional 02 nos. (Two) Printer with 3 year Warranty 5 Scanner Flatbed HP Scanjet 200 with 3 year Warranty 03 nos. (Three) 6 Plotter HP Design Jet T2530 Multifunction Printer with 3 year Warranty 7 A3 Scanner HP Scanjet Enterprise Flow N9120 Flatbed Scanner(L2683B) or Canon DR-M1060 scanner with 3 year Warranty 01 no (One) 01 no (One) B) Credentials & Pre-qualifications of the Bidder 1) The responding Bidder should be registered under statutes of India. The organization should be of repute and be incorporated /registered in India. Annual reports of the bidder should be available for review on request. 2) The bidder should not have been blacklisted by any Central/State Government/Public Sector Undertaking for the tendered item and/or any other item. An undertaking in this regard should be submitted by the bidder otherwise the bid shall be summarily rejected. If the selected firm is found/detected Blacklisted by any Central/State Government/Public Sector Undertaking (for the tendered item or any other item) at any stage of procurement process, the acceptance of the selected firm and/or the supply order etc., if issued would be treated as cancelled and the contract in whole will be terminated with immediate effect without any intimation to the concerned firm. In this regard, WBSIDCL reserves the right to select the second lowest (L2) vendor for supply of the tendered item. The decision taken by WBSIDCL authority in the matter will be treated as full & final in this regard.. 3) The bidder desirable to have had an Annual turnover of Rs. 30.00 Lakh (Rupees Thirty lakh) for the last 3 (three) consecutive years. The turnover amount per year desired to be Rs. 30.00 lakh (Rupees thirty Lakh) in case of Public Sector Undertakings / Units. 4) Copy of authorization certificate from manufacturer is to be submitted for all products to be supplied otherwise the bid may be rejected. 5) The bidder should have in its name PAN (Permanent Account Number) with Income Tax authority in India.

6) Pan Card, Professional Tax receipts Challan for the year 2017-18, Current GSTIN registration Certificate alongwith current GST payment receipt to be accompanied with the Technical Bid document. Income Tax (Saral) Acknowledgement Receipt for assessment year (2016-2017) to be submitted. [Non Statutory Documents] 7) The Bidder desirable to be operational in the relevant field for at least 3 (three) consecutive years. The Bidder desirable to have experience of at least 3 (three) supplies of the tendered item in any PSU or Govt Organisation in India. The Payment Certificate for the same must accompany the tender. The Bidder should submit a list of important customers served with documentary evidence along with the Bid. 8) Authorized dealer of a manufacturing firm should have to submit the certificate of dealership duly certified by the manufacturing firm. 9) Conditional tender with time limit will not be considered. C) INSTRUCTIONS FOR GUIDANCE OF BIDDERS:- 1) Quotation must be addressed to the Executive Director, 31, Black Burn Lane, Silpa Bhawan, Kolkata-700012. It should be superscripted e-quotation for the Procurement of Computer and other Peripherals. 2) If any bidder disregards these instructions, their tender will be rejected. The department accepts no responsibility for the same. 3) The WBSIDCL does not bind himself to accept the lowest or any tender, not to assign any reason for nonacceptance. He also reserves the right to divide the contract amongst any number of bidders, and to let contracts for less than the quantities mentioned in the form of tender. The WBSIDCL reserves the right to revise the quantity of the tendered article/item as per requirement and/or availability of fund. 4) Issuance of work order as well as payment will depend on availability of fund and no claim whatsoever will be entertained for delay of Issuance of work order as well as payment, if any. Intending Quotationers may consider these criteria quoting their rates. 5) The stores must be supplied in every respect in accordance with the standard pattern, terms and conditions of the contract. 6) Any attempt of canvassing on the part of a bidder will render his tender/quotation liable to rejection summarily. 7) All bidders shall submit along with their tender, copy of the valid Trade License, GSTIN Clearance Certificate and valid document of Professional Tax & GSTIN Registration No. Tenders received without such certificates will not be considered. Credentials as to previous contracts held by the bidders with any other department of Government should also be enclosed. 8) There shall be no provision of Arbitration of contract up to Rs.100.00 (Rupees one hundred) lakh. 9) No Mobilisation Advance and Secured Advance will be allowed. 10) Price preference will not be allowed.

