Anda di halaman 1dari 5

OFFICE OF THE MANAGING DIRECTOR C.G.

STATE AGRICULTURE
MARKETING (MANDI) BOARD,
“BEEJ-BHAVAN” G.E. ROAD, TELIBANDHA, RAIPUR - 492006
Ph- 0771-4240501, Fax – 0771-4094472, email-mdcgmandiboard@gmail.com,
website-www.samb.cg.gov.in
--------------------------------------------------------------------------------------------
C.G. State Agriculture Marketing (Mandi) Board invites Online tender in form ‘A’
(Percentage rate on relevant CGPWD SOR as narrated below) for following work
from the interested contractors, who are registered in CGPWD single window.
1- Name of Work - Construction of Boundary wall in Gram panchayat
Biranpur and Construction of culvert at 2 places i/c Rapta in village
Daganiya in Block- Saja Distt- Bemetara.
2- Cost of Work - Rs-62.10 lacs (Sixty-two lacs ten thousand rupees only)
3- S.O.R - C.G P.W. D Building and Bridge S.O.R enforced from
01.01.2015 and amendments upto issued date of nit
4- Earnest Money Deposit -Rs -46,000.00 (Forty-six thousand rupees only)
5- Bank Solvency - Rs- 9,00,000.00 (Nine lacs rupees only)
6- Time Allowed - 06 months including rainy season

7- Grade of Contractor - ‘D’ and Above


8- Bid Hash Submission Fee - Rs-311.00 (Three hundred eleven rupees only)
9- Cost of Tender document - Rs- 3,000.00 (Rupees three thousand only)
Note: -1- Desired Original E.M.D should be submitted in envelope A, Physically and
scanned copy online. E.M.D should be in form of T.D.R/F.D. R in favour of Managing
Director Chhattisgarh State Agriculture Marketing (Mandi) Board Raipur payable to
Raipur of requisite amount given in Sr. no. 4 above.
2- Desired original Tender Document fee in form of DD of requisite amount
should be submitted in envelope A, Physically and scanned copy online. Tender document
fee should be in form of D.D in favour of Managing Director Chhattisgarh State
Agriculture Marketing (Mandi) Board Raipur payable to Raipur of requisite amount
given in Sr. no. 9 above. Tender Document fee is non-refundable.

1- In order to participate in the tender floated using the e-procurement system, all bidders are
required to get enrolled on the e-procurement portal (http://eproc.cgstate.gov.in).
2- This bids submitted online should be signed electronically with a Digital Certificate to
establish the identity of the bidder bidding online. The registered Contractors may obtain,
information required to issuance of Digital Certificate from e-procurement System Help Desk.
For submitting the bidders are required to make online payment using the electronic gateway
service Bid Hash Submission Fee as mentioned above the different modes of electronic
payment accepted on the e-procurement system is available and can be viewed online on the
e-procurement website (http://eproc.cgstate.gov.in).
3- Tender Download, submit Bid Hash online, submission of Bids, EMD and Samples and Other
activities will be governed by the time schedules given under “Key Dates”.
4- Conditions related to e-procurement are furnished in “Annexure-O” of tender document and
will overrule other condition wherever applicable/relevant.
5- The bidders has to submit (Upload Scan copies/fill) his offer/credentials as required in the
Tender in the online templates in relevant envelops.
6- The bidders may refer help manual available online to perform their online activates.
----------------------------------------------------------------------------------------------------------------
C.G. State Agriculture Marketing Board, Raipur

GUIDENCE TO CONTRACTORS FOR PREQUALIFICATION AND

SPECIAL TERMS AND CONDITIONS OF CONTRACT

1- All bidder should comply with the details published in N.I.T and the Tender document.
2- The bidder has to submit his tender in three Envelope system e.g.
A. Envelope A: For Physical Submission the EMD of requisite amount in proper form in
Original Instrument (as described in N.I.T and cost of tender document) both separately.
Please note the sealed envelope should be clearly marked as envelope “A” EMD for work
……………………………………. With name of bidder.
However, for online submission of envelope A the description of EMD &
Tender document fee should be filled.

B. Envelope B : For Physical Submission of Envelope B, bidder should give the details of all
requisite Technical & Financial information desired in Technical condition of the Tender
and all documents should be certified by the Notary or the competent issuing authority all
additional document as narrated in the technical condition are also to be enclosed and
submitted. The information desired are been mentioned below in para 03 and 05.
For online submission of all documents submitted physically should be scanned &
downloaded in online envelope B.
Please note that this envelope should contain the desired documents only. This envelope
should be marked as Envelope – “B”. If the marking is not found or marking of Envelope
is found incorrect than the bidder should be rejected from the requisite tender. Technical
and commercial details of Bidder for the
work……………………………………………………….. with bidder’s name.

