NIEQ No of WBSIDC Ltd.

Similar documents
THE WEST BENGAL SMALL INDUSTRIES DEVEOPMENT CORPORATION LIMITED A Government of West Bengal Undertaking. Memo No. SB1/823 ( 1 )/14 Dated:

West Bengal State University

SITC of RFID Car Parking System including Manpower support and CAMC भ रत य वम नपत तन प र धकरण AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT, CHENNAI

: 2018_AAI_9051_1) NOTICE INVITING

AIRPORTS AUTHORITY OF INDIA ENGINEERING WING(ELECTRICAL) SILCHAR AIRPORT

Notice Inviting e-offer No.KMC-KEIIP/626/ Of KEIIP, Kolkata Municipal Corporation TENDER REF. as above.

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

AIRPORTS AUTHORITY OF INDIA. NIT No. : AAI/AT/AGM(EE)/e-NIT-07/ Dt. 14/09/2017 NOTICE INVITING e-tender (3 Covers Open Tender)

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

ITEM RATE TENDER TENDER No. 14 / / ELDB

TENDER DOCUMENT. For Selection of Surveyor Agency for Survey works at Panagarh Industrial Park of WBIDC

PREQUALIFICATION DOCUMENT

Department of Civil Engineering - CHENNAI

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

NCC Infrastructure Holdings Limited

APPLICATION FORM FOR REGISTRATION OF CONTRACTORS (Please attach the documents as per Annexure Numbers mentioned in the form)

NOTICE FOR THE EXPRESSION OF INTEREST (EOI) : (REVISED)

Notice Inviting e-tender

Request For Proposal for Deployment of Hardware, Software and Manpower for OPD Management at District Head Quarter Hospital, Puri.

RFP for Empanelment of Interior Furnishing Contractors

AIRPORTS AUTHORITY OF INDIA DIRECTORATE OF ENGINEERING (CIVIL) JOLLY GRANT AIRPORT, DEHRADUN

Indian Institute of Information Technology, Design and Manufacturing, Kurnool (IIITDM Kancheepuram Campus) Chennai Tender Document.

Contractors who are desirous of tendering for above work and fulfills the Following requirements shall be eligible to apply:

Office of The Superintending Engineer Circle I, T&T Sector, K.M.D.A, Unnayan Bhavan, Salt Lake City, Block- A,(5 th floor) Kolkata

REQEUEST FOR EXPRESSION OF INTEREST (REOI) FOR OIL, CENTRE OF EXCELLENCE FOR ENERGY STUDIES (COEES) BUILDING AT GUWAHATI IN ASSAM

Advertisement/ Bid Inviting Notice

APPLICATION FORM FOR ENLISTMENT OF VENDORS

PRE-QUALIFICATION NOTICE FOR EMPANELMENT OF ARCHITECTS/CONSULTANTS

TENDER FOR EMPANELMENT OF MANUFACTURERS/SUPPLIERS FOR SUPPLY & INSTALLATION OF MODULAR FURNITURE AT BANK S VARIOUS OFFICES/BRANCHES PAN INDIA

STATE BANK OF INDIA PREMISES & ESTATE DEPARTMENT 3 RD FLOOR, LOCAL HEAD OFFICE BHADRA, AHMEDABAD PH : (079)

ENGINEERING PROJECTS (INDIA) LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD NEW DELHI

NOTICE INVITING TENDERS FOR

RFP FOR ENGAGMENT OF CHARTERED ACCOUNT

SOFTWARE TECHNOLOGY PARKS OF INDIA

Empanelment of Consultancy Firms

BHARAT ELECTRONICS LIMITED

Aliah University. along with signed Application and Declaration (Annexure III).

Office of The Chief District Medical & Public Health Officer, Puri.

Empanelment of Graphic Design House and Printing Agency

Request for Proposals (RFP) Moving office furniture from building 3A to building 22 and other CSIR store areas (in building 35 and 36)

Empanelment of Event Management and Public Relations (PR) Organisations

WEBEL TECHNOLOGY LIMITED

FOR SUPPLY & PROVIDING LOCKER CABINETS OF DIFFERENT CONFIGURATION FOR STATE BANK OF INDIA BRANCHES AT DIFFERENT LOCATIONS IN THE STATE OF TELANGANA

Central Bank Of India Regional Office,

STATE BANK OF INDIA EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR TABLE OF CONTENTS: IMPORTANT DATES:

VIJAYA BANK. (A Government of India Undertaking) Head Office at No.41/2, M.G. Road Phone: BANGALORE

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

Bid Document for engagement of a Creative & Process Control Agency

F.No.:C(878)AKB/IC/UKHRUL/NEC/ Dated 30/06/2017

REQUEST FOR PROPOSAL Architectural Services

TENDER NOTICE FOR ENGAGEMENT OF REPUTED AGENCY FOR PROVIDING NURSING & PARAMEDICAL STAFF ON CONTRACT BASIS

INDIAN INSTITUTE OF TECHNOLOGY, BOMBAY ESTATE OFFICE. Annexure I (Terms & Conditions)

NHPC FELLOWSHIP SCHEME FOR ASSAM 2016

COCHIN SHIPYARD LIMITED KOCHI-15 (P&A DEPARTMENT) No.P&A/2(260)/18 02 April 2018 SELECTION OF PROJECT ASSISTANTS ON CONTRACT BASIS