11) Inconsistencies, if any should be brought to the authority. 12) Rate should be quoted inclusive of all taxes and along with the charges of freight, packing, Coolie hire, delivery charges etc. 13) Rate quoted for IS- Marked product where desired will be given preference. In such cases, supporting document to adduce the genuinely of such product must be uploaded with the tender. 14) Bids shall remain valid for a period not less than 180 (One Hundred and Eighty ) days after the dead line date for Financial Bid/ Sealed Bid submission. Bid valid for a shorter period shall be rejected by the Tender Committee as non-responsive. 15) Any dispute arising out of this quotation will come under the jurisdiction of Hon ble Calcutta High Court. 16) The quotationer shall have to submit the Bank Solvency Certificate. 1) The Quotationer has to submit the following information as under. i) Name, ii) Permanent Address and Address for communication, iii) Contact Mobile no, iv) email ID D. CONDITIONS 1) In the event of the Bidder failing to make a security deposit in manner hereinafter mentioned, the THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD. Kolkata may, at his discretion, forfeit the earnest money lodged with this tender/quotation and cancel the acceptance of the quotation. 2) WBSIDCL may accept the tender in respect of all the goods tendered for, or any of them, or any part of all or any of them, by notifying the Bidder accordingly in the acceptance and the tender shall thereupon be considered as a tender for the quantity so accepted. 3) The Bidder shall be liable to supply the tendered item as per agreement mutually agreed upon against placement of order of supply from time to time by the WBSIDCL within the time specified in the respective order. WBSIDCL reserves the right for placement of supply/firm order at any time during the validity period of the tender and the bidder is bound to supply of the tendered item as per accepted rate of the respective tender. The Bidder shall have to deposit equivalent to a sum equal to 5% (five percent) of the total value of the Supply/Firm Order (excluding admissible Taxes/GST) as Security Deposit (covering the entire Warranty period) against each Supply/Firm Order at the time of agreement in addition to the EMD deposited by them. 4) If the Bidder by any cause, other than his own neglect or default, be prevented or delayed from supplying goods as aforesaid, the periods provided in clause may be extended by the Executive Director of WBSIDCL on being satisfied that reasonable grounds exist for such extension. 5) The Bidder shall provide, at his own expense, all tools, plant, implements, packing, coolie hire charges and the like as will be necessary for the due performance of the contract. No claim on these account shall be entertained. 6) This contract shall not transfer either wholly or partly to any other party and on breach of this provision the WBSIDCL may determine the contract and forfeit the Security Deposit and the Bidder shall have no claim for loss thereby resulting to him on any account whatsoever.

