Govt. of West Bengal Directorate of ICDS Schemes e-tender.pdfDirectorate of ICDS Schemes SHAISHALI...
Transcript of Govt. of West Bengal Directorate of ICDS Schemes e-tender.pdfDirectorate of ICDS Schemes SHAISHALI...
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 1 of 15
Govt. of West Bengal
Directorate of ICDS Schemes SHAISHALI Building, Block – DF, Sector – I, Salt Lake, Kolkata – 700 064
Ph.: (033) 2359 3786 / (033) 2359 3787 + Fax: (033) 2337 5782 [e-mail: [email protected] / [email protected]]
No. 1826/ICDM/Dte Dated, Kolkata the 18TH OCTOBER 2017
Notice inviting e-Tender
Notice Inviting e-Tender No. ICDS/DTE/NIT-01/2017/18
of the Directorate of ICDS, West Bengal
The Directorate of ICDS, Government of West Bengal, invites e-Tender for the work detailed in the table below.
(Submission of Bid through online)
Tender ID: 2017_CDWDS_133135_1
List of Schemes:
Sl. Name of the work Earnest Money
(Rs.)
Price of
Technical &
Financial Bid
and other
annexures
(Rs.)
Period of
completion Eligibility of Contractor
1
Supply 10,000 (ten thousand)
ECCE Kit each kit containing 41
(forty one) items including
delivery up to Project level
throughout the State of West
Bengal as detailed in Scope of
Work
Rs. 2,00,000/- in
favour of the
Director of ICDS,
West Bengal
payable at Kolkata.
NIL
(Ref.: Sl. 34 of
the NIeT)
1 (one)
month from
the date of
issue of
letter
Reputed agency having
experience of undertaking
such type of work with
Govt. Departments with
requisite credential as
mentioned in the NIeT (Ref.
Sl. No. 7 of the NIeT)
1. For e-Tender, the intending bidders are advised to note carefully the information and instructions as
mentioned in ‘Instructions to Bidders’ stated in Section – ‘A’ before submission of the tender bids. The
intending bidders are further advised to keep in mind that the scanned copies of duly filled in different
Forms as given in section – B are to be uploaded in the respective folders as indicated in ‘Instructions to
Bidders’.
2. For e-filling, intending bidder may download the quotation documents consisting of this NIeT, Instruction to Bidders
(Section – A), different Forms (Section - B), Schedule of Works (BOQ) and Addenda & Corrigenda (if any) from the
website http://etender.wb.nic.in directly with the help of Digital Signature Certificate.
3. EMD/Bid security shall be collected as soft copy (scanned copies of the originals) for instruments (Bank Draft / Pay
Order etc.). The L1 bidder shall submit the hard copy of the documents to the tender inviting authority with his
acceptance letter of the LOI. Failure to submit the hard copy with the acceptance letter within the time period
prescribed for the purpose, may be construed as an attempt to disturb the tendering process and dealt with
accordingly legally including blacklisting of the bidder. (vide Finance Department order no. 1592-F(Y) dated
20/03/2014).
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 2 of 15
4. Both Technical Bid and Financial Bid are to be submitted concurrently duly digitally signed in the website
http://etender.wb.nic.in
5. Tender documents may be downloaded from website and submission of Technical Bid and Financial Bid will be done
as per Time Schedule.
6. FINANCIAL OFFER of the prospective tenderer will be considered only if the TECHNICAL BID of the tenderer is
found qualified by the “State Tender Committee” formed by the WCD & SW Department.
7. Eligibility criteria for participation in the Quotation.
7.1. The Governor is pleased to make the following qualification of all categories of tenderers other than Joint
Venture firms:
Intending tenderers should produce credentials of a similar nature of completed work of the minimum value of
Twenty five lakh rupees per year with any Government Department during 5 (five) years prior to the date of issue of
the tender notice; or,
Intending tenderers should produce credentials of 2 (two) similar nature of completed work, each of the minimum
value of fifteen lakh rupees per year with any Government Department during 5 (five) years prior to the date of
issue of the tender notice; AND,
Intending tenderers should produce credentials of minimum sales turnover of Rs. 1.00 Crore (One Crore) each year
during last three years and should furnish duly audited & self attested copies of Profit and loss statement, Balance
Sheet for last three years in support of their claim;
Payment certificate will not be treated as credential;
Credential certificate issued by the competent authority who is not below the rank of Assistant Secretary of State
Government posted in any State / Central Government, State / Central Government undertaking, Statutory /
Autonomous bodies constituted under the Central / State Statute, on the executed value of completed / running
work will be taken as credential.
[Non-statutory documents]
7.2. Trade License, Income Tax Return Acknowledgement for the latest Assessment year, P.T. Deposit Challan
for the year 2016-2017, Pan Card, Aadhar Card for Proprietor, Service Tax Registration, GST Registration Certificate,
ISO Certificate are to be accompanied with the Technical Bid Documents. Intending bidders should submit Certificate
of ownership or dealership or direct selling agency of manufacturer of the brand of any branded product quoted. The
trademark registration of Brand Name, if any and other related certification of Brand if applicable are to be
accompanied with the bid.
