Tendernotice 1

Download as pdf or txt
Download as pdf or txt
You are on page 1of 16

Government of India

Ministry of Road Transport & Highways


Chief Engineer - Regional Office, Lucknow

NOTICE INVITING TENDER

Bid No. CE-RO/LKO/PIU(S)/Valuation/2021-22 Dated 19.08.2021

1. The Chief Engineer - Regional Office, Ministry of Road Transport & Highways,
Lucknow (herein after called “The Authority”) hereby invites bids from experienced
firms/organization/Individuals, registered/approved for valuation of structures with the
government departments/organizations for the work of “Survey and valuation work of
structures located within Proposed Right of Way (PROW) & Existing Right of Way (EROW)
as per Joint Measurement Survey (JMS) including all the affected structures and any
other value (Valuation of trees, affected structures, hand pumps, wells/bore-wells etc.)
in co-ordination with concerned Government Departments” for the following projects: -
Sl. NH Completion
Name of Work
No. No. Period
Rehabilitation and Upgradation to 2-Lane with Paved
Shoulders configuration of Allahganj –Miranpur Katra
(i) 730C Section (Km.52.770 to Km.114.000) of NH-730C (Package-II) 2 Months
in the State of Uttar Pradesh under Green National
Highway Corridor Project (GNHCP).
Rehabilitation and Upgradation to 2-Lane with Paved
Shoulders configuration of Miranpur Katra to Radhaita
(ii) 730C Section of NH-730C (Km.114.000 to Km.137.250) of NH- 2 Months
730C (Package–III) in the State of Uttar Pradesh under
Green National Highway Corridor Project (GNHCP).
Rehabilitation and Upgradation to 2-Lane with Paved
730C, Shoulders configuration of Radhaita to Pilibhit section
730B (Km.137.250 to Km.183.380) of NH-730C, 730B & 731K
(iii) 2 Months
& (Package-IV) in the State of Uttar Pradesh under Green
731K National Highway Corridor Project (GNHCP).
Note: The time for completion of Valuation Activities for all the three works will be 2
months. Agreement for each work will be signed separately.

2. The complete BID documents can be viewed /downloaded from Central Public
Procurement Portal of Government of India i.e. https://eprocure.gov.in from 19.08.2021 to
06.09.2021 (up to 17:00 hrs. IST),

3. Bid must be submitted online at Central Public Procurement Portal of Government of


India i.e. https://eprocure.gov.in on or before 06.09.2021 (upto 17:00 hrs IST). The
following schedule is to be followed for this assignment:

06.09.2021
(i) Last Date for online submission of documents
17:00 Hrs. IST
Last date for submission of Bid document fee, Bid Security 07.09.2021
(ii)
& Power of Attorney in physical form (in original) 12:00 Hrs. IST
Date and Time for online opening of Technical Bid of tender 07.09.2021
(iii)
documents 17:00 Hrs. IST
4. To participate in the Bidding process, it is mandatory for the bidders to have class-III
Digital Signature Certificate (DSC) with both Signing and Encryption Certificate (in the name
of Authorized Signatory / Firm or Organization / Owner of the Firm or organization) from
any of the licensed Certifying Agency (Bidders can see the list of licensed CAs from the link
www.cca.gov.in) to participate in e-tendering.

5. The Authorized Signatory holding Power of Attorney shall only be the Digital
Signatory. In case Authorized Signatory holding Power of Attorney and Digital Signatory are
not the same, the BID shall be considered non-responsive. DSC should be in the name of the
authorized signatory.

6. To participate for bidding, bidders have to pay non-refundable document fee of


amount Rs.6,000.00/- through DD mode only (offline) favouring “RPAO(NH), MoRT&H,
Lucknow” payable at ‘Lucknow’. The Amendments/clarifications to the bid document if
any will be hosted on the above website only.

7. The bid should be submitted online in the prescribed format given in the website.
Bid through any other mode shall not be entertained

8. Conditional bids would be rejected.

9. Ministry of Road Transport & Highways (MoRT&H) reserves the right to accept/reject
any or all the bids without assigning any reasons thereof.

10. The Bid Security of Rs.75,000.00 and Power of Attorney shall be submitted
physically by the bidder on or before 07.09.2021 (up to 12:00 Hrs. IST) at Chief Engineer -
Regional Office, Ministry of Road Transport & Highways, Biotech Chowk, Lucknow Ring Road,
Vikas Nagar, Lucknow.