7) Any breach by the Bidder of any of the terms of the contract the WBSIDCL may, in addition to recovering any loss sustain, terminate the contract on seven days notice to the bidder. The decision of the WBSIDCL shall be the final on all questions as to the extent, meaning or construction of the said schedule or any descriptions, prices or other matters there in mentioned. 8) Rate for reputed brands of the items are to be quoted. 9) Authentic documents regarding genuineness of the articles to be produced in respect of supplies of Branded articles in each supply. 10) The demonstration of the item/equipment etc., if required, will have to be arranged by the bidder before the Tender committee prior to selection of item/equipment. If any or all the items/equipment are not found suitable and/or up to the mark by the members of the Tender Committee, the same shall be liable to be rejected even after having lowest rate. The decision of Tender Committee and/or any other Committee constituted for the purpose will be taken as final. 11) If the bidder is failed to supply the items/products/articles according to the specification and/or approved samples of the respective tender, the E.M.D / S.D may be forfeited and the selected firm may be blacklisted. 12) The tender shall comprise of two bid systems (i) Technical Bid & (ii) Financial Bid. The Technical Bid will be opened first and if it is found technically suitable and/or feasible, only then the Financial Bid will be considered. Otherwise the entire Bids (Technical, Financial bid) will be treated as cancelled. Technical Bids shall be evaluated by Technical/Tender Committee and the Financial Bids shall be evaluated by the Tender Committee constituted for that purpose which will be informed to the bidders who found eligible to participate in the tender. 13) The WBSIDCL does not bind himself to accept the lowest or any tender, not to assign any reason for nonacceptance. He also reserves the right to divide the contract amongst any number of bidders. The WBSICL reserves the right to accept and/or reject any tender, all tenders or any part thereof, without assigning any reason thereto. 14) After completion of the process of selection, the selected firm will be issued the AOC and to be asked to Supply the Items/Products as mentioned in Sl. (3.A) within the agreed time and furnish Invoice for the respective item(s) for initiating payment formalities. 15) The WBSIDCL reserves the right to invoke and/or cancel the Supply/Firm Order, if situation so warrants or the terms and conditions are not complied with, without assigning any reason thereto. 16) As far as the tender procedure is concerned, there are several stages for sanctions and grounds for Blacklisting which are usually accepted a) At the stage of competitive bidding- on the ground of i) Submitting false documents as far as the eligibility criteria are concerned. ii) iii) Submission of bid which involves concealment /suppression of facts in the bids in order to influence the outcome of eligibility screening or any other stage of open bidding. Unauthorized use of one s name or the name of any other firm for the purpose of bidding.

iv) Withdrawal of a bid, or refusal to accept an award, or enter the contract with the Govt. without justifiable cause, after he had been adjudged as having submitted the lowest responsive bid. v) Refusal or failure to post the required performance security within the prescribed time, as indicated in the detailed tender notice. vi) vii) viii) Refusal to clarify in writing its bid during post qualification within the prescribed period as contained in the detailed tender notice from receipt of the request for clarification. Any documented unsolicited attempt to unduly influence the outcome of bidding in his favour. All other acts that tend to defeat the purpose of competitive bidding which is contrary to financial rules of the Government e.g. habitual withdrawing from bidding except a valid reasons, not complying with the requirements during bid evaluation. b) At the stage of contract implementation on the ground of i) Failure on the part of the firm to supply items as per Supply Order due solely to his fault or negligence within the prescribed period as mentioned in the detailed tender notice. ii) iii) iv) Failure on the part of the firm/company to fully and faithfully comply with the contractual obligations without valid cause or failure to comply with any written lawful instruction of the procuring entity or its representative(s) pursuant to the implementation of the contract. Assignment and sub-contracting of the contract or any part thereof. Unsatisfactory progress in the delivery of goods/items in case of procurement. v) Supply of inferior quality of goods, as may be provided in the contract or as per accepted sample/specimen of item(s). vi) vii) viii) ix) Any other reason, which the procuring entity deems it logical to include in the contract, duly agreed by the selected bidder/firm. Failure of supply within the stipulated period of time to be mentioned in the supply order. It should be noted that the firm/firms will be selected purely as PROVISIONAL BASIS and the forecast requirement may increase or decrease by any quantity. Valid GSTIN Registration Certificate under the Govt. of W.B. and Clearance Certificate. x) The Bidder is desirable to have an office in West Bengal and service delivery centre at Kolkata. The Bidder should mention in detail their support infrastructure including address, contact phone no., fax no., e-mail ID etc. and modalities by which fast response to maintenance calls and minimum downtime will be ensured.