Creation of Corporate Film for India Brand Equity Foundation (IBEF)

REQUEST FOR PROPOSAL OF EMPANELMENT & ANNUAL RATE CONTRACT OF SUPPLIERS FOR STATIONERY ITEMS

Tender Notice No: 4/2018 dated: 17/07/2018

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

NOTICE OF EXPRESSION OF INTEREST (EOI)

Request for Proposal. For. Selection of Architectural Consultants. For IT CAPACITY BUILDING & TRAINING CENTRES. Madhya Pradesh

TENDER DOCUMENT FOR PREPARATION & INSTALLATION OF POLE KIOSKS FOR VIBRANT GUJARAT 2017 SUMMIT

NOTICE INVITING TENDER FOR SUPPLY OF DCR SOLAR CELL 4.45 WATT TENDER NO. REIL/MM/16-17/E-PROC./38 DATED

RECRUITMENT TO THE POST OF GENERAL MANAGER (TECHNICAL) / SIGNAL DESIGN

COCHIN SHIPYARD LIMITED KOCHI-15 (P&A DEPARTMENT) No.P&A/6(90)/02-VI 07 March 2018

For Information, Issuance and Submission of EOI, please contact as follows:

COCHIN SHIPYARD LIMITED KOCHI-15 (P&A DEPARTMENT)

Request for Expression of Interest

to up to 16:00 hrs up to 16:00 hrs. Downloading of the documents Last date of submission of the bid

EMPANELMENT OF NEWS PAPER ADVERTISING AGENCIES FOR BANK S ADVERTISEMENT IN THE STATE OF KARNATAKA

HIMACHAL PUBLIC WORKS DEPARTMENT. (Only for Office use) Sl. No. of form issued G.R. No..Amount..Date:.. APPLICATION FOR ENLISTMENT AS CONTRACTOR

Notice Inviting Tender

REQUEST FOR PROPOSALS RFP# CAFTB

Request for Empanelment (RFE) of. Facilitators

Application Form For Enlistment Of Contractors & Architects

WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED (WEBEL ) TENDER DOCUMENTS

a) For Electrical Safety Audit

Education and Capacity Building (ECB) Program Rules

Expression of Interest (EoI) Notice

Tender Type Open Form Of Contract Lump-sum Tender Category Works No. of Covers 2 General Technical Evaluation Allowed

JAMMU AND KASHMIR PUBLIC SERVICE COMMISSION RESHAM GHAR COLONY, BAKSHI NAGAR, JAMMU. NOTIFICATION NO: 11- PSC (DR-P) OF 2017 DATED:

RFP for Designing Branding Creatives for India s participation at MSV Brno as Partner Country for India Brand Equity Foundation

NORTH EASTERN REGIONAL AGRICULTURAL MARKETING CORPORATION LTD. (NERAMAC) (A GOVERNMENT OF INDIA ENTERPRISE) EXPRESSION OF INTEREST FOR

BIHAR STATE POWER (HOLDING) COMPANY LTD. (Department of General Administration) (Reg. Office: Vidyut Bhawan, Bailey Road, Patna )

Request for Proposals (RFP) The provision of Media Monitoring and Analyses services to the CSIR. RFP No. 770/09/06/2017

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

PRE- QUALIFICATION OF SUPPLIERS FOR HOME AFRIKA LIMITED

MINISTRY OF HEALTH & FAMILY WELFARE, GOVERNMENT OF INDIA (Department of AYUSH) Tender. For

TENDER DOCUMENT FOR INVITING BIDS PREPARATION & INSTALLATION OF TEMPORARY HOARDINGS

NATIONAL HANDLOOM DEVELOPMENT CORPORATION LIMITED GREATER NOIDA (HR DEPARTMENT)

N.B.: The written examinations against Advt No. 03/2017 and Advt No. 04/2017 will be held on different dates. Minimum Qualification

PREQUALIFICATION DOCUMENT

PROCEDURE AND CHECKLIST FOR APPROVAL OF BUILDING PLANS AND REGISTRATION/RENEWAL OF LICENCE OF FACTORY UNDER FACTORIES ACT, 1948

REVISED SCHEME FOR EXTERNAL MARKET DEVELOPMENT ASSISTANCE

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

Request for Proposal (RFP) For. Selection of Vendor for Maintenance of Computer Systems under Annual Maintenance Contracts for Delhi and NCR Area

Request for Proposals (RFP) The provision of transport law specialist services for subsidised public transport contracts for the CSIR

Corporation Bank (A Premier Public Sector Bank)

Downloaded from

PAKISTAN CIVIL AVIATION AUTHORITY REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACT AT JINNAH INTERNATIONAL AIRPORT