11. For any clarification, the following office may be contacted:


Office of the Project Director
Project Implementation Unit (PIU)
Ministry of Road Transport and Highways (MoRT&H)
B-15, Garden Estate, IPSA,
Shahjahanpur-242001
E-mail: [email protected]

Chief Engineer - Regional Office,


Ministry of Road Transport & Highways
Lucknow.
Government of India
Ministry of Road Transport & Highways
Chief Engineer - Regional Office, Lucknow

BID DOCUMENT

Bid No. CE-RO/LKO/PIU(S)/Valuation/2021-22 Dated 19.08.2021

1. Scope of the Work: Survey and Valuation work of structures located within
Proposed Right of Way (PROW) & Existing Right of Way (EROW) as per Joint Measurement
Survey (JMS) including all the affected structures and any other value (Valuation of trees,
affected structures, hand pumps, wells/bore-wells etc.) in co-ordination with concerned
Government Departments.

2. Name of the Work:


Sl. NH Completion
Name of Work
No. No. Period
Rehabilitation and Upgradation to 2-Lane with Paved
Shoulders configuration of Allahganj –Miranpur Katra
(i) 730C Section (Km.52.770 to Km.114.000) of NH-730C (Package-II) 2 Months
in the State of Uttar Pradesh under Green National
Highway Corridor Project (GNHCP).
Rehabilitation and Upgradation to 2-Lane with Paved
Shoulders configuration of Miranpur Katra to Radhaita
(ii) 730C Section of NH-730C (Km.114.000 to Km.137.250) of 2 Months
NH-730C (Package–III) in the State of Uttar Pradesh under
Green National Highway Corridor Project (GNHCP).
Rehabilitation and Upgradation to 2-Lane with Paved
730C, Shoulders configuration of Radhaita to Pilibhit section
730B (Km.137.250 to Km.183.380) of NH-730C, 730B & 731K
(iii) 2 Months
& (Package-IV) in the State of Uttar Pradesh under Green
731K National Highway Corridor Project (GNHCP).
Note: The time for completion of Valuation Activities for all the three works will be 2
months. Agreement for each work will be signed separately.

3. Bid through any other mode shall not be entertained. However, Bid Security of
Rs.75,000.00 (Rupees Seventy Five Thousand Only); Original DD for Rs.6,000.00 (Rupees
Six Thousand Only) towards cost of Bid documents and Power of Attorney shall be
submitted physically by the Bidder on or before 07.09.2021 (upto 12:00 Hrs. IST) at Chief
Engineer - Regional Office, Ministry of Road Transport & Highways, Biotech Chowk, Lucknow
Ring Road, Vikas Nagar, Lucknow. The Financial Proposal shall not be submitted in
physical form.

4. The Bidder shall submit the cost of Bid document of Rs.6,000.00 (Rupees Six
Thousand Only) in the form of Demand Draft in favour of “RPAO(NH), MoRT&H, Lucknow”
payable at ‘Lucknow’.
5. Schedule of Bidding process.

Sl. Particulars Date & time


No.
(i) Availability of Bid Documents (date From 19.08.2021 to 06.09.2021 (upto
& Time of sale of Bid Documents) 17:00 Hrs. IST)
(ii) Clarification of queries of bidders 27.08.2021
received through E-mail on
[email protected]
(iii) Authority response to queries 01.09.2021
received through email
(iv) Last date & time of submission of On or before 06.09.2021 (upto 17:00
bids (Bid due date) Hrs. IST) only on
https://eprocure.gov.in
(v) Last date & time of submission of On or before 07.09.2021
Bid document fee, Bid security & (upto 12:00 Hrs. IST)
Power of Attorney in physical form
(Original)
(vi) Date of online opening of Bid 07.09.2021 (at 17:00 Hrs. IST) at Chief
Engineer - Regional Office, Ministry of
Road Transport & Highways, Biotech
Chowk, Lucknow Ring Road, Vikas
Nagar, Lucknow
(vii) Opening financial/price bid Shall be intimated after technical
Evaluation to technically qualified
Bidders only.

6. Qualification requirements of Bidders


The bidder shall be experienced firms/organizations/Individuals, registered/
approved for valuation of structures with the Government and shall have successfully
completed at least one work of similar nature during the last 3 years. The
experience certificate in this regard should be enclosed with the bid submitted by
bidder. The experience certificate should have been issued by Project In-charge (not
below the rank of Executive Engineer/Project Director) of Government Organization.

7. Cost of Bidding
The Bidders shall be responsible for all of the costs associated with the preparation
of their BIDs and their participation in the Bidding Process. The Authority shall not
be responsible or in any way liable for such costs, regardless of the conduct or
outcome of the Bidding process.

8. Site visit and verification of information


The Bidder, at the Bidder’s 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 Survey and
Valuation work of structures located within Proposed Right of Way (PROW) &
Existing Right of Way (EROW) as per Joint Measurement Survey (JMS) including all
the affected structures and any other value (Valuation of trees, affected
structures, hand pumps, wells/bore-wells etc.) in co-ordination with concerned
Government Departments. The costs of visiting the site shall be at the Bidder’s own
expense.
9. Verification/Disqualification

9.1 The Authority reserves the right to verify all statements, information and documents
submitted by the bidder and the bidder shall, when so required by the Authority,
make available all such information, evidence and documents as may be necessary
for such verification. Any such verification, or lack of such verification, by the
Authority shall not relieve the Bidder of its obligations or liabilities hereunder nor
will it affect any rights of the Authority thereunder.