E. Important Information:- 1.(Date & Time Schedule) Sl. Particulars Date & Time No. 1 Date of uploading of NIEQ Documents online (Publishing Date) 31/08/2017 up to 6:00 PM 2 Start Date of sale /download of Quotation Documents (online) 01/09/2017 from 10:00AM 3 End Date of Sale /Download of Quotation Documents 13/09/2017 up to 2:00 PM.. 4. Bid submission start date (online) 01/09/2017 from 10:00AM 5. Bid submission closing date (online) 13/09/2017 up to 2:00 PM. 8. Date of opening of Technical Proposals (online) 15/09/2017 up to 2:00 PM 9. Date of uploading list for Technically Qualified Bidder(online) Will be informed later on 10. Date of opening of Financial Proposals (Online) Will be informed later on 11. Date of uploading the list of bidder along with their rates through online, also if necessary for further negotiation through offline for final rate. Will be informed later on A. Location of critical events: Bid Opening: Office of the Executive Director, The West Bengal Small Industries Development Corporation Ltd. Silpa Bhavan, 4 th floor, 31, Black Burn Lane, Kolkata 700 012. 2 Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in Instructions to Bidders before bidding. 3 The intending quotationer are required to quote the rate online only. No offline tender will be entertained. 4 Contractor shall have to comply with the provisions of (a) the contract labour (Regulation Abolition) Act. 1970 (b) Apprentice Act. 1961 and (c) minimum wages Act. 1948 of the notification thereof or any other laws relating thereto and the rules made and order issued there under from time to time. 5 During scrutiny, if it is come to the notice to tender inviting authority that the credential or any other papers found incorrect/manufactured/fabricated, that tenderer will not be allowed to participate in the tender and that application will be out rightly rejected without any prejudice. Beside the WBSIDC may take appropriate Legal Action against such defaulting tender. 6 In case if there be any objection regarding Prequalifying the Agency that should be lodged to the Chairman Tender Screening Committee within 2( Two) days from the date of publication of list of qualified Agency and beyond that time schedule no objection will be entertained by the Screening Committee. 7 Before issuance of the work order, the tender inviting authority may verify the credential & other documents of the lowest tenderer/quotationer if found necessary. After verification, if it is found that such documents submitted by the lowest tenderer is either manufacture or false in that case, work order will not be issued in favour of the tenderer under any circumstances. 8 If any discrepancy arises between two similar clauses on different notifications, the clause as stated in later notification will supersede former one in following sequence:- a. AGREEMENT b. NIEQ c. Technical bid d. Financial bid

9 In case of Ascertaining Authority at any stage of application or execution of work necessary registered power of attorney is to be produced. 10 Intending tenderers are required to submit online attested/self-attested photocopies of valid enlistment renewal certificate, valid partnership deed (in case of partnership firm), current Professional Tax Deposit Challan / Professional Tax Clearance Certificate, PAN Card, Trade License from the respective Municipality, Panchayet etc. (in case of S & P Contractors only), [Non statutory documents]. 11 If the dates fall on holidays or on days of bandh or natural calamity, the dates defer to next working days. 12 In case of inadvertent typographical mistake the same should be corrected as per norms. The intending tenderer/ Quotationer is required to quote the rate in figures as well as in words as mentioned in BOQ. 13 The intending tenderer is required to quote the rate item wise in figures as well as in words with the relevant price schedule of rates. 14 No CONDITIONAL/ INCOMPLETE QUOTATION will be accepted under any circumstances. 15 Successful Tenderers/ Quotationer will be required to obtain valid Registration Certificate & Labour License from respective Regional Labour Offices where construction work by them are proposed to be carried out as per Clauses u/s 7 of West Bengal Building & other Construction Works Act, 1996 and u/s 12 of Contract Labour Act. 16 In case of Quoting rates, no multiple lowest rates will be entertained by the Department. 17 The Executive Director, WBSIDC Ltd. reserves the right to cancel the N.I.E.Q. due to unavoidable circumstances and no claim in this respect will be entertained. 18 All bidders are requested to be present either personally or through their authorized representatives in the chamber of the Executive Director, WBSIDC Ltd. during opening of the Quotation, to observe the quotation opening procedure. 19 Qualification Criteria The Tender Inviting & Accepting Authority through a Tender Committee will determine the eligibility of each bidder, the bidders shall have to meet all the minimum criteria regarding:- a) Financial Capacity b) Technical Capability comprising of personnel & equipment capability c) Experience The eligibility of a bidder will be ascertained on the basis of the self attested documents in support of the minimum criteria as mentioned in a, b, c above, and the declaration executed through prescribed affidavit in non-judicial stamp paper of appropriate value duly notarized in Annexure-X. If any document submitted by a bidder is noticed either manufacture or false, in such cases the eligibility of the bidder/ quotationer will be out rightly rejected at any stage without any prejudice. The bidder would also be liable for the criminal proceedings as per law. 20 Successful tenderers will be required to observe the following conditions strictly: a) Employees Provident Fund and Miscellaneous Provisions Act, 1952 and Employees State Insurance Act, 1948 should be strictly adhered to wherever such Acts become applicable.