Pre-Qualification Application for A Class Contractors

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. SB1/1841/17 (1) Dated : 18.12.2017 NOTICE INVITING ELECTRONIC QUOTATION No. 12 OF 2017-2018 OF THE WBSIDC LTD. The Executive Engineer, WBSIDC LTD, invites e-quotation for the consultancy work from the Bonafide Registered Architect / Consultant / Engineers having experience for the similar nature of Fire Consultancy Job detailed in the table below: (Submission of Bid through online) Sl. No Name of the work 1. Preparation and submission of Detailed Project Report (DPR), drawing, design, BOQ etc. in connection with the Fire Fighting System at- Udayan IE (11.233 acres) & Beliaghata IE (2.22 acres) 2. Preparation and submission of Detailed Project Report (DPR), drawing, design, BOQ etc. in connection with the Fire Fighting System at- Tangra IE-I (5.28 acres) & Tangra IE-II (5.0945 acres) 3. Preparation and submission of Detailed Project Report (DPR), drawing, design, BOQ etc. in connection with the Fire Fighting System at- Maniktala IE (1.0866 acres) & Ultadanga Mini IE (0.25 acres) Application Fees (Rs.) Earnest Money (Rs.) Period of Completion 2,000.00 20,000.00 60 ( Sixty) days 2,000.00 20,000.00 60 ( Sixty) days 2,000.00 20,000.00 60 ( Sixty) days Name of the Concerned Division WBSIDCL Engineerin g Division WBSIDCL Engineerin g Division WBSIDCL Engineerin g Division Eligibility of Contractor Bonafide registered Architect / Consultant / Engineers (Eligibility Criteria as per Sl. No 3 Mentioned below) Bonafide registered Architect / Consultant / Engineers (Eligibility Criteria as per Sl. No 3 Mentioned below) Bonafide registered Architect / Consultant / Engineers (Eligibility Criteria as per Sl. No 3 Mentioned below)

4. Preparation and submission of Detailed Project Report (DPR), drawing, design, BOQ etc. in connection with the Fire Fighting System at- Behala IE -CE (15.4315 acres) & Khidderpore IE (1.21 acres) 2,000.00 20,000.00 60 ( Sixty) days WBSIDCL Engineerin g Division Bonafide registered Architect / Consultant / Engineers (Eligibility Criteria as per Sl. No 3 Mentioned below) 1. Introduction 1.1. Background WBSIDC have developed a large number of industrial and commercial estates at various areas across West Bengal and have allotted the entrepreneurs of Tiny / SSI units their requisite spaces for business activity specially to the manufacturing industries in the form of either plots or sheds to on rent / lease basis (long / short term). The areas allotted to the entrepreneurs are provided with the basic infrastructures like road network, water supply & distribution system, storm water drainage, sewerage, power supply and street lighting, etc. In the recent past, it has been observed that a number of accidents caused by fire, happened in the city, from these fatal experiences, the WBSIDC seriously felt the necessity of providing the fire safety and precautionary measures among the basic infrastructures of each industrial estate. As the population density and work pressure are of considerable magnitude the WBSIDC focused their priority on the industrial estates which are in and around Kolkata. The West Bengal Small Industries Development Corporation (WBSIDC) Ltd. invites e-quotation with bid from reputed Architect / Consultant / Engineers / firms / companies to develop a Detailed Project Report for in connection with the Fire Fighting System at industrial estates which are in and around Kolkata that encapsulates and hosts the above ambitions. 2. Scope of Work Scope of work relating to proposed work (Civil) :- 1. Detailed drawing, design & estimate for the Firefighting underground water reservoirs with structural stability certificate by registered Structural Engineer having capacity as per fire norms with locations after conducting requisite Soil Investigation, Level Survey and the structural drawings shall have to be prepared and submitted after getting the same vetted from any Government Engineering Institution like Jadavpur University / Indian Institute of Engineering Science and Technology- Shibpur / IIT Kharagpur / NIT Durgapur. 2. Detailed drawing, design & estimate for the Deep Tube Wells as per requirement with locations shall have to be prepared and submitted. 3. Detailed drawing, design & estimate for the Pump Houses as per requirement with locations shall have to be prepared and submitted. 4. Detailed drawing, design & estimate for the D.G. set platform as per requirement with location shall have to be prepared and submitted. 5. Detailed drawing, design & estimate for the Fire fighting Distribution System showing dia of ring main, street hydrant etc. as per requirement with location shall have to be prepared and submitted. 6. Detailed drawing, design & estimate for the interconnecting pipe line from the deep tube wells and reservoirs and pump room showing dia of pipe and depth as per requirement with location shall have to be prepared and submitted.