9.2 The Authority reserves the right to reject any BID and appropriate the BID
Security if:
(a) At any time, a material misrepresentation is made, or
(b) The Bidder does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the BID.

Such misrepresentation / improper response shall lead to the disqualification of the


Bidder. If such disqualification/rejection occurs after the BIDs have been opened and
the lowest Bidder gets disqualified / rejected, then the Authority reserves the right
to annul the Bidding Process and invites fresh BIDs.

9.3 In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution, subsistence thereof, that eligibility and / or
qualification requirements have not been met by the Bidder, or the Bidder has made
material misrepresentation or has given any materially incorrect or false
information, the bidder shall be disqualified forthwith if not yet appointed as the
contractor either by issue of the LOA or entering into the Agreement, and if the
Selected Bidder has already been issued the LOA or has entered into the Agreement,
as the case may be, the same shall, notwithstanding anything to the contrary
contained therein or in this document, be liable to be terminated, by a
communication in writing by the Authority to the selected Bidder or the Contractor,
as the case may be, without the Authority being liable in any manner whatsoever to
the Selected Bidder or the Contractor. In such an event, the Authority shall be
entitled to forfeit and appropriate the BID Security or Performance Security, as the
case may be, as Damages, without prejudice to any other right or remedy that may
be available to the Authority under the Bidding Documents and / or the Agreement,
or otherwise.

10. Format and Signing of BID

10.1 The Bidder shall provide all the information sought under this document. The
Authority will evaluate only those bids that are received online in the required
formats and complete in all respect and Bid Security, documents fee and POA are
received in hard copies.

10.2 The BID shall be typed and signed in indelible blue ink by the authorized signatory of
the Bidder. All the alterations, omissions, additions or any other amendments made
to the BID shall be initiated by the person(s) signing the BID.

11. Documents comprising technical and Financial BID

11.1 The Bidder shall submit the Technical bid & Financial bid online through e-
procurement portal i.e. https://eprocure.gov.in comprising of the following
documents along with supporting documents as appropriate:

11.1.1 Technical Bid


(a) Original Power of Attorney for signing the BID;
(b) Bid Security of Rs.75,000.00 (Rupees Seventy Five Thousand Only) in the form as
specified in the document.
(c) Original DD for Rs.6,000.00 (Rupees Six Thousand Only) in favor of “RPAO(NH),
MoRT&H, Lucknow” payable at ‘Lucknow’ towards cost of Bid documents.
(d) Experience certificate as per requirement of document.
(e) PAN card & GSTIN registration certificate.

11.1.2 Financial Bid


(a) As per format attached with the Bid document. The Financial Bid shall be
submitted on-line only as per the format.

11.2 The Bidder shall submit the following documents (in original) in physical form to the
Chief Engineer-Regional officer, Ministry of Road Transport & Highways, Biotech
Chowk, Lucknow Ring Road, Vikas Nagar, Lucknow

(a) Original Power of Attorney for signing the BID;

(b) Bid Security of Rs.75,000.00 (Rupees Seventy Five Thousand Only) in the
form as specified in the document.

(c) Original DD for Rs.6,000.00 (Rupees Six Thousand Only) in favor of


“RPAO(NH), MoRT&H, Lucknow” payable at ‘Lucknow’ towards cost of Bid
documents.

11.3 The documents listed at clause 11.2 shall be placed in an envelope, which shall be
sealed. The envelope shall clearly bear the identification “Survey and Valuation
work of structures located within Proposed Right of Way (PROW) & Existing
Right of Way (EROW) as per Joint Measurement Survey (JMS) including all the
affected structures and any other value (Valuation of trees, affected
structures, hand pumps, wells/bore-wells etc.) in co-ordination with concerned
Government Departments” and shall clearly indicate the name and address of the
Bidder. In addition, the bid due date as well as Bid Reference no. (CE-
RO/LKO/PIU(S)/Valuation/2021-22) should be indicated on the right hand top corner
of the envelope.

11.4 The envelope shall be addressed to the following officer and shall be submitted at
the following address:

(i) ATTN. OF: Mr. A. K. Pandey


(ii) DESIGNATION: Chief Engineer - Regional Officer
(iii) ADDRESS: Chief Engineer - Regional Office,
Ministry of Road Transport & Highways
Vikas Nagar, Biotech Chowk, Lucknow Ring
Road, Lucknow – 226022

11.5 If the envelope is not sealed and marked as instructed above, the Authority assumes
no responsibility for the misplacement or premature opening of the contents of the
bid submitted and consequent losses, if any, suffered by the Bidder.