[Non-statutory documents]
7.3 The prospective bidders or any of their constituent partner shall neither have abandoned any work nor
any of their contract have been rescinded during the last 5 (five) years. Such abandonment or rescission will be
considered as disqualification towards eligibility. (A declaration in this respect through affidavit before any Notary
Public has to be furnished by the prospective bidders without which the Technical Bid shall be treated as non-
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 3 of 15
responsive. The declaration should also include that the bidder is not black listed by any Government OR Public
Sector Undertaking).
7.4 In case of Proprietorship, Partnership Firms and Company, Tax Audit Report in 3CD Form are to be
furnished along with the Balance Sheet and Profit and Loss Account, and all the documents along with schedules
forming the part of Balance Sheet and Profit & Loss Account should be in favour of applicant. No other name along
with applicant’s name in such enclosure will be entertained.
[Non-statutory documents]
7.5. Registered Partnership Deed for Partnership Firm is to be submitted. The company shall furnish the Article
of Association and Memorandum. Where an individual person holds a digital certificate in his own name duly issued
to him against the company or the firm of which he happens to be a director or partner, such individual person shall,
while uploading any quotation for and on behalf of such company or firm, invariably upload a copy of registered
power of attorney showing clear authorization in his favour, by the rest of the directors of such company or
the partners of such firm, to upload such quotation.
[Non-statutory documents]
7.6 Joint Ventures such as two or more companies or two or more individuals desire to undertake work
jointly will not be allowed.
7.7 A prospective bidder shall be allowed to participate in the bid either in the capacity of individual or as a partner
of a firm. If found to have applied severally in the bid, all his applications will be rejected, without assigning any
reason thereof.
8. The prospective bidder shall have field testing arrangement equipped with requisite instruments and technical staff
according to the requirements of works to be executed.
9. The work is URGENT in nature and agency entrusted for it shall have to complete the work within stipulated time
without any failure.
10. Running payment for work will not be made to the executing agency and full payment will be made only after
satisfactory execution of total work within stipulated time frame. Penal deduction @ 1% of total cost per week will be
made in case of delay of execution of work due to fault of the agency. However, in case of any delay caused due to
delay in transfer of data from the part of Directorate will not attract penal deduction of cost price.
11. No mobilisation advance and secured advance will be allowed.
12. Security Deposit: Security Deposit amounting to 10% (ten percent) of the value of the work shall have to be
deposited after acceptance of the tender bid. No interest will be paid on Security Deposit.
13. Agencies shall have to arrange space for Machineries, storing of materials, labour shed, laboratory etc. if required for
the interest of execution of work at their own cost and responsibility.
14. There shall be no provision of Arbitration.
15. Bids shall remain valid for a period not less than 120 (one hundred twenty) days from the last date of submission
of Financial Bid. If the bidder withdraws the bid during the validity period of bid, the earnest money as deposited will
be forfeited forthwith without assigning any reason thereof.
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 4 of 15
16. Scope of Work:-
Supply 10,000 (ten thousand) ECCE Kit each kit containing 41 (forty one) items including delivery up to
Project level throughout the State of West Bengal
i) Each Kit should contain 41 (forty one) items with specification and number of pcs as detailed in schedule in
Annexure – I
ii) In no cases total cost of ECCE Kit should exceed Rs. 3,000/- (three thousand) per kit.
iii) Every tenderer will have to submit separate rate for each and every items of the ECCE kit but the rate will
be valued / assessed on the basis of total rate submitted by the tnederer and undersigned may opt to
drop out soft toys from the supply order of ECCE Kit during the process of selection.
iv) The ECCE Kit should be supplied at the Project Level following the delivery schedule issued by the
Undersigned. The delivery challan should be received by the Stores in charge of the Project and good
receipt note should be authenticated by the CDPO in charge of the Project.
v) Five Books from NBT will have to be get approved by the Undersigned before starting delivery and procured
from approved dealer of NBT and the same to be authenticated through providing proof of purchase
vi) Each Kit should be packed in two different colour bags containing name sticker which will have to be get
approved by the undersigned before starting delivery
vii) Each Kit should have bag wise printed list of items with specification and number of pcs within the packet.
viii) The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration
during transit to their final destination as indicated in the Contract. Each item procured together will form
one pre-school kit which must be packed adequately together to form a single shipment as required
under a purchase order. The packing shall be sufficient to withstand, without limitation, rough handling
during transit and exposure to extreme temperatures, salt and precipitation during transit and open
storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness
of the Goods' final destination and the absence of heavy handling facilities at all points in transit.
ix) The packing, marking and documentation within and outside the packages shall comply strictly with such
special requirements as shall be provided for in the Contract including additional requirements, if any,
specified in SCC and in any subsequent instructions ordered by the Purchaser.
x) Packing Instructions: The Supplier will be required to make separate packages for each Consignee. Each
Package will be marked on three sides with proper paint/indelible ink the following: Project, Contract No.