b) Minimum wages to the workers shall be paid according to the rates notified and/or revised by the State Government from time to time under the Minimum Wages Act, 1948 in respect of scheduled employments, within the specified time as per law. Payment of bonus, wherever applicable, has to be made. c) Adequate safety and welfare measures must be provided as per the provisions of the Building and other Construction Workers (Regulation of Employment & Conditions of Service) Act, 1996 read with West Bengal Building and Other Construction Workers (Regulation of Employment and Conditions of Service) Rules, 2004 d) All liabilities arising out of engagement of workers are duly met before submission of bills for payment. If there is any violation of any or all the relevant above criteria during execution of the job, it will render the concerned agencies ineligible for the work then and there or at any subsequent stage as may be found convenient. INSTRUCTION TO BIDDERS SECTION A General guidance for e-tendering Instructions/ Guidelines for tenders for electronic submission of the tenders online has been annexed for assisting the contractors to participate in e-tendering. 1. Registration of Agency/Supplier Any contractor willing to take part in the process of e-tendering will have to be enrolled & registered with the Government e-procurement system, through logging on to https://etender.wb.nic.in (the web portal of e-tendering). The contractor is to click on the link for e-tendering site as given on the web portal. 2. Digital Signature certificate (DSC) Each contractor is required to obtain a (class I, class-ii, Class-III and bonafied resourceful outsiders) Digital Signature Certificate (DSC) for submission of tenders, from the approved service provider of the National Information s Centre (NIC) on payment of requisite amount details are available at the Web Site stated in Clause-2 of Guideline to Bidder DSC is given as a USB e- Token. 3. The contractor can search & download NIEQ & Tender Documents electronically from computer once he logs on to the website mentioned in Clause 2 using the Digital Signature Certificate. This is the only mode of collection of Tender Documents. 4. Participation in more than one work of a N.I.E.Q will not be accepted. A prospective bidder shall be allowed to participate in the single job of the N.I.E.Q either in the capacity of individual or as a partner of a firm. If found to have applied in more than a single job of the N.I.E.Q or severally in a single job, all his applications will be rejected for that N.I.E.Q / that job. 5. Submission of Quotation General process of submission: Quotations are to be submitted through online to the website stated in Cl.2 in two folders at a time for each work, one in Technical Proposal & the other in Financial Proposal before the prescribed date & time using the Digital Signature Certificate (DSC) The documents are to be uploaded (virus scanned copy) duly Digitally Signed. The documents will get encrypted (transformed into non readable formats). A. Technical proposal The Technical proposal should contain scanned copies of the following further two covers (folders).