11.6 BIDs submitted by fax, telex, telegram or e-mail shall not be entertained and shall
be summarily rejected.
11.7 All duties, taxes (except GST) and other levies under the Contract, or for any other
cause, shall be included in the rates submitted by the bidder and be payable by the
Selected Bidder (Contractor). Only GST shall be reimbursed on submission of proof of
payment to the concerned Government department.

11.8 All information clarification /details regarding the work shall be answered only in
English Language.

11.9 The Authority may, at his discretion, extend the deadline for submission of Bids by
issuing an addendum, in which case all rights and obligations of the Authority and
the bidders previously subject to the original deadline will thereafter be subject to
the deadline as extended. The addendum shall be hosted only on e-procurement
portal of MoRT&H i.e. https://eprocure.gov.in.

11.10 The rate quoted by a Bidder shall apply for all the three works. The quoted rate of a
particular item of the work shall be fixed irrespective of quantity of that item. It is
clarified that no request for revision of rates shall be entertained by the Authority on
any account.

12. BID Due Date

Technical & Financial BID shall be submitted online through e-procurement portal
i.e. https://eprocure.gov.in on or before 06.09.2021 (17:00 Hrs. IST). Requisite
Documents shall be physically submitted on or before 07.09.2021 (12:00 hrs. IST) at
the Chief Engineer - Regional Office, Ministry of Road Transport & Highways, Biotech
Chowk, Lucknow Ring Road, Vikas Nagar, Lucknow.

13. Late BIDs

E-procurement portal i.e. https://eprocure.gov.in shall not allow submission of any


Bid after the prescribed date and time. Physical receipt of requisite documents after
the prescribed date and time shall not be considered and the bid shall be summarily
rejected.

14. Procedure for E-tendering

14.1 Accessing / purchasing of BID documents

14.1.1 It is mandatory for all the Bidders to have class-III Digital Signature certificate (in the
name of person who will sign the Bid) from any of the licensed Certifying Agency.
Bidders can see the list of licensed CA’s from the link website www.cca.gov.in to
participate in e-tendering .

14.1.2 To participate in the bidding, it is mandatory for the Bidders to get registered their
firm with e-procurement portal of MoRT&H i.e. https://eprocure.gov.in to have user
ID & password which has to be obtained by submitting requisite fee towards
registration charges to the e-tendering service provider. Following may kindly be
noted:

(a) Registration with e-procurement portal of MoRT&H should be valid at least up to


the date of submission of BID.
(b) BIDs can be submitted only during the validity of registration.

14.1.3 The complete BID document can be viewed / downloaded from Central Public
Procurement Portal of Government of India i.e. https://eprocure.gov.in from
19.08.2021 to 06.09.2021(upto 17:00 Hrs. IST).
14.2 Preparation & Submission of BIDs

14.2.1 The bidders may submit their bids online following the instruction appearing on the
screen.

14.2.2 The documents shall be prepared and submitted in different files (in PDF or JPEG
format such that file size is within the limit prescribed for the same) and uploaded
during the on-line submission of BID.

14.2.3 Bid must be submitted online only through e-procurement portal of MoRT&H i.e.
https://eprocure.gov.in using digital signature of authorized representative of the
Bidder on or before 06.09.2021 (upto 17:00 hours IST).

14.3 Modification / Substitution / withdrawal of BIDs

The Bidder may modify, substitute or withdraw its BID after submission prior to the
BID Due date. No BID can be modified, submitted or withdrawn by the Bidder on or
after the BID Due Date & time.

15. Online Opening of BIDs

15.1 Opening of BIDs shall be done through online process.

15.2 The Ministry shall on-line open Technical BIDs on 07.09.2021 at 17:00 Hrs IST, in the
presence of the authorized representatives of the Bidders, who choose to attend.
Technical BID of only those bidders shall be online opened whose documents have
been physically received. The MoRT&H will subsequently examine and evaluate the
BIDs in accordance with the provisions of the documents.

16. Rejection of BIDs

16.1 Notwithstanding anything contained in the bid document, the Authority reserves
the right to reject any BID and to annul the Bidding Process and reject all BIDs at
any time without any liability or any obligation for such acceptance, rejection or
annulment without assigning any reason thereof. In the event that the Authority
rejects or annuls all the BIDs, it may, in its discretion, invite all eligible Bidders to
submit fresh BIDs hereunder.

16.2 The Authority reserves the right not to proceed with the Bidding Process at any
time, without notice or liability, and to reject any BID without assigning any
reason.

17. Validity of BIDs

The BIDs shall be valid for a period of not less than 120 (One Hundred and Twenty)
days from the BID Due Date. The validity of BIDs may be extended by mutual
consent of the respective Bidders and Authority.