Suppliers Name, and Packing List Reference number.
xi) The accepted bidder may have to supply more number of Kits at the accepted rate within one year from the
date of acceptance, if ordered by the undersigned.
17. Date & Time Schedule:
Sl. No. Particulars Date & Time
1 Date of uploading of NIeT & other documents (online) Publishing Date 18.10.2017
2 Documents download / sale start date (online) 18.10.2017 at 5.30 P.M.
3 Bid submission start date (online) 18.10.2017 at 5.30 P.M.
4 Pre Bid Meeting 31.10.2017 at 2.00 P.M.
5 Bid Submission closing date (online) 09.11.2017 at 12.00 Noon
6 Last Date of submission of original copies for the cost of Tender Documents (Off
line) along with the proposal
10.11.2017 at 12.00 Noon
7 Bid opening date for Technical Proposals (online) 13.11.2017 at 12.30 P.M.
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 5 of 15
8 Bid opening date for Technical Proposals (offline) 13.11.2017 at 12.30 P.M.
9 Technical Presentation of the complete ECCE Kit by technically qualified Bidders 13.11.2017 at 2.00 P.M.
10 Date of uploading list for Technically Qualified Bidder (online) 13.11.2017 at 5.30 P.M.
11 Date for opening of Financial Proposal (online) 14.11.2017 at 1.00 P.M.
18. CONDITIONS OF CONTRACT:
If the contractor or his workmen or servants or authorized representatives undertake any damage of government
property during delivery and or supply of ECCE Kit, the Contractor will have to make good of the damage so done.
The Contractor will be agreement bound to undertake make good of the damage undertaken during delivery and supply
of Kit and if fails to do so, that will be treated as violation of contract for which Director will have liberty to forfeit
Security Deposit and file appropriate legal suit in accordance with law of the land.
Provided further that the Competent Authority shall pass the “Final Bill” and certify thereon, within a period of 45 (forty
five) days with effect from the date of submission thereof by the contractor, the amount payable to the contractor under
this contract and shall also issue a separate certificate of completion of work to the contractor within the said period of
45 (forty five) days. The certificate of Competent Authority whether in respect of the amount payable to the contractor
against the “Final Bill” or in respect of completion of work shall be final and conclusive against the contractor. However,
the security deposit of the contractor held with the Government under the provision of Clause 1 hereof shall be
refundable to the contractor in the manner provided hereunder:-
100% (hundred percent) of the security deposit shall be refunded to the contractor on expiry of 1 (one) year after the
issuance of certificate of completion of work;
19. The Contractor will have to enter into agreement for supplying the ECCE Kit at the rate accepted by the tender and
the agreement will be valid for a period of not less than one year from the date of acceptance. After expiry of such
period if the Contractor agrees the period may be further extended on the discretion of Director of ICDS.
20. Earnest Money: The amount of Earnest Money will be Rs. 2,00,000/- (two lakh) Intending bidders desiring to make
payment of Earnest Money (EMD) has to do the same through e-Payment banking system, on-line and should
beforehand read the instructions carefully, particularly those contained in the challan generated in the e-transaction
of the portal, if opted for EMD payment through RTGS/NEFT. Quoting bid price in financial bid stage below 20% of
the estimated amount put to tender (Tender value) is not desirable, as it leads to a doubt regarding the intension of
the bidder to deliver good quality work on due time. Additional Performance Security as Bank Guarantee shall be
obtained in specimen Form-6 from any RBI approved Indian Bank located in West Bengal only, if the L1 bid is below
20% of the amount put to tender in addition to EMD and Security Deposit. (I&WD No. 09-W/2017-18 dated
20.07.2017 may be referred in the order link of wbiwd.gov.in) Authenticity of BG would be verified from the issuing
bank during technical evaluation stage of tender.
21. 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 Tender, before submitting offer with full satisfaction, the cost of visiting
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 6 of 15
the site shall be at his own expense.
22. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids,
cost of Bidding shall not be reimbursed by the Department. The Director of ICDS, Government of West Bengal
reserves the right to accept or reject any offer without assigning any reason whatsoever and is not liable for any cost
that might have been incurred by any bidder at the stage of Bidding.
23. Refund of EMD: After decrypting/admitting of all e-bids, the preliminary technical bid evaluation (TBO) summery
sheet would be published in the Portal after two working days, and thereafter at least after four working days, the
Final technical evaluation (TBE) summery sheet would be published in the Portal with simultaneous electronic
processing in the eProcurement portal by the tender inviting authority done so that status of the all bids as qualified or
disqualified; based on the Final Bid Evaluation Sheet (FBE) is made available to all bidders along with the details of the
unsuccessful bidders 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 EMD on-line
transaction. Such refund will take place within T+2 Bank working days where T will mean the date on 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 will be refunded, through an automated e-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. iv. As soon as the L1 bidder is awarded the contract (AOC), the same is processed
electronically in the e-Procurement portal for transfer to Government Receipt under Public Accounts of the State
through GRIPS where under the security deposit will also be collected in connection with the work. v. All refunds will
be made mandatorily to the Bank account from which the payment of EMD was initiated. vi. If the e-tender is
cancelled, then the EMD would be reverted to the original bidder’s bank account automatically after such cancellation
order is processed online by the Tender Inviting Authority. vii. TIA reserves the right to forfeit the EMD electronically
in case of breach/violation of tender rules as defined under clause 9 & 10.Conditional / Incomplete Tender will not be
accepted under any circumstances.