A1. Statutory Cover Containing i. RTGS/NEFT towards cost of tender documents as prescribed in the e-niq, against the serial of work as applied for concerned with the Work. ii. RTGS/NEFT towards earnest money (EMD) prescribed in the e-niq, against the serial of work as applied for concerned with the Work. iii. Tender NIQ and Agreement (Download & upload the same Digitally Signed except quoting rate, quoting rate will be only encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in the technical bid document the tender is liable to be summarily rejected). iv. Agreement, Special Terms, condition & specification of works. A2 Non statutory Cover Containing i. Valid Professional Tax(PT) deposit receipt challan for the valid financial year 2017-18, Pan Card, IT return, for the Assessment year 2015-16, GST Registration/clearance Certificate, Current GST payment receipt. ii. Registration Certificate under Company Act. (if any). iii. Registered Deed of partnership Firm/ Article of Association & Memorandum iv. Power of Attorney (For Partnership Firm/ Private Limited Company, if any) v. Tax Audited Report in 3 Cd Form along with Balance Sheet & Profit & Loss A/c for the last five vi. years(year just preceding the current Financial Year will be considered as year I) vii. Clearance Certificate for the Current Year issued by the Assistant Register of Co-Op(S) (ARCS) bye laws are to be submitted by the Registered labour Co-Op(S) Engineers Co.-Opt.(S) viii. List of Technical staffs along with their authentically to menials & appointment letter other supporting documents of any. ix. Affidavits (Ref:- format shown in section B, Annexure X ) Note:- Failure of submission of any of the above mentioned documents in specified cover as above in ( A1, i.e Statutory cover and A2, i.e Non-statutory cover) and also non submission of document in proper perspective, the tender will be liable to summarily rejected. B. Tender committee(tsc) i. Opening of Technical proposal :- Technical proposals will be opened by the Executive Engineer, The WBSIDC Ltd. or his authorized representative electronically from the web site using their Digital Signature Certificate. At the same time the Technical proposals which will be received through off-line will also be opened. ii. Intending tenderers may remain present if they so desire. iii. Cover (folder) statutory documents should be opened first & if found in order, cover (Folder) for non statutory documents will be opened. If there is any deficiency in the documents the tender will summarily be rejected. iv. Decrypted (transformed in to readable formats) documents of the non statutory cover will be downloaded & handed over to the tender committee. v. Uploading of summary list of technically qualified tenderers. vi. Pursuant to scrutiny & decision of the tender committee the summary list of eligible tenders & the serial number of work for which their proposal will be considered will be uploaded in the web portals. vii. While evaluation the committee may summon the tenderer & seek clarification / information or additional documents or original hard copy of any of the documents already submitted & if these cannot be produced within the stipulated time frame, their proposals will be liable for rejection. C. Financial proposal

i. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of quantities (BOQ), the contractor is to quote the item wise rate online through computer in the space market for quoting rate in the BOQ. ii. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally Signed by the contractor. 6. Penalty for suppression / distortion of facts i. If any tenderer 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 tenderer will be suspended from participating in the tenders on e-tender platform for a period of 3 (Three) years. In addition, his user ID will be deactivated and Earnest Money Deposit will stand forfeited. Besides, this office may take appropriate legal action against such defaulting tenderer. The audited Balance sheet for the last three years, net worth bid capacity etc. are to be submitted which must demonstrate the soundness of Bidder s financial position, showing long term profitability including an estimated financial projection of the next two years. 7. AWARD OF CONTRACT i. The WBSIDC reserves the right to accept or reject any Bid and to cancel the Bidding processes and reject all Bids at any time the prior to the award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the ground for Employer s action. ii. The Bidder who s Bid has been accepted will be notified by the Tender Inviting & Accepting Authority through acceptance letter. iii. iv. The notification of award will constitute the formation of the Contract. The Agreement in prescribed format will incorporate all agreements between the Tender Accepting Authority and the successful Bidder. Executive Director

Memo No. SB1/1084/ 1/( 14) Dated:- 31/08/2017 Copy forwarded to the PRO for information with the request for circulation of the e-niq widely as per norms through advertisement in the renowned/ widely circulated News Papers along with one No. C.D. for incorporation in the respective Website. Executive Director Memo No. SB1/1084/1/(14) Dated:- 31/08/2017 Abridged Copy forwarded for information and wide circulation through his office NOTICE BOARD. 1. BOD,Sri Pulak Roy, MLA, Director, The WBSIDC Ltd. Vill: Gauripore, P.O Dakshin Ramchandrapur, Uluberia, Howrah.Pin-711315 2. The Chief Accounts Officer, The WBSIDC LTD. Kolkata 12 3. Senior Manager, The WBSIDC LTD. Kolkata 12 4. Estate Manager The WBSIDC LTD. Kolkata 12 5. Executive Engineer The WBSIDC LTD. Kolkata 12 6. The Assistant Engineer-I (Civil) Sri R.K.Saha The WBSIDC LTD. Kolkata 12 7. The Assistant Engineer-I (Electrical) Sri G.De The WBSIDC LTD. Kolkata 12 8. P.A to the Hon ble Chairman The WBSIDC LTD. Kolkata 12 6. P.A to the Managing Director The WBSIDC LTD. Kolkata 12 7. P.A to the Executive Director (I) The WBSIDC LTD. Kolkata 12 8.The Accountant, Engineering Division, The WBSIDC LTD. Kolkata 12 11. Estimating Section, Engineering Division, The WBSIDC LTD. Kolkata 12 12. ISA Smt. Bandana Saha The WBSIDC LTD. Kolkata 12 13. Notice Board, Silpa Bhawan, 2nd floor, The WBSIDC LTD. Kolkata 12 14. Notice Board, Silpa Bhawan, 4 th floor, The WBSIDC LTD. Kolkata 12 15. Office Copy. Executive Director