18. Currencies of Bid and payment

18.1 The unit rates and the prices shall be quoted by the Bidder entirely in Indian
Rupees. All payments shall be made in Indian Rupees.
19. Confidentiality
Information relating to the examination, clarification, evaluation and
recommendation for the Bidder shall not be disclosed to any person who is not
officially concerned with the process or is not a retained professional advisor
advising the Authority in relation to, or matters arising out of, or concerning the
Bidders Process. The Authority will treat all information, submitted as part of the
BID, in confidence and will require all those who have access to such material to
treat the same in confidence. The Authority may not divulge any such information
unless it is directed to do so by any statutory entity that has the power under law
to require its disclosure or is to enforce or assert any right or privilege of the
statutory entity and / or the Authority or as may be required by law or in
connection with any legal process.

20. Correspondence with the Bidder


Save the except as provided in the document, the Authority shall not entertain any
correspondence with any Bidder in relation to acceptance or rejection of any BID.

21. Bid Security

21.1 The Bidder shall furnish, as part of his Bid, Bid Security of Rs.75,000.00 (Rupees
Seventy Five Thousand Only) through Demand Draft (DD) in favour of
“RPAO(NH), MoRT&H, Lucknow” payable at Lucknow.

21.2 Any bid not accompanied by an acceptable Bid Security and secured as indicated
above shall be rejected by the Authority as non-responsive.

21.3 The Bid Security of the unsuccessful bidder will be returned promptly or after
within 10 days of the signing of the agreement with the successful bidder. The bid
security of successful bidder shall be return upon submission of performance
security and verification thereof.

21.4 The Bid Security may be forfeited


(a) If the Bidder withdraws the Bid after Bid Opening during the period of Bid
validity.
(b) If the successful bidder fails to submit Performance Security subsequent to
the issuance of Letter of Acceptance (LoA).
(c) In the case of the Selected Bidder, if the Bidder fails to sign the Contract
Agreement within the specified time limit.
22. The Contractor has to carry out the work in the stipulated completion period of 2
(Two) months. It is categorically to be emphasized here that all the three works,
as given under the bid document, shall have to be completed within 2 months . It
should not be mis-construed by the Selected Bidder that cumulative period of
total 6 months are envisaged for completion of all the three works. Normally,
there will not be any Extension of Time (EoT) in completion of the above works.
However, in case any delay occurs on part of the concerned Government
Agencies or the factors causing delay not attributable to the selected bidder, the
EoT based on proper justifications/grounds may be considered by the Authority
without any additional financial implication on the Authority.

23. The technical BIDs shall be submitted online in the prescribed format given on
the said website before the date and time as mentioned above. The physical
form of technical bid is required to be submitted on date & time as mentioned in
NIT. Only the Bidders whose Technical Bid is found to be responsive shall be
invited to participate in on-line opening of Financial Bidding.
24. The Financial Bid shall be submitted online only in the prescribed format given
on the website. No other mode of submission is acceptable on the e-tendering
portal. The price bid shall not be submitted in physical form.

25. The bidders are advised to submit their technical bid well before the Bid Due
Date. The Authority shall not be responsible for any delay in submission of Bids
for any reason including server and technical problems. The Authority reserves
the right to accept or reject any or all bids without assigning any reason thereof.

26. Tests of Responsiveness

26.1 As a first step towards evaluation of technical bids, the Authority shall determine
whether each technical bid is responsive to the requirements of this documents.
A technical bid shall be considered responsive only if;

(a) Technical Bid is received online as per the requirements of the bid
documents;
(b) Requisite documents as per the requirements of the bid documents are
received physically;
(c) Technical Bid is accompanied by the bid security as per the requirement of
the bid documents;
(d) Technical Bid is accompanied by the Power of Attorney as per the
requirement of the bid documents;
(e) Technical Bid contains all the information (complete in all respects);
(f) Technical Bid does not contain any condition or qualification, and
(g) Cost of Bid document of Rs.6,000.00 (Rupees Six Thousand Only) in the
form of Demand Draft in favour of “RPAO(NH), MoRT&H, Lucknow”
payable at Lucknow.

26.2 The Authority reserves the right to reject any technical bid which is non-responsive
and no request for alteration modification, substitution or withdrawal shall be
entertained by the Authority in respect of such bid.