7. Analysis of rate for all non-schedule items along with supporting quotation, as necessary, shall have to be furnished. 8. Detailed Estimate of the total cost of the project as per the current PWD schedule of rate (Civil Works) shall have to be prepared and submitted in the shape of BOQ for the purpose of calling tenders thereon. The BOQ shall have to be submitted in hard copy as well as in soft copy in excel format which shall have to be editable. 9. Periodical Supervision shall have to be conducted from time to time during the entire course of actual execution of the proposed work contemplated herein and a Completion Certificate shall also have to be submitted after completion of the proposed work in all respects in accordance with the BOQ on the basis whereof the tenders shall have been called for. 10. The term proposed work (Civil) means the civil part of the work:- a. To which the instant work of preparation and submission of DPR pertains; and b. Which shall eventually be executed and completed by calling separate tenders and/or otherwise therefor. 2.1. Scope of work relating to the proposed work (Electrical) :- 1. Pump house layout / fire fighting machine room layout drawing with overall machine dimensions mentioning clearances from all sides of machines as per relevant codes & practices, shall have to be provided. 2. Fire pump & jocky pump rating calculations against the calculated discharge and head at the point of delivery of pump as per fire and other codes and practice, shall have to be provided. 3. Detailed Estimate of the total cost of the project as per the current PWD schedule of rate (Electrical Works) and as per market rate shall have to be prepared and submitted in the shape of BOQ for the purpose of calling tenders thereon. The BOQ shall have to be submitted in hard copy as well as in soft copy in excel format which shall have to be editable. 4. SLPD of the fire fighting electrical system shall have to be furnished. 5. Control panel with overall dimension including ratings of each switches and protective measuring instruments shall have to be furnished. 6. Analysis of rates for all non schedule electrical items along with supporting quotation (three nos.) shall have to be provided. 7. Proper size protective devices i.e. RCCB, MCB etc shall have to be included in the SPNDB for El work. Analog type specially designed Ammeter, Voltmeter may be provided in the panel so that pointer may stand at least at the middle portion of the scale. 8. Pressure gauge and flow meter shall have to be considered at the delivery line of pump motor set. 9. Calculations for the selection of cable of different sizes shall have to be furnished. 10. DG set with AMF panel selection calculation shall have to be furnished in the BOQ. 11. Sufficient space shall have to be kept in the fire pump house so that easily pump motor set can be taken out by chain pulley arrangement or any other process for repairing and can be reinstalled after repairing of the same. 12. The provision of providing power supply to the fire fighting pump(s) and water pump either through the substation or L & MV supply from the WBSEDCL / CESC / DPL shall have to be finalized in consultation with the WBSEDCL / CESC / DPL and the cost along with necessary quotation(s) shall also have to be included in the DPR. Necessary coordination with the WBSEDCL / CESC / DPL and WBSIDCL engineers during service connection and commissioning of the fire fighting pump motor sets will also be under the scope of the quotationer. 13. The requisite provisional clearance/certificate as to viability of the proposed work shall have to be obtained from the Fire Department, Government of West Bengal and the DPR shall accordingly be prepared and submitted.

14. Periodical Supervision shall have to be conducted from time to time during the entire course of actual execution of the proposed work contemplated herein and a Completion Certificate shall also have to be submitted after completion of the proposed work in all respects in accordance with the BOQ on the basis whereof the tenders shall have been called for. In addition, the final No Objection Certificate in respect of the proposed work after completion thereof shall also to be obtained from the Department of West Bengal Fire & Emergency Services, Government of West Bengal and to be submitted. 15. The term proposed work (Electrical) means the electrical part of the work:- a. To which the instant work of preparation and submission of DPR pertains; and b. Which shall eventually be executed and completed by calling separate tenders and/or otherwise therefore. 2.2. Deliverables 1. Submission of Master Plan, Level Survey, Soil Test Report, Drawing, Design, Estimate, SLPD etc. of both for Civil and Electrical Work as mentioned in the scope of work on acceptance of the authority and Presentation on Draft DPR - 03(three) sets in Hard Copy and in Soft Copy (in AutoCAD & Pdf and MS Word & Excel). 2. Submission of Vetted Structural Drawings of Firefighting underground water reservoirs from any Government Engineering Institution like Jadavpur University / Indian Institute of Engineering Science and Technology- Shibpur / IIT Kharagpur / NIT Durgapur and Vetted diagram of Fire Distribution Network & Concept Master Plan, duly vetted by appropriate authority of WBF&ES. 3. Submission of Final DPR - Five (5) sets in Hard Copy and in Soft Copy (in AutoCAD & Pdf and MS Word & Excel in editable form). 4. Submission of working drawing - 05 ( Five ) sets in hard copy and in Soft Copy (in AutoCAD & Pdf in editable form). 2.3. Project Timelines The following timeline has to be strictly followed by the selected Agency: Sl. Milestone / Deliverable Dates No. 1 Issuance of work order T 2 Submission of Master Plan, Level Survey, Soil Test Report, Drawing, Design, Estimate, SLPD T+ 30 days etc. of both for Civil and Electrical Work as mentioned in the scope of work on acceptance of the authority and Presentation on Draft DPR 3 Submission of Vetted Structural Drawings of Firefighting underground water reservoirs from any Government Engineering Institution like Jadavpur University / Indian Institute of T + 45 days Engineering Science and Technology- Shibpur / IIT Kharagpur / NIT Durgapur and Vetted diagram of Fire Distribution Network & Concept Master Plan, duly vetted by appropriate authority of WBF&ES. 4 Submission of Final DPR T + 60 days 5 Acceptance of DPR As per progress 6 Submission of working drawings (Civil and Electrical) As per progress 7 Periodical Supervision of the proposed work (Civil and Electrical) As per progress 2.4. Schedule of Payments 2.4.1 The payment will be linked to project milestones as a percentage of the Agency s bill.