SECTION B FORM I PRE-QUALIFICATION APPLICATION To The Executive Engineer The WBSIDC Ltd. 31, Black Burn Lane, Silpa Bhavan Kolkata 12 Ref: - Tender for (Name of work) N.I.EQ.No.: 10 of 2017-18 (Sl. No...) of Executive DIRECTOR WBSIDC Ltd. Dear Sir, Having examined the Statutory, Non statutory & NIQ documents, I /we hereby submit all the necessary information and relevant documents for evaluation. The application is made by me / us on behalf of In the capacity duly authorized to submit the order. The necessary evidence admissible by law in respect of authority assigned to us on behalf of the group of firms for Application and for completion of the contract documents is attached herewith. We are interested in bidding for the work(s) given in Enclosure to this letter. We understand that: (a) Tender Inviting & Accepting Authority/Engineer-in-Charge can amend the scope & value of the contract bid under this project. (b) Tender Inviting & Accepting Authority/Engineer-in-Charge reserve the right to reject any application without assigning any reason. Enclo:- e-filling:- 1. Statutory Documents 2. Non Statutory Documents

Date: - Signature of applicant including title and capacity in which application is made SECTION B Form II FINANCIAL STATEMENT B.1 Name of Applicant : B.2 Summary of assets and liabilities on the basis of the audited financial statement of the last five financial years. (Attach copies of the audited financial statement of the last five financial years) a) Current Assets : (It should not include investment in any other firm) Year (Rs. In lakh) Year (Rs. In lakh) Year (Rs. In lakh) b) Current liabilities : (It should include bank over draft) c) Working capital : (a) (b) d) Net worth : (Proprietors Capital or Partners Capital or Paid up Capital + Resource & surplus ) e) Bank loan/ Guarantee : (As per clause G.2. with all sub clauses) Signature of applicant including title and capacity in which application is made.

Annexture X Affidavit (To be furnished in Non Judicial Stamp paper of appropriate value duly notarized) Ref : NIEQ NO : 10 of 2017-18 1. I, the under-signed do certify that all the statements made in the attached documents are true and correct. In case of any information submitted proved to be false or concealed, the application may be rejected and no objection / claim will be raised by the under signed. 2. The under signed also hereby certifies that neither our firm nor any of constituent partner had been debarred to participate in tender. 3. The under signed would authorize and request any bank, person, firm or Corporation to furnish pertinent information as deemed necessary and / or as request by the department to verify this statement. 4. The under-signed understood that further qualifying information may be requested and agrees to furnish any such information at the request of the department. 5. Certified that I have applied in the tender in the capacity of individual / as a partner of a firm & I have not applied severally for the same job. Signed by an authorized officer of the firm Title of the Officer Name of the firm with Seal Date:

SECTION B FORM- IV STRUCTURE AND ORGANISATION A.1 Name of applicant : A.2 Office Address : Telephone No. : Fax No. : E-mail : A.3 Name and address of Bankers : A.4 Attach an organization chart showing the structure of the company with names of Key personnel and technical staff with Bio-data. : Note: Application covers Proprietary Firm, Partnership, Limited Company or Corporation, Signature of applicant including title and capacity in which application is made.