24. The intending bidders are required to quote the rate online in the space marked for quoting rate in the
BOQ.
25. 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.
26. During scrutiny, if it comes to the notice of the tender inviting authority that the credential or any other paper found
incorrect / manufactured / fabricated, that bidder would not be allowed to participate in the tender and that
application will be rejected without any prejudice.
27. The Director of ICDS, Government of West Bengal reserves the right to cancel the NIeT due to unavoidable
circumstances and no claim in this respect will be entertained.
28. Before issuance of the WORK ORDER, the tender inviting authority may verify the credential and other documents of
the lowest bidder if found necessary. After verification if it is found that the documents submitted by the lowest bidder
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 7 of 15
is either manufactured or false in that case work order will not be issued in favour of the said bidder under any
circumstances.
29. If any discrepancy arises between two similar clauses on different notification, the clause as stated in later notification
will supersede former one in following sequence:
7.1 NIeT, Technical Bid, Technical Presentation & Financial Bid
30. The tender inviting and Accepting Authority through a “State Tender Committee” will determine the eligibility of each
bidder. The bidders shall have to meet all the minimum criteria regarding:
7.1 Financial Capacity
7.2 Technical Capacity
7.3 Experience / Credential
The eligibility of a bidder will be ascertained on the basis of the document(s) in support of the minimum criteria as
mentioned in (a), (b) & (c) above and the declaration executed through prescribed affidavit in non-judicial stamp paper
of appropriate value duly notarized. If any document submitted by a bidder is found, either manufactured or false, in
such cases the eligibility of the bidder will be rejected at any stage without any prejudice. Process of Evaluation and
Selection is Annexed (ANNEXURE – II)
31. No. price preference and other concession as per order no. 1110F dated: 10/02/2006 will be allowed.
32. This NIeT shall form a part of the contract document. The successful bidder on acceptance of his bid by the Accepting
Authorit, shall have to sign the contract consisting of NIeT, all documents forming part of the bid as uploaded at the
time of invitation of bid, the rates quoted online at the time of submission of bid and acceptance thereof together with
any correspondence leading thereto.
33. Cost of Documents: The intending bidders shall not have to pay the cost of documents for the purpose of
participating in e-tender.
Director of ICDS, West Bengal
No. …………………………… /ICDM – Dte. Dated:
Copy forwarded for kind information to:
1) The Secretary to the Govt. of West Bengal, Dept. of WCD & SW, Bikash Bhavan, Salt Lake, Kolkata – 700 091.
Director of ICDS, West Bengal
Section – A
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 8 of 15
Instruction to Bidders
A. General guidelines for e-Tender:
Instructions / Guidelines for electronic submission of the tender have been annexed for assisting the contractors to
participate in e-Tender
A.1. Registration of Contractor:
Any bidders willing to take part in the process of e-Tender 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 Government of West
Bengal). The bidder is to click on the link for e-Tendering site as given on the web portal.
A.2. Digital Signature certificate (DSC):
Each bidder is required to obtain a Class-II or Class-III Digital Signature Certificate (DSC) for submission of tender
from the approved service provider of the National Informatics Centre (NIC) on payment of requisite amount. Details
are available at the website stated in Clause A.1. above. DSC is given as a USB e-Token.
A.3.
The bidder can search and download NIeT, Document(s) and Addenda & Corrigenda (if any) electronically from
computer once he/she logs on to the website mentioned in Clause A.1. using the Digital Signature Certificate. This is
the only mode of collection of contract documents.
A.4. Participation in more than one work:
A prospective bidder shall be allowed to participate in the job either in the capacity of individual or as a partner of a
firm. If anyone found to have applied severally in a single job, all his applications will be rejected for that job.
A.5. Submission of Tender(s):
Tender(s) is/are to be submitted through online to the website stated in Clause A.1. in two folders at a time for each
work, one is Technical Proposal & the other is Financial Proposal before the prescribed date & time using the Digital
Signature Certificate (DSC) virus free scanned copy of the document(s) is/are to be uploaded duly Digitally Signed.
The document(s) will/would get encrypted (transformed into non readable formats).
A.5.1. Technical Proposal:
The Technical proposal should contain scanned copies of the following in two covers (folders).
A.5.1.1. Statutory Cover Containing the following documents:
(i) Prequalification Application (Ref: Sec-B, Form – I).
(ii) NIeT (download properly and upload the same digitally signed). The rate will be quoted in the BOQ.
Quoted rate will be encrypted in the BOQ under Financial Bid.
A.5.1.2. Non-statutory Cover Containing the following documents:
(i) Trade License, Income Tax Return Acknowledgement for the latest Assessment year, P.T. Deposit
Challan for the year 2015-2016, Pan Card, VAT Registration Certificate.