26.3 After evaluation of Technical Bids, the authority will publish a list of Technically
Responsive Bidders whose financial bids shall be opened. After technical evaluation
the bid, the bidders whose bids were found technically non-responsive will be
intimated through portal and their financial bids shall not be opened for further
evaluation. The Authority will not entertain any query or clarification from bidders
who fail to qualify.
27. Opening and Evaluation of Financial Bids
The Authority shall online open the Financial Bids on date and time to be informed in
this clause in the presence of the authorized representatives of the Bidders who may
choose to attend. The Authority shall prepare a record of opening of Financial Bids.
28. Selection of Bidder:
28.1 The unit (one) quantity of each item of work shall be considered for evaluation of
financial bid of a bidder. The total price for evaluation purpose shall be sum of line
item total resulting from multiplying the unit quantity (one) by rate quoted by a
bidder. Subject to the provisions of bid document, the Bidder whose BID is adjudged
as responsive in terms of bid document and who quotes lowest price shall be
declared as the selected Bidder (the “Selected bidder”).
28.2 In the event that two or more Bidder quote the same Bid Price (the “Tie BIDs”)
preference will be given to the bidder having more experience of valuation in Land
Acquisition process.
28.3 In the event that the Lowest Bidder is not selected for any reason, the Authority
shall annul the Bidding Process and invite fresh BIDs. In the event that the Authority
rejects or annul all the BIDs, it may in its discretion, invite all eligible Bidders to
submit fresh BIDs hereunder.
28.4 After, selection, a Letter of Acceptance (the “LoA”) shall be issued, by the Authority
to the Selected Bidder.
28.5 After receipt of the LoA as aforesaid by the selected bidder, it shall cause the bidder
to submit performance security within 7 days of the issuance of LoA.
28.6 The Agreement will be executed within the 7(seven) days of the receipt of the
Performance Security. The Selected Bidder shall not be entitled to seek any
deviation, modification or amendment in the agreement.
29. Performance Security