C. Envelope C: This envelope should be filled through online only. Physical submission of
envelope C is not desired.
D. Envelope D : Physical submission:-These two envelope “A” “B” duly sealed separately
should be submitted in third large envelope properly sealed and marked as Envelope “D”
Tender for work …………………………………………….. with sender’s/Bidders name
along with the full address.
Note – Please note that on schedule date, and time the envelope D & A shall be opened by
the authorized officer of C.G. State Agriculture Marketing Board (Head Office) Raipur
and if the EMD and cost of tender document fee in Envelope “A” is found in proper form
and of proper amount, then only the envelope B shall be opened. Otherwise Envelope B
shall be kept sealed and returned to concerned bidder, treating offer as non-responsive
concerned shall be informed through notice in notice board of mandi board as well as by
tender portal of Chhattisgarh state agriculture marketing (mandi) board.
There after Envelope B of the Bidders, who has submitted both i.e. EMD and tender
document fee properly, will be opened and the documents so submitted by the bidders
shall be enlisted before present bidders (if any).
The documents furnished by the bidders shall be evaluated by the competent authority.
Those bidders, who fulfill the eligibility criteria described below shall only be declared
qualified. The same shall be declared separately in due course of time before the due date
of opening the price bid by notice which shall be placed in notice board of mandi board as
well as in tender portal of mandi board.
Only the qualified bidders Envelope C shall be opened online during due date.
3. The Bidders shall have to furnish following documents in envelope “B” i.e. Technical and
Commercial details:
a- Name of the firm with its constitution and other details.
b- Registration of requisite class in CGPWD single window tender system of Chhattisgarh.
c- P.A.N card’s Xerox copy.
d- Goods and service tax certificate.
e- Valid Bank Solvency certificate of amount as detailed in N.I.T, and issued by any
recognized Bank issued within 12 months of tender date.
f- The bidder should have to furnish balance sheet or C.A. Certificate for turnover as desired
in technical condition enclosed.
g- Bidder should furnish:
(I) Works in hand of bidders in requisite form duly signed by the competent authority not
less than E.E. or its equivalent ranked officer Central/State Government
department/Corporation/ Board/ Agencies/ Undertakings. (as detailed and required in
technical condition).
(II) List of tools and plants hold by the bidders with the supporting documents of its
ownership or lease only, duly certified by the notary or E.E. or equivalent ranked
officer .In case, any additional details and document required in such condition should
also be attached and submitted. (as detailed and required in technical condition).
(III) Name, designation and qualification of all technical, supervisory and
operational staff appointed by the bidder, supported by their appointment orders and
bio-data’s duly attested by the notary. (as detailed and required in technical condition).
(IV) List of testing equipment hold by the bidders with the supporting documents of
its ownership or lease only, duly certified by the notary or E.E. or equivalent ranked
officer. In case, any additional details and document required in such condition should
also be attached and submitted. (as detailed and required in technical condition).
(i) An affidavit duly notarized stating that bidder is not been black listed in past by
any of the Government/Semi Government works departments and corporations etc.
(ii) An affidavit duly notarized stating that the bidder has never, non executed any
agreement despite his offers are being accepted and informed in due time at any stage,
if so, please state the details for same with the reason thereof. As per the draft given in
(Annexure A).
(V) Pre-contract Integrity pact in form of (Annexure B) to be submitted.
(VI) For probable amount of contract up to Rs-5.00 crore contractor shall submit
the certificate of availability with him (owned or leased or hire or by procurement),
regarding the availability of required machinery and tools for execution of job as
detailed in prequalification criteria (technical qualification) for the satisfactory
execution of the job as per the specification, Otherwise tender will be disqualified
while opening.
For probable amount of contract more than Rs- five crore, the conditions
of pre-qualifications document shall be followed. (As detailed and required in
technical condition).
(VII) Bid Capacity: - Tenderer (Bidder) for the class A and B who meet the minimum
qualification criteria stipulated shall be further evaluated for assessed bid capacity as under. -
Assessed Bid Capacity 2.5 x A X B - C ≥ Bid Amount

A- Maximum value of civil engineering works executed in any one year during last Five
Years (10% weight-age per year shall be given to bring the value of work executed at
present price level) experience of subsidiaries/subcontract and private work shall
not be considered.
B- Prescribed completion period in years.
C- Amount of balance works in hand with tenderer at the time of submission of tender.

The department may verify the certificates at any time of tendering process or work
execution even after agreement. Therefore, the tenderer is advised to keep the
original copies of the supported documentary evidences regarding their eligibility.
It is mandatory for the C and D class bidder to submit online the list of ongoing
work/works in hand in the Annexure E (enclosed). If the total value of ongoing
work/works in hand is more than 2.5 times the capacity as specified for C and D class
bidders, the bidder will be disqualified.

(VII) As above requisite (desired) documents should be certified by the notary


otherwise such non certified documents shall not be accepted.
(VIII) SPECIAL CONDITION OF CONTRACT: -For special condition of
contract, the bidder should refer the Annexure C annexed separately. Please note that
the special condition of contract are binding to contractor and shall be part of
agreement.
(IX) Envelope should be posted through speed post or registered post in the address
of Managing Director, Chhattisgarh State Agriculture Marketing (Mandi) Board
, Beej Bhawan , Telibandha , Raipur.

3- THE ELIGIBILITY CRITERIA:


The bidder shall be declared qualified if they submit all requisite documents desired above,
they fulfill all following criteria.

Anda mungkin juga menyukai