(ii) Registration Certificate under Company Act. / Trade License as the case may be.
(iii) Registered Deed of partnership Firm / Article of Association & Memorandum.
(iv) Power of Attorney (For Partnership Firm / Private Limited Company).
(v) Tax Audited Report in 3 CD form along with Balance Sheet & Profit & Loss A/c. for the last 3
(three) years (year just preceding the current Financial Year will be considered as year – 1)
(vi) Structure & organization (Section – B, Form – II).
(vii) Credential for completion of at least one similar nature of work under the authority of State / Central
Government, statutory bodies constituted under the statute of the State / Central Government /
Central Government undertaking having a magnitude of at least amount of Rs. 30.00 Lakh (Rupees
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 9 of 15
thirty lakh) only of the quotated rate during the last 3 (three) years prior to the date of issue of this
NIeT is to be furnished. [Ref.:- Sl. No. 7.1. of this NIeT and (Section – B, Form – III)]. Scanned copy
of Original Credential Certificate as stated in Sl. No. 7.1. of NIeT.
THE ABOVE STATED NON-STATUTORY/TECHNICAL DOCUMENTS
SHOULD BE ARRANGED IN THE FOLLOWING MANNER Click the check boxes beside the necessary documents in the My Document list and then click the tab “Submit Non-
Statutory Documents’ to send the selected documents to Non-Statutory folder.
Next Click the tab “Click to Encrypt and upload” and then click the “Technical” Folder to upload the Technical Documents.
Sl. Category Name Sub-Category Description Detail (s)
A Certificate (s) Certificate (s)
1. Trade License
2. GST Reg. Certificate
3. PAN
4. P. Tax deposit Challan for the year 2015-16.
5. Latest ITR Acknowledgment
6. Certificate of dealership of Branded
Company, if any
7. Certificate of Brand Trademark Registration
8. Certificate of Brand Establishment.
B Company Detail(s) Company Detail - I
1. Proprietorship Firm (Trade License)
2. Partnership Firm (Partnership Deed, Trade
License)
3. Limited Company (Incorporation Certificate,
Trade License)
4. Society (Society Registration Copy, Trade
License)
5. Power of Attorney.
C Credential Credential - I
Credential - II
Similar nature of work done & completion certificate
which is applicable for eligibility in this quotation.
D
Financial Information
(Profit & Loss Account and
Balance Sheet)
for the financial year 15 – 16.
Profit & Loss Account and Balance Sheet (with
Annexure and 3 CD form in case of Tax Audit
for the financial year 14 – 15.
for the financial year 13 – 14.
for the financial year 12 – 13.
A.5.2. State-Tender Committee
A.5.2.1. State Tender Committee constituted by WCD and SW Department, Government of West Bengal
will function as Committee for selection of technically qualified bidders.
A.5.2.2. Opening of Technical Proposal:
Technical proposals will be opened by the Director of ICDS and his authorized representative electronically
from the website using their Digital Signature Certificate (DSC).
A.5.2.3. Intending bidders may remain present if they so desire.
A.5.2.4. Cover (folder) for Statutory Documents (Ref. Sl. No. A.5.1.1.) will be opened first and if found in
order, cover (folder) for Non-Statutory Documents (Ref. Sl. No. A.5.1.2.) will be opened.
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 10 of 15
A.5.2.5. Decrypted (transformed into readable formats) documents of the non-statutory cover will be
downloaded & handed over to the Stat Tender Committee.
A.5.2.6. Pursuant to scrutiny & decision of the Tender Evaluation 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.
A.5.2.7. During evaluation the committee may summon of the bidders & seek clarification / information or
original hard copy of any of the documents already submitted & if these are not produced within the
stipulated time frame, their proposals will be liable for rejection.
A.5.3. Financial Proposal
A.5.3.1. The financial proposal should contain the document(s) in one cover (folder) i.e. Bill of Quantities
(BOQ).
A.5.3.2. Only downloaded copies of the above documents are to be uploaded virus scanned & Digitally
Signed by the bidder.
A.6. Penalty for suppression / distortion of facts:
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, it may be treated as submission of false
A.7. Rejection of Bid:
Tender inviting authority reserves the right to accept or reject any Bid and to cancel the Bidding processes
and reject all Bids at any time 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 his
action.
Section – B
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 11 of 15
Form – I Pre-qualification application
To The Director of ICDS, Government of West Bengal, Shaishali Complex, 1st & 2nd Floor Salt Lake City, Kolkata – 700 064
Ref : Tender for
(Name of work)
NIeT No.: (Sl. No. ) of the
Director of ICDS, CD and WD & SW Department, Government of West Bengal
Dear Sir,
Having examined the Statutory, Non-statutory & NIeT 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 can amend the scope & value of the contract bid under this project.
(b) Tender Inviting & Accepting Authority reserves the right to reject any application without assigning any reason.
Enclosure(s): e-Filling:- 1. Statutory Documents. 2. Non Statutory Documents.
Date:
Signature of applicant including title and capacity
in which application is made.