Within 7 working days after issuance of LoA, the Selected Bidder shall submit
Performance Security amounting to Rs.1,50,000/- (Rs.50,000/- for each work to
be given separately) in form of a Fixed/Term Deposit Receipt from a Commercial
Bank in favour of RPAO (NH), MoRT&H Lucknow, with initial validity upto 6 months.
In case the tenure of the service is extended, the selected bidder must submit
Performance Security for extended period with additional cover of 2 months, through
either by extending the Performance Security initially submitted or through fresh
Performance Security of the same amount. The Performance Security will be
returned within three month after successful completion of the work/services.
The Performance Security submitted by the selected bidder will be forfeited in case
of the following:
(i) Submission of false documents, omission or misrepresentation of facts at any
stage discovered during tenure of service.
(ii) Non performance of selected bidder leading to delay more than period
envisaged under bid document without proper justification.
(iii) If the documents submitted by selected bidder found to be at variance with
the ground situations.
(iv) If the valuation of Govt./Private properties, as assessed by the selected
bidder and incorporated in submitted documents, are found to be
significantly deviating from the exact valuation of the same.
(v) Non deliverance of requisite supporting document such as drawings,
photographs, Videography and detailed cost estimate for valuation of
Govt./Private properties, excluding the scope which are covered under
Government Agencies i.e. Forest department, Electricity department & water
supply department.
(vi) Any type of malafied activity carried over by agency in the name of MoRT&H.
(vii) Non compliance of instructions issued by the Client.
30. Address for communication if any;
The Chief Engineer - Regional Office,
Ministry of Road Transport & Highways,
Biotech Chowk, Lucknow Ring Road,
Vikas Nagar, Lucknow – 226022
Phone: 0522- 2738880 Tele fax: 0522- 2738226
E-mail: [email protected]
31. Miscellaneous:
31.1 The Bidding Process shall be governed by, and construed in accordance with, the
laws of India and the Courts at Lucknow shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/or in connection with the Bidding process.
31.2 The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to;
(a) Suspend and/or cancel the Bidding Process and/or amend and/ or supplement
the Bidder Process or modify the dates or other terms and conditions relating
thereto;
(b) Consult with any Bidder in order to receive clarification or further
information.
(c) Retain any information and/ or evidence submitted to the Authority by, on
behalf of, and/or in relation to any Bidder; and/ or
(d) Independently verify, disqualify, reject and/ or accept any and all
submissions or other information and/ or evidence submitted by or on behalf
of any Bidder.
31.3 Its shall be deemed that by submitting the bid, the bidder agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully and
finally form any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and /or
performance of any obligations hereunder, pursuant hereto and/ or in connection
with the Bidding Process and waives, to the fullest extent permitted by applicable
laws, any and all rights and/ or claims it may have in this respect, whether actual or
contingent, whether present or in future.
32. General Conditions
32.1 The law governing the contract will be the Indian Law. Language in which the
contract will be executed and operated will be English.
32.2 Each Bidder shall submit only one bid for the work. A bidder who submits more than
one bid will cause the proposals with the Bidder’ participation to be disqualified.
The Bidder shall bear all costs associated with the preparation and submission of his
bid.
32.3 Bidders should not have indulged in corrupt / fraudulent practice and debarred from
participation in any bid.
32.4 Bidders shall not have any legal / dispute pending with Ministry / other departments
in the court jurisdiction in India.
32.5 The work shall be carried out to the satisfaction of the Authority or its
representative.
32.6 The Authority reserves the right to:
(a) Amend the scope of the work;
(b) Reject or accept any bid; and
(c) Cancel the Bidding process and reject all bids.
32.7 Additional work:
In case of any unforeseen development as per situational requirement, if any
additional item is required to be executed then the same also will have to be carried
out by the Contractor. The rate for the same shall be worked out the basis costs with
a margin of 10% as contractor’s profit.
Engineer or Representative of Ministry shall have the power to make any alteration
deletion, addition or substitution in the original scope and specification of work and
no claim whatsoever on account of the above shall be entertained except for the
payment for the actual work done on agreed rates for original items of the contract
and negotiated and approved rates for new item.
32.8 Special Conditions:
32.8.1 Selected bidder should either have Govt. Approved Valuation (lands and Buildings)
credential or shall engage Govt. approved Valuer for valuation of structures.
32.8.2 Colour Photographs (size 5”x7”) of each structure from all necessary vantage points
so that all its components are covered are to be provided with the valuation report.
32.8.3 Preference will be given to an agency/consultant having more experience of
valuation in Land Acquisition process.
32.8.4 Village wise valuation report should be submitted in 3 sets hard copy with
photographs and 2 sets in Soft Copy form i.e. in Pen drive or External Hard Disc.
32.8.5 Any dispute will be subject to Lucknow district jurisdiction.
32.8.6 Entire work will be carried out as per guidelines and requirement of Project
Director, MoRT&H, PIU, Shahjahanpur.
32.8.7 Survey & affected structures along with parameter drawings on Auto CAD with oil
paint marking & numbering on structure to be valued with written consent of owner.
This will also cover details of other structures.
32.8.8 The Valuer shall submit detailed dimensional plans to the scale alongwith sectional
elevation etc. giving specification details of the assets to be acquired duly consented
by the owner.
32.8.9 The valuation of asset to be acquired shall be based on current schedule rates
applicable on the date of publication of 3A notification, issued by
PWD/Forest/Irrigation/Agriculture department.
32.9 The Authority will neither be liable for any such actions nor be under any obligation
to inform the bidders of the grounds for acceptance/rejection of bids.
32.10 Joint Measurement Survey (JMS) shall be carried out with revenue staff of ADM
(LA)/SLAO Office of the concerning Districts and will include the
identification/measurement of the plots, measurement of the existing structures
with respect to existing/proposed ROW.
32.11 Submission of details of other items e.g. hand pump, tube-well etc, and their
valuation duly verified from concerning state govt. departments has also been
included in the scope of work.
32.12 Wherever buildings are situated in the acquired land/plot, they are to be marked by
enamel paint showing the extent of acquisition.
32.13 The selected bidder will co-ordinate with concerned State officials for the above
work. Obtaining requisite revenue record and checking its authenticity shall be the
responsibility of the bidder.
32.14 Details of existing fruit bearing trees and non-fruit bearing trees, including species,