Sl. Payment Milestone / Deliverable No. (%) 1 Issuance of work order Nil 2 Submission of Master Plan, Level Survey, Soil Test Report, Drawing, Design, Estimate, SLPD etc. of both for Civil and Electrical Work as mentioned in the scope of work on acceptance of the 15% authority and Presentation on Draft DPR 3 Submission of Vetted Structural Drawings of Firefighting underground water reservoirs from any Government Engineering Institution like Jadavpur University / Indian Institute of Engineering Science and Technology- Shibpur / IIT Kharagpur / NIT Durgapur and Vetted diagram of Fire 15% Distribution Network & Concept Master Plan, duly vetted by appropriate authority of WBF&ES. 4 Submission of Final DPR 10% 5 Acceptance of DPR 6 Submission of working drawings (Civil and Electrical) 7 Periodic Supervision of the proposed work (Civil and Electrical) ( Payment are to be released after issuance of completion certificates by the Engineer-in Charge) 20% 20% 20% 2.4.2 Security deposit @ 10% of total quoted amount will be recovered from the bills, whether on account or final, and the same shall be retained as security deposit for ensuring performance by the Consultant of the work of such periodic Supervision of the proposed work (Civil and Electrical) as tabulated above. The security deposit so deducted shall be refundable within a period of ninety (90) days after the certificate of completion of the proposed work has been issued by the Engineer-in-Charge, a copy of such completion certificate shall be communicated to the Consultant. 2.4.3 In addition to the above, the Labour Welfare Cess @ one percent (1%) of the total bill value will be deducted from each bill/bills together with all other Statutory deductions as per Govt. Rules and Regulations in force. 3. Qualification / Eligibility Criteria 3.1. Technical Capacity The Bidder should have the following minimum Technical experience: 1) The firm / Company should have completed for the preparation of Detailed Project Report for similar type of work in last 5 financial years ending 31st March 2017. 2) The firm / company have in house experts / key personnel with relevant qualifications along with adequate number of junior professionals and technical support staff with experience in: a. Infrastructure and utilities for Fire Fighting b. Financial analysis, cost estimation, project structuring c. Structural Design d. Electrical Design 3) It is preferred that the firm / company should have a permanent office or create a base in Kolkata where key nodal and competent personnel shall remain available on regular basis during project development stage. 3.2. Financial Capacity Average annual turnover of firm / company shall not be less than Rs. 50 lakh per annum in last 3 financial years completed as on 31st March 2017. 4. Instruction to Applicants

4.1 In the event of e-filing intending bidder may download the tender / quotation document from the website, https://etender.wb.nic.in directly by the help of Digital Signature Certificate & necessary Earnest Money & Application Fees (non refundable). Necessary Earnest Money & Application Fees 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. 4.2. 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 / Application 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 prefilled challan having the details to process RTGS/NEFT transaction. ii. The bidder will print the challan and use the pre-filled information to make RTGS/NEFT payment using his Bank account. iii. 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. iv. 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) 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. 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. iii. 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 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. iv. 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. Once the EMD of the L1 bidder is transferred in the manner mentioned above, Application Fees deposited by the bidders will be transferred electronically from the pooling account to the account of THE WEST BENGAL SMALL INDUSTRIES DEVELOPMENT CORPORATION LTD. vii. All refunds will be made mandatorily to the Bank A/C from which the payment of EMD was initiated. 4.3. General criteria for participation in e-quotation: a. An undertaking should be given stating thereby that the Firm has not been debarred or penalized for any reasons out of work by any Government Department. b. The Bidders shall have to submit the scan copy of PAN Card, up to date valid Professional Tax Registration Certificates, GSTIN, Challans, etc. The hard copy of the document shall have also to be submitted physically to the office of Executive Engineer, WBSIDC Ltd. Silpa Bhavan, (4 th Floor) 31, Black Burn Lane Kol-12 under sealed covered as an when desired by the authority. i) Name, ii) Permanent Address and Address for communication, iii) Contact Mobile no, iv) email ID c. Subletting of contract is strictly prohibited. d. The prospective bidders shall have in their full time engagement experienced technical personnel. [Non Statutory Documents]