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 12 of 15
Section – B
Form – II
Structure & Organisation
A.1. Name of applicant:
A.2. Office Address:
Telephone No.:
Mobile No.:
Fax No.:
e-mail:
A.3. Name & address of bankers
Note: Application covers Proprietary Firm, Partnership, Limited Company or Corporation.
Signature of applicant including title and
capacity in which application is made
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 13 of 15
Section - B
Form – III
Experience Profile
Name of the Firm:
Name of
Name, Consulting Contract Percentage Original Original Actual Actual Date Reasons for Name of Location Engineer price in of Date of Date of Date of of delay in Employer & nature responsible Indian Participation start of completion starting completion completion
of work for Rs. of company work of work the work of work (if any) supervision
Note:
(a) Certificate from the Employers to be attached
(b) Non-disclosure of any information in the Schedule will result in disqualification of the firm
Signature of applicant including title and
capacity in which application is made.
Section - B
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 14 of 15
Affidavit – X
(To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized)
Work in progress
Work order issued
but work not started
Sl. Name of the work Estimated % of work Sl. Name of the work Tendered
No. with Tender No. Amount executed No. with Tender No. Amount
Signed by an authorized officer of the firm.
Title of the officer
Name of the Firm with Seal
Date:
Director of ICDS, West Bengal Seal and Signature of the Tenderer. (Signature of Tender Accepting Authority)
Page 15 of 15
SECTION – B
AFFIDAVIT – “Y”
(To be furnished in Non – Judicial Stamp paper of appropriate value duly notarized)
1. I, the undersigned 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 undersigned.
2. The undersigned also hereby certifies that neither our firm ___________________________________
___________________________ nor any of constituent partner had been debarred to participate in tender by the
P.W. & P.W. (Roads) Department during the last 5 (Five) years prior to the date of this NIeT.
3. The undersigned would authorize and request any Bank, person, Firm or Corporation to furnish pertinent information
as deemed necessary and/or as requested by the Department to verify this statement.
4. The undersigned understands that further qualifying information may be requested and agrees to furnish any such
information at the request of the Department.
5. Certify that I have applied in the tender in the capacity of individual/ as a partner of a firm and I have not applied
severally for the same job.
6. Certify that the rates have been offered for carrying out and completing the work to the satisfaction of the
Department by taking due consideration of all factors after inspection of the work site and going through the detailed
Notice Inviting e-Tender and schedule of probable items of work with approximate quantities and other documents.
Signed by an authorized officer of the firm.
Title of the officer
Name of the Firm with Seal
Date:
ANNEXURE - I
ECCE KIT – SPECIFICATION SCHEDULE.
Item
No.
Name of the Item Qty Specification
1 Blocks in one Net Bag 26
pcs
per
set
26 pcs of 3D Wooden Blocks (not MDF board, wooden
only) in Red, Blue, Green & Yellow permanent
washable bright colours. Dimension list (all in cms) :
Cube : 2.5 x 2.5 x 2.5 - 2pcs (Blue, Green)
Cuboid: 2.5 x 2.5 x 4 - 2 pcs (Red)
Cuboid : 2.5 x 2.5 x 5 – 2pcs (Blue)
Cuboid: 2.5 x 2.5 x 6 - 2pcs (Green)
Cuboid : 4 x 4 x2.5 - 2 pcs (Yellow)
Bridge : 2.5 x 6 x 4 -1 pc (Blue)
Half Round : 2.5 x 2 x 4 -1 pc (Green)
Cylinder : 2.5 x 2.5 (dia) - 2pcs (Blue)
Cylinder : 4.0 x 2.5 (dia) - 2pcs (Green)
Cylinder : 5.0 x 2.5 (dia) - 2pcs (Yellow)
Triangle: (4x4x4) x 2.5 (thickness) – 2pcs (Blue, Green)
Triangle : (4x4x 6) x 2.5 thickness – 2 pcs (Red, Yellow)
Semi – Cylinder : (2 x 4) x 2.5 thickness – 2 pcs (Blue,
Yellow)
Trapezium : ( 2.5,4.5, 2.5,2.5) x 2.5 thickness – 2 pcs
(Blue, Green)
2 Presentation Board
(Covered with Velvet
paper)
1 pc Masonite Board of Size 16” x 16” thickness 3mm
Velvet paper on Front side and Black cloth on back
side.
3 Beads and Lace in One Net
Bag
1 set 25pcs non-toxic plastic beads measuring approx 19mm
in Red, Blue, Green, Yellow and White colour and 2 pcs
lace in a net bag.
4 Tool Kit 1 set 1 plastic container 8” x 5” x 3.25”
1 Pair of Scissors – 002
1 pc Gum (thick liquid type) - 125 gms
1 pc Cellotape – 0.5 inches.
1 pc Board Marker
1 set Sketch Pen (12 pcs)
1 pc Whistle with hanging lace.
2 pcs Cloth Duster – 18” x 18”
1 pc Bar Magnet 5 cms.
1 box – Slate pencil (20pcs per box approx.)
5 Water Colour – Art n Craft,
Brush, non-toxic Crayons.