girth and age, condition etc., with their valuations duly verified from concerning
State Govt. Department (DFO, DHO etc.) is to be furnished by the firm.
32.15 The quoted rates shall include all the charges like vetting charges, taxes and levies
etc. as applicable, required for proper completion of work. However, GST will be
reimbursed extra against the deposition of the same.
32.16 Submission of reports, duly verified by the concerned State Govt. Authority has to be
furnished in three copies (Original + 2 photocopies) to PIU, MoRT&H Shahjahanpur.
32.17 Each and every structure is unique and hence, detailed measurement of each any
every structure with focus on each individual element should be done.
32.18 Based on the measurements, the detailed drawings of each and every structure
would be required depending upon the structure using Auto Cad programme.
32.19 Based on the drawing & specifications, the quantification of the elements would be
done, to which the rates as per applicable PWD/PHED SOR prevailing at the time of
3A Notification would be applied to reach the final cost of structure.
32.20 The valuation report shall be signed along with seal by approved valuer.
32.21 The quoted rate shall include the cost of survey work, transportation, stationary and
other misc. cost etc for the completion of work in whole.
32.22 Valuer will have to work till the satisfaction of the Authority. Alteration and
revisions of submission/work done by the bidder is included in this bid.
32.23 If any discrepancy is found at any stage, the same would have to be revalued and
have to be submitted afresh for which no-extra payment would be made.
32.24 The Authority reserves the right to extend, terminate and foreclosed the said work
at any state without assigning any reason.
32.25 The selected bidder shall be responsible for fixing of boundary stone pillars at 50
meter interval along both edges of proposed Section alignment and for demarcation
of additional ROW at junctions, service areas, toll plazas etc. wherever required or
directed by the Project Director, encompassing following activities:-
a. Providing Reinforced concrete pillars in 1:1½:3 with course sand as per drawing
of IRC:25-1967 for fixing using total station instrument along the ROW including
finishing, painting, lettering, finishing in all respect as per the direction of
Engineer-in-Charge.
b. Fixing the boundary pillar including transportation to the work site, earth work
in excavation, stone spalls, plain lean cement concrete in 1:4:8 in fine sand
with fixing in position and inclusive of required labour and machinery as per
drawing and direction of Engineer-in-Charge.
c. Fixing of pillars should be done using total station instrument and list of GPS
(global positioning System) location of all the pillars should be provided to the
PIU, MoRT&H, Shahjahanpur.
d. List of pillar location should be submitted in 3 sets Hard Copy with photographs
of certain key location (starting/ending of bypass, realignment, major/minor
bridges, ROB/RUB locations) and 2 sets in Soft Copy form i.e. in Pen drive or
External Hard Disc.
32.26 The selected bidder shall carry out the activities involving demarcation at ground,
field measurements and reconciliation with land acquisition done including co-
ordination with revenue and other concerned Authorities at District and State Level
for ensuring time bound completion of the said work.
32.27 Selected bidder shall provide complete technical assistance by way of manpower,
Survey equipment’s, transport arrangements etc. for the verification of this item in a
time bound manner along with clearly marking the boundary line/offset locations on
the structures so as to clearly demarcate the land boundary.
32.28 The selected bidder shall deliver any other services complementary to
accomplishment of task to the satisfaction of PIU, MoRT&H, Shahjahanpur.
33. Payment Terms:
33.1 50% of the Payment shall be released on submission of the Complete Valuation
Report, of each work, certified by the concerned Government Authority.
33.2 Subsequent 50% of the payment shall be made on the declaration of the award by
Competent Authority for Land Acquisition (CALA).
33.3 The selected bidder shall be solely responsible for all the activities related to
Valuation of trees, affected structures, hand pumps, wells/bore-wells etc. and
therefore, payment at every stage shall only be made upon submission of an
undertaking from the selected bidder to the effect that “All the works under the
scope of the selected bidder have been completed and in case any
remaining/revision work related to the valuation activities are necessitated,
the same shall be promptly carried out by the selected bidder without any
additional financial implication to the Authority”.
33.4 Income Tax and other taxes as applicable shall be deducted at source. However, if
any tax deduction remains unnoticed, it shall be the entire liability of the selected
bidder to deposit the same with concerned Govt. Department promptly and submit
the proof of submission to Authority. They will also be responsible for the penalty, if
any, as imposed by the concerned Department/Authority.
34. Penalty for delay in Completion of the work.
34.1 Any delay on account of selected bidder in completing the work shall attract a
penalty of 5% per month or part thereof, of the contact value with maximum limit of
10%.
35. Default of Contractor in Compliance
35.1 In case of default on the part of the selected bidder in carrying out such instructions
within the time specified therein or, if none within a reasonable time, the Authority
shall be entitled to employ and pay other persons to carry out the same and all costs
consequent thereon or incidental thereto, and shall be recoverable from the
Contractor by the Authority, and may be deducted by the Authority from any
payment due or to become due to the selected bidder (Contractor) and the Authority
shall notify the Contractor accordingly.
36. Termination
36.1 Termination on expiry of the Contract: The Agreement shall be deemed to have been
automatically terminated in the expiry of the Contract period unless the Authority
has exercised its option to extend the Contract.
36.2 Termination on account of insolvency: In the event the Successful Bidder at any time
during the term of the Contract becomes insolvent or maker a voluntary assignment
of its assets for the benefit of creditors or is adjudged bankrupt, then Ministry shall,
by a notice in writing have the right to terminate the Contract and all the Successful
bidder’s rights and privileges hereunder, shall strand terminated forthwith.
36.3 Terminating breach of contract: A breach by the Successful Bidder of its obligations
hereunder and such breach not being rectified by the Successful Bidder within 30
days of Receipt of the Employer’s notice intimating such breach. Upon termination,
the Successful Bidder shall surrender all the date and materials belonging to the
Employer.
36.4 Termination for delay: Successful Bidder shall be required to perform all
activities/services. If the Successful Bidder fails to do so, the Contract may be
terminated by Ministry by giving 15 days’ written notice unless Authority has
extended the period.
36.5 Authority may at any time terminate the Contract by giving 15 days’ notice without
assigning any reason.

(Seal & Signature of Bidder) Chief Engineer - Regional Officer,


MORT&H, Lucknow

Signature Not Verified


Digitally signed by ALOK KUMAR
PANDEY
Date: 2021.08.19 14:35:53 IST
Location: eProcure-EPROC

You might also like