e. Pan Card, Professional Tax receipts Challan for the year 2017-18, GSTIN Certificate along with current vat 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] f. In case of Proprietorship, Partnership Firms and The Company Tax Audit Report in 3CD Form are to be furnished along with the balance sheet and profit and loss account, and all the schedules forming the part of Balance Sheet and Profit & Loss Account in favour of applicant. No other name along with applicant name, in such enclosure will be entertained. (Non-Statutory documents). g. Registered Partnership Deed (for Partnership Firm only) along with Power of Attorney to be submitted along with application. (Non-Statutory documents). h. Declaration regarding Structure and Organization duly signed by the applicant to be submitted along with application. i. Where there is a discrepancy between the unit rate & the line item total resulting from multiplying the unit rate by the quantity, the unit rate quoted shall govern. Where there is a discrepancy between the rate in figures & words the rate in words will govern. j. The Bid should be submitted in two parts in two separate sealed covers digitally super scribing TECHNICAL BID and FINANCIAL BID. FINANCIAL bid of only those bidders shall be opened who are technically qualified on evaluation according to the predefined qualification criteria as mentioned in this N.I.E.T. by the Tender Committee, formed for the purpose. The decision of the Tender Committee will be final and absolute in this respect. The list of Qualified Bidders will be displayed in the Notice Board of this office on the scheduled date and time as mentioned NIT. k. 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 tenderers may consider these criteria quoting their rates. l. Adjustment of Price( increase or decrease) :- No escalation of cost will be allowed even in extension period of time, granted by WBSIDC. m. No Mobilization Advance and Secured Advance will be allowed. n. Price preference will not be allowed. o. 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. p. The Bidder, at his 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 Quotation, the cost of visiting the site shall be at the Bidder s own expense. q. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The Executive Engineer, WBSIDC Ltd. reserves the right to reject any application for purchasing Bid documents and to accept or reject any offer without assigning any reason whatsoever and is not liable for any cost that might have incurred by any Bidder at the stage of Bidding. r. Prospective applicants are advised to note carefully the minimum qualification criteria as mentioned in Instructions to Bidders before bidding. s. The intending Bidders are required to quote the rate online only. No offline Quotation will be entertained. t. 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. u. In case if there be any objection regarding Prequalifying the Bidder that should be lodged to the Chairman Tender Screening Committee within 2( Two) days from the date of publication of list of qualified Bidder and beyond that time schedule no objection will be entertained by the Screening Committee. v. Before issuance of the work order, the tender inviting authority may verify the credential & other documents of the lowest Bidder if found necessary. After verification, if it is found that such documents submitted by the lowest Bidder is either manufactured or false in that case, work order will not be issued in favour of the Bidder under any circumstances. w. In case of Ascertaining Authority at any stage of application or execution of work necessary registered power of attorney is to be produced. x. No CONDITIONAL / INCOMPLETE QUOTATION will be accepted under any circumstances. y. The Executive Engineer, WBSIDC Ltd. reserves the right to cancel the e-n.i.t. due to unavoidable circumstances and no claim in this respect will be entertained. z. All bidders are requested to be present either personally or through their authorized representatives in the chamber of the Executive Engineer, WBSIDC Ltd. during opening of the Quotation, to observe the quotation opening procedure. 4.4 Important Information:- A. (Date & Time Schedule) Sl. Particulars Date & Time No. 1. Date of uploading of NIEQ Documents online (Publishing Date) 18.12.2017 at 6.00 P.M 2. Start Date of sale /download of Tender Documents (online) 19.12.2017 from 10.00 A.M 3. End Date of Sale /Download of Tender Documents 02.01.2018 up to 2:00 PM.. 4. Bid submission start date (online) 19.12.2017 from 10.00 A.M 5. Bid submission closing date (online) 02.01.2018 up to 2:00 PM.. 6. Date of opening of Technical Proposals (online) 04.01.2018 up to 2:00 PM.. 7. Date of uploading list for Technically Qualified Bidder(online) Will be informed later on 8. Date of opening of Financial Proposals (Online) Will be informed later on 9. 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 B. Location of critical events: Bid Opening: Office of the Executive Engineer, The West Bengal Small Industries Development Corporation Ltd. Silpa Bhavan, 4 th floor, 31, Black Burn Lane, Kolkata 700 012

4.5 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 nonjudicial 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/ tenderer will be out rightly rejected at any stage without any prejudice. The bidder would also be liable for the criminal proceedings as per law. SECTION A INSTRUCTION TO BIDDERS 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 Bidder Any Bidder willing to take part in the process of e-quotation 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 Bidder is to click on the link for e-quotation site as given on the web portal. 2. Digital Signature certificate (DSC) Each Bidder is required to obtain a 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 Bidder can search & download NIQ & Quotation 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 Quotation Documents. 4. Submission of Bid General process of submission: Bidders 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). 1. 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 Quotation 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. Quoting rate will be only encrypted in the B.O.Q. under Financial Bid. In case quoting any rate in form No. 1 the quotation is liable to be summarily rejected). iv. 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 2016-17, GST In /clearance Certificate, Current Vat 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 three vi. years(year just preceding the current Financial Year will be considered as year I) vii. List of Technical staffs along with their authentically to menials & appointment letter other supporting documents of any. viii. 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 Quotation will be liable to summarily rejected. 2. 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 bidders 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 Quotation 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 Bidders. vi. Pursuant to scrutiny & decision of the tender committee the summary list of eligible Bidders & the serial number of work for which their proposal will be considered will be uploaded in the web portals. vii. During evaluation, the committee may summon the Bidders to 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. 3. Financial proposal i. The financial proposal should contain the following documents in one cover (folder) i.e. Bill of quantities (BOQ) the Bidder is to quote the rate (Presenting Above/ below/ at par) online or to quote item rate / and or item-wise rate 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 Bidder. 5. Penalty for suppression / distortion of facts i. If any Bidder 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 Bidder will be suspended from participating in the Quotation on e-quotation 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 Bidder. ii. Financial capacity of a bidder will be judged on the basis of working capital and available bid capacity as mentioned in the e-n.i.q. to be derived from the information furnished in FORM-I & II (Section-B) i.e., Application (for Pre-qualification) & Financial Statement. If an applicant feels that his/their Working Capital beyond own resource may be insufficient, he/they may include with the application a letter of guarantee issued by a first class Bank to supplement the applicant. This letter of guarantee should be addressed to the Tender Inviting/ Accepting Authority and should guarantee duly specifying the