1 set 2 set Water Colour each having 6 colors
2 Brushes – No. 2 & No. 6.
4 Box Camel Crayon – 12 shades each.
6 Noise Boxes 1 set 6 pcs in one set.
Opaque Plastic container – 4.5cm (Dia) x 5 cm
7 Story Books 1 set 5 pcs of Children Story Books (NBT Publications)
8 Shape Poster 1 pc 250 GSM in 4 Color print Size : 12” x 18”
9 Dolls 1 set 2 Soft toys of 2 sizes in a set.
Big Doll: Height 64cms x Width 15 cms
Small Doll: Height 41 cms x Width 10 cms.
10 Drum and Gypsy
(Musical Instrument)
1
each
Drum: Dia 16 cms.
Gypsy Dia : 14.5 cms.
11 Bowls 4 pcs Non Toxic Plastic Bowls of Diameter 12 cms.
12 Activity Cards 1 Set 3pcs Odd one Out Cards
250GSM Art Board A3
6pcs Fill the Outline Cards
250GSM Art Board A3
2pcs Story Cards
250GSM Art Board A3 4 Colour print
1pc Action Picture
250GSM Art Board 12” x 18” 4 Colour print
1 pc Worker and their Tools Chart
250GSM Art Board 12” x 18”
13 Conversation Cards 1 Set 3 pcs Cards with Front Back 4 Colour Printing
250GSM Art Board A3 4 Colour print
14 Marble Paper 1 Set 4 Colours Red, Blue, Green and Yellow
Size : 18.5” x 27” each
15 Bag (Light Blue) 1 pc Waterproof Nylon Cloth Bag
(Height 44 cm x Length 42cm x Width 20cm)
With one side zip pocket and one side single colour
print.
16 Comb, Ribbon 1
Each
Comb: length 20.5 cm
Ribbon: 1 roll coloured satin width 1.2cm
17 Sand and Water Play 1 set 1 pc 4 ltr Non Toxic Plastic Bucket Good Quality
1 pc 500ml Non Toxic Plastic Mug
1pc Big Non Toxic Plastic Sieve Dia 23 cms
1pc Small Non Toxic Plastic Sieve Dia 8.8 cms
1pc Non Toxic Plastic Scoop Length 27.3 cms
18 Slates 10pcs 8” x 10” slates with 6mm Non Toxic plastic framing
19 Weighing Scale 1pc 8” wooden bar and Stainless Steel Pans without sharp
edges, Dia 10cms each.
20 Belan – Chaki 1 Set Chaki : 13 cms ; Belan : 18 cms;
21 Kitchen Set 1 Set 1 non-toxic Plastic Set with 12 pcs of Items Like Plates,
Cups, Fridge, Oven, Spoon, Pan, Cooker etc
22 Fruit Set 1 Set 8pcs non-toxic Plastic Model Fruits like Mango,
Banana, Grapes, Guava, etc
23 Vegetable Set 1 Set 8pcs non-toxic Plastic Model Vegetables like Potato,
Brinjal, Carrot, Onion, etc
24 Animal Set 1 Set 8pcs non-toxic solid soft rubber type Model Animals
like Cow, Elephant, Horse, Lion, Giraffe etc.
25 Doctor Set 1 Set 1 non-toxic plastic set with 7 items like Stethoscope,
Injection Syringe, etc.
26 Paper (Blank) 1 Pkt One Bundle (A5 size) 70GSM 50pcs
27 Balls 1 set 3 non-toxic Plastic Balls in a set
Big : Circumference – 54cms
Medium: Circumference – 31cms
Small : Circumference – 21cms
28 Jigsaw Puzzle 1 set 1 Box (4 colour printed) having 3 theme based puzzle
plates - Animals, Fruits & Vegetables
Size : 9.5” x 7”
Plates: Thick Board with Both side laminated 4 colour
print.
29 Letters & Numbers in a Net
Bag
1 Set Bengali : non-toxic Plastic Alphabet and Numbers
English: non-toxic Plastic Alphabet and Numbers
Printed Back to Back Small letter on 1side
Capital Letters on the other side.
30 Bag (Green) 1 Pc Waterproof Nylon Cloth Bag
(Height 44 cm x Length 42cm x Width 20cm)
With one side zip pocket and one side single colour
print.
31 Watch 1 pc Wooden (Not MDF)
Square Laminated Clock face 13cm x 13cm x 18mm
With 3 plastic hands.
32 Plastic Jhuri 2 pcs 10” Diameter, Plastic Made.
33 Number Wheel 1 pcs Two Circular plates of 19cms and 9 cms.
One Selector/ Answering hand with circular window.
All rotational from common axis.
All made of MDF 2.5mm
34 Own Universe 1 pc 250 GSM Art Board 12” x 18” 4 Colour print
35 Draw and Learn 1 set 4pcs printed cards with how to Draw images on 250
GSM Art Board; Size: 6” x 9”
36 Puzzle Board 1 set Size 8.5” x 6.75” x 5mm ;
MDF plate with 8 sockets of geometrical shapes.
8 Matching plastic Geometrical Shapes (Height 15mm
each) in different colours.
37 Pyramid Rings in a net bag 1 Set Set is made of Plastic, comprising of 5 rings, Blue 9 cm,
orange 10 cm, yellow 11 cm, and red 12 cm. One white
square rocking base 12cm x 11.5cm x 2.5cm with
curved bottom, one conical central axis height 14.5cm.
one bear face in yellow to fix on top.
38 Multi-activity frame for
muscular and needful
learning activities
1 set Common board size 12”x9”, 2.5 mm, thick MDF inside.
Total board is covered by drill cloth and a contrast
colour border is stitched all around 4 sides of the
board. Four concept based cloth layers are stitched to
this frame to practice four different activities.
Layer 1 (Lacing) : 3+3=6 holes are riveted to practice
lacing activity with a child size shoe lace.
Layer 2 (Buttoning) : 3 big size buttons stitched on one
side and 3 holes for button insertion.
Layer 3 (Zip fastening) : A6” zip is stitched to the both
pieces to practice zipping activity.
Layer 4 (Velcro fastening) : A 4elcro of 4” length and 1”
width is stitched each female and male type 4elcro
pieces to both end of the frame pieces.
39 Alphabet sorting trays 1 set Each Set comprise the following:
a) Sorting tray for Swarabarna:
Size: 20cm x 24cm x 8mm.
Base board 3mm MDF with laminated and
four colour printed top. Tray is divided into 12
components with durable plastic partition.
b) Sorting tray for Byanjanbarna:
Size: 22cm x 42.5cm x 8mm.
Base board 3mm MDF with laminated and
four colour printed top. Tray is divided into 40
components with durable plastic partition.
c) Sorting tray for English Alphabets:
Size: 25cm x 26cm x 8mm.
Base board 3mm MDF with laminated and
four colour printed top. Tray is divided into 26
components with durable plastic partition.
40 Teachers handbook on
School Readiness
1 set Size 10” x 7.5”
Paper 80 GSM
Pages 80, Bi-colour and cover 200 GSM smart board
41 Activity Book for children Size 10” x 7.5”
Paper 80 GSM
Pages 60, Multi-colour and cover 200 GSM smart
board
*The items specified above should be as per the sample Kit
ANNEXURE - II
PROCESS OF EVALUATION AND SELECTION
Bids will be evaluated on Quality-cum-Cost Basis (QCBS) to ensure a fair and transparent method of selection. The credentials of the bidders as uploaded online will be examined first. The credentials will broadly cover the following areas –
Competence in all the activities and sectors noted in the outline on Pg. 8 of this document in case a bidder does not meet the criteria for eligibility, his Technical and Financial Bids will not be considered. For all bidders eligible according to the prescribed criteria, the Technical proposals will be evaluated by a designated Committee that may include external expert/s. The Technically Qualified bidder will be given opportunity to make technical presentation of the complete ECCE Kit before the evaluation committee ANNEXURE-II : CRITERIA FOR EVALUATION OF BIDS
1 Suggested Marking System
Total Marks
Marks Scored
A. Technical Offer Evaluation
1. Resemblance with the sample Kit items 15
2. Finishing of the items 10
3. Child friendly products in look and appearance 10
4. Technical presentation of the complete ECCE Kit 10
5. Experience in supply of ECCE or Pre-School Kit upto the ICDS Project Level in any State under the Union of India
15
6. Credentials and Certificates as mentioned in the Tender Document
10
Total: Marks for Technical Evaluation 70
B Financial Offer Evaluation 30
C. Total 100
2 The technical proposal should score at least 50 out of 70 to be considered for Financial Evaluation.
3 The financial proposal with the lowest cost (L1) will be given a score of 30 and other proposals’ (n,
n1, n2 etc.) scores will then be calculated by the formula “L1/n x 30”
Selection Stage – I (Technical Bid Evaluation)
On the basis of technical evaluations a short list will be prepared on the basis of the marks
obtained by the respective bidder and the list will be published on the website
https://wbtenders.gov.in, www.wbcdwdsw.gov.in and www.banlarmukh.gov.in on 23.10.2017 by
5.30 P.M. To qualify for the financial bid the bidders must have to score at least 50 marks out of 70
in the technical bid.
Selection Stage – II (Financial Bid Evaluation)
The Financial Proposal will be opened on 24.10.2017 at 1.00 P.M. only for those bidders whose
technical proposals receive the minimum qualifying marks by the Tender Committee i.e. at least 50
out of 70. If a Technical Bid does not receive the minimum specified marks, the corresponding
Financial Bid will not be opened. Out of 30 in the Financial Bid, the financial proposal with the lowest
cost (L1) will be given a score of 30 and other proposals’ (n, n1, n2 etc.) scores will then be
calculated by the formula “L1/n x 30”
After the evaluation of the Technical and Financial bids of all qualified bidders, to ensure
Quality-cum-Cost Basis, the selection of the proposal will be made on the basis of the
Technical proposal score added with the Financial proposal score i.e. the total score obtained
by a Bidder out of total 100.