name of the project that in case of contract is awarded to the Bidder, the Bidder will be provided with a revolving line of credit. Such revolving line of credit should be maintained until the works are taken over by the Engineer-In-Charge/ Employer. 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 6. 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 Quotation Inviting & Accepting Authority through acceptance letter. iii. iv. The notification of award will constitute the formation of the Contract. An Agreement in prescribe format (copy of agreement attached in annexure-) with other documents duly filled in and signed in a complete stage within 7 (Seven) days from the date of issue of award of Contract shall have to be made by the successful Bidder for making formal agreement failing which the tender will be liable to termination with forfeiture of earnest money already deposited by you to this Corporation without any further reference. 7. TERMINATION OF CONTRACT The time allotted for completion of the job shall be deemed to be the essence of the contract and if the stipulation as to the time schedule is not strictly adhered to, the contract shall be liable to termination by EE/ WBSIDCL with forfeiture of Security Deposit in settlement of the damages sustained by the Corporation due to such nonperformance on the part of Contractor. Executive Engineer Memo No. SB1/1841/17 (1) Dated:- 18.12.2017 Copy forwarded to the PRO for information with the request for circulation of the NIEQ 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 Engineer

Memo No. SB1/1841/17 (1) Dated:- 18.12.2017 Abridged Copy forwarded for information and wide circulation through his office NOTICE BOARD. 1. Additional Chief Secretary, Department of MSME & T, Hemanta Bhavan, 4 th floor, 12, BBD Bag (East) Kol-01 2. BOD, Sri Pulak Roy, MLA, Director, The WBSIDC Ltd. Vill: Gauripore, P.O Dakshin Ramchandrapur, Uluberia, Howrah Pin 711315. 3. Director, Micro Small and Medium Enterprise, Govt. of West Bengal, 1, Kiran Sankar Roy Road, Kolkata-700001 4. The Chief Accounts Officer, The WBSIDC LTD. Kolkata 12 5. Estate Manager, 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 9. P.A to the Managing Director The WBSIDC LTD. Kolkata 12 10. P.A to the Executive Director (I) The WBSIDC LTD. Kolkata 12 11. The Accountant, Engineering Division, The WBSIDC LTD. Kolkata 12 12. Sub Assistant Engineer (Civil) Sri Rabi Basak, The WBSIDC LTD. Kolkata 12 13. Sub Assistant Engineer (Civil) Smt.Songhita Sadhu, 620, Diamond Harbour Road, Kolkata-700034 14. Sub Assistant Engineer (Electrical) Sri S. Das The WBSIDC LTD. Kolkata 12 15. Estimating Section, Engineering Division, The WBSIDC LTD. Kolkata 12 16. Notice Board, Silpa Bhawan, 2nd floor, The WBSIDC LTD. Kolkata 12 17. Notice Board, Silpa Bhawan, 4 th floor, The WBSIDC LTD. Kolkata 12 18. Office Copy Executive Engineer

Sl. N o Description of jobs 1. Preparation and submission of Detailed Project Report (DPR), drawing, design, BOQ etc. in connection with the Fire Fighting System at- 1. 1 1. 2 Udayan IE (Total area of land 11.233 acres) Beliaghata IE (Total area of land 2.22 acres) Total ANNEXURE 1/1 (Work Sl. No. 1) FINANCIAL PROPOSALS Quantit y 1 item LS 1 item LS Quoted Rate of each Industrial Estate inclusive of GST and all other Taxes. (In Rs.) (In Word) 1) PLEASE DO NOT QUOTE THE RATE HERE. 2) RATE TO BE QUOTED IN ONLINE BOQ ONLY. We do hereby agree to that i) The Contract shall be for the whole Work. ii) The quoted rate is inclusive of all the taxes. iii) The rates and the price quoted by the bidders shall be fixed for the entire duration of the contract and shall not be subject to any adjustment, changes, escalation, etc. under any circumstances. iv) In case of any dispute with regard to interpretation of any section as contained in this e-niq or as may arise by and between the contracting parties the same shall be referred to Managing Director, WBSIDC whose decision shall be Final and binding on all the parties. v) Carryout the above work as per scope of work and terms and conditions of the Quotation documents e- NIQ No.12, of 17-18. vi) The quoted rate is inclusive of all charges, travel and other incidental, food & Lodging costs, etc. (SIGNATURE OF THE QUOTATIONER WITH OFFICE SEAL)

Sl. N o Description of jobs 2. Preparation and submission of Detailed Project Report (DPR), drawing, design, BOQ etc. in connection with the Fire Fighting System at- 2. 1 2. 2 Tangra IE-I (Total area of land 5.28 acres) Tangra IE-II (Total area of land 5.0945 acres) Total ANNEXURE 1/2 (Work Sl. No. 2) FINANCIAL PROPOSALS Quantit y 1 item LS 1 item LS Quoted Rate of each Industrial Estate inclusive of GST and all other Taxes. (In Rs.) (In Word) 1) PLEASE DO NOT QUOTE THE RATE HERE. 2) RATE TO BE QUOTED IN ONLINE BOQ ONLY.. We do hereby agree to that vii) The Contract shall be for the whole Work. viii) The quoted rate is inclusive of all the taxes. ix) The rates and the price quoted by the bidders shall be fixed for the entire duration of the contract and shall not be subject to any adjustment, changes, escalation, etc. under any circumstances. x) In case of any dispute with regard to interpretation of any section as contained in this e-niq or as may arise by and between the contracting parties the same shall be referred to Managing Director, WBSIDC whose decision shall be Final and binding on all the parties. xi) Carryout the above work as per scope of work and terms and conditions of the Quotation documents e- NIQ No.12, of 17-18. xii) The quoted rate is inclusive of all charges, travel and other incidental, food & Lodging costs, etc. (SIGNATURE OF THE QUOTATIONER WITH OFFICE SEAL)

Sl. N o Description of jobs 3. Preparation and submission of Detailed Project Report (DPR), drawing, design, BOQ etc. in connection with the Fire Fighting System at- 3. 1 3. 2 Maniktala IE (Total area of land 1.0866 acres) Ultadanga Mini IE (Total area of land 0.25 acres) Total ANNEXURE 1/3 (Work Sl. No. 3) FINANCIAL PROPOSALS Quantit y 1 item LS 1 item LS Quoted Rate of each Industrial Estate inclusive of GST and all other Taxes. (In Rs.) (In Word) 1) PLEASE DO NOT QUOTE THE RATE HERE. 2) RATE TO BE QUOTED IN ONLINE BOQ ONLY. We do hereby agree to that xiii) The Contract shall be for the whole Work. xiv) The quoted rate is inclusive of all the taxes. xv) The rates and the price quoted by the bidders shall be fixed for the entire duration of the contract and shall not be subject to any adjustment, changes, escalation, etc. under any circumstances. xvi) In case of any dispute with regard to interpretation of any section as contained in this e-niq or as may arise by and between the contracting parties the same shall be referred to Managing Director, WBSIDC whose decision shall be Final and binding on all the parties. xvii) Carryout the above work as per scope of work and terms and conditions of the Quotation documents e- NIQ No.12, of 17-18. xviii) The quoted rate is inclusive of all charges, travel and other incidental, food & Lodging costs, etc. (SIGNATURE OF THE QUOTATIONER WITH OFFICE SEAL)

Sl. N o Description of jobs 4. Preparation and submission of Detailed Project Report (DPR), drawing, design, BOQ etc. in connection with the Fire Fighting System at- 4. 1 4. 2 Behala IE -CE (Total area of land 15.4315 acres) Khidderpore IE (Total area of land 1.21 acres) Total ANNEXURE 1/4 (Work Sl. No. 4) FINANCIAL PROPOSALS Quantit y 1 item LS 1 item LS Quoted Rate of each Industrial Estate inclusive of GST and all other Taxes. (In Rs.) (In Word) 1) PLEASE DO NOT QUOTE THE RATE HERE. 2) RATE TO BE QUOTED IN ONLINE BOQ ONLY. We do hereby agree to that xix) The Contract shall be for the whole Work. xx) The quoted rate is inclusive of all the taxes. xxi) The rates and the price quoted by the bidders shall be fixed for the entire duration of the contract and shall not be subject to any adjustment, changes, escalation, etc. under any circumstances. xxii) In case of any dispute with regard to interpretation of any section as contained in this e-niq or as may arise by and between the contracting parties the same shall be referred to Managing Director, WBSIDC whose decision shall be Final and binding on all the parties. xxiii) Carryout the above work as per scope of work and terms and conditions of the Quotation documents e- NIQ No.12, of 17-18. xxiv) The quoted rate is inclusive of all charges, travel and other incidental, food & Lodging costs, etc. (SIGNATURE OF THE QUOTATIONER WITH OFFICE SEAL)

1. Name of bidder Office Address Tel. No.: Fax No.: E-mail: ANNEXURE-2 APPLICATION FORMAT FOR ENGAGEMENT OF CONSULTANT 2. Address of Kolkata Office Address: Tel. No.: Fax No.: E-mail: 3. No. Partners in case of firm :- 4. GST Registration No. (a copy of certificate of registration to be enclosed) 5. Permanent Account No 6. Whether Income Tax Return filed for last three financial years 7. Key Contact Person 8. Credentials : i) Copies of certificates related with qualification ii) Copies of Order for similar kind of work already executed for reputed organization / PSU / Power Utilities within last five years and completion certificate issued by the respective organization. 9. Offer valid up to 180 days from the next date of opening of Tender. 10. Whether the bidder has submitted a) Current Professional Tax clearance certificate b) Service Tax Registration Certificate d) Copy of PAN Card (SIGNATURE OF THE QUOTATIONER WITH OFFICE SEAL)

WEST BENGAL SMALL INDUSTRIES DEVELOPMET CORPORATION LTD. ANNEXURE -3 DECLARATION SHEET I..., certify that all the above typed in data and information pertaining to this specification are correct and are true representation of the materials covered by our formal proposal number dated.. I hereby certify that I am duly authorized representative of the Firm / Consultant whose name appears above my signature. Firm s/consultant s :... Name Authorized Representative's Signature :... Firm s/consultant s Intent:... The Firm s/consultant s hereby agree to fully comply with the requirements and intent of this specification for the Price indicated..... Authorized Representative's Signature Specific exception to specifications General & supplementary conditions, If any, tabulate & sign below

Annexure X Affidavit (To be furnished in Non Judicial Stamp paper of appropriate value duly notarized) Ref : NIEQ NO : 12 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: