MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY
(AN AGENCY OF PANCHYAT & RURAL DEVELOPMENT DEPARTMf,NT, GOVT. OF M.P.)
3rd Floor, Vikas Bhawan, Arera Hills, Bhopal (M.P.)
(GST No. 23AAATM9054A3ZX)
NMANTRI GRAM SADAK YOJANA P
E INVITIN TENDER No. 1220 PM-JANMAN
(Batch- llI & IV. Year-2024-25)
No./ 3|1 6 A t22tD-tztMPRRDAt2ozs Bhopal, Datcd I
LZ n3n025
Chief General Manager, on behalf of M.P. Rural Road Development Authority invites online percentrgc rate
tenders on e-procurement portal rypEgrylgId-g,I8qovj!_from Contractors re gistered with MPPWD or Contactors
registered in appropriatc class with other Stat€/Central Govemment depanments, institutions, undertakings and authorities on
Standard Schedule of Rate given below for each of the following works of Construction / Upgradation of Rural Roads under
Pradhan Mantri Gram Sadak Yojna including maintenance for Five Year after construction. Cotrtractors not registered with
MPPWD rvitl havc to get thcmselves registered with MPPWD b€fore signing the agreement.
. Name of Work - Cotrstructio[rup-gradation of Rural Roads under PMGSY i]lcluditrg mai[tcnance for Five
yetr rfter co[structiol
. SSR Applicable :- SSR issued by M.P. Rural Road Development Authority, effective from 01.01.2024 and
amended upto issue date of NlT.
. Table-l [Link]-Balch-lll
s. Name of Nrme of Package No. No, Total PAC (ln Rs.) Cost of Whe
No. District PIU of Lergt tender ther
Ro.d h For For 5 Ye8r Total PAC docum First
(in Constructio Maintenan (lo Rs. ent Call
)
kms) n work ce work includi
n8
t8.
GST
I J 1 5 6 7 8 9 l0 ll
I Shivpuri Shivpuri2 MP4OPMJMOI5 I 4.15 36894000.00 1508000.00 38402000.00 17700 5th
2 Singrauli Waidhan MP5OPMJMO5 I t.50 7361781.00 446206.00 7810987.00 I t800 3rd
o Table-2 PNr-JANNIAN-Batch-lV
s. Name of Name of Package No No. Total PAC (ln P.s.) Cost of Whe
N District PIU of Lengt tender ther
o. Road h For For 5 Year Total PAC docum First
(in Construction Maintensn (ln Rs. ent Call
)
kms) work ce work includi
ng
t8/.
GST
I J 4 5 6 1 8 9 t0
I Balaghat Balaghat-2 MPOIPMJMOl5 I 5.80 35177000.00 t832000.00 37009000.00 17700 2nd
2 Guna Guna-l MPI3PMJMOT I 3.60 25232000.00 r080000.00 26312000.00 t7700 2nd
t. Avrilability of Bid Documert rnd mode of submission: The bid documcrt is svailable orlioe and bid should bc
submittcd online on website [Link]. The bidder rvould be required to rcgister in the web-sitc
which is frec ofcost. For submissiotr of bids, the bidder is required to havc valid Digital Sigrsture Certilicate (DSC)
from onc of thc suthorized Certifyitrg Authorities (CA), 'Aspiring bidders who have Dot obtsired the user ID and
password for prticip8ting i[
e. terdcring in PMGSY may obtsilt the same from the website: www.
[Link]
l. (a) The amount of Bid Security is l% of PAC. The bidders are required to pay simultaneously cost of Bid
Document (Tender Fee), Bid Security online as appearing on e-procurement portal plus service charges through
Debit / Credit Cfid, lntemet Banking, or System generated Bank Challan or NEFT / RTGS before submission
of Bid. Bid Security of disqualified / unsuccessful bidders will be refunded online in the Bank A"/c notified by
the bidders on the portal at the time of submission of Bids. To avoid last day rush / breakdown in system
contractors are adyised to ensure payment of Bid Securify at least one day in advance before the end date of Bid
Submission. Department will not be responsible if contractor fails to pay Bid Security due to Server / Power
failure or any other reason.
I
I (b) The bidders are required to submit affidavit strictly on prescribed form (Annexure 'A' of this NIT) afiirming
correctness of information fumished with the bid. This affidavit in the form of scanned copy is to be uploaded with the
technical bid online. Ifonline affidavit is not submined or is not on prescribed form bidder will be disqualified at Technical
evaluation stage.
t (c) Bidders are also required to submit Tender Conditions Acceptanc€ Letter in the form given as Annexure-c to this NIT.
2. Bidding is open to all eligible bidders tulfilling quali$ing criteria as given in the bidding document, special condition of
this NIT and registered with MPPWD or contractors registered in appropriate class, with other State/Central Govemment
dspoJtmetrts, institutions, undertakings and authorities. Bidders not registered with MPPWD, will have to get themselvcs
registered by the time of contract sigring. For this purpose, bidders are advised to apply for registration in PWD
simultanmusly so that therc may not be any delay in signing the agreement ifthey become successful bidder. Undue delay
on th€ part of the bidder in getting registered with MPPWD may result in cancellation of award and forfeiture of bid
s€curity.
3. Bid documents consisting of qualification information and eligibility criterion of bidders, plans, specifications, drawings,
the schedule of quantities of the various classss of work to be done and the set of terms & conditions of contract to b€
complied with by the Contractor can be seen online on lhe website [Link],
4. Time rltowcd for completior of €rcb p8ckagc PAC upto Rs.10.00 crore is 365 Days strd for packagcs with PAC
morc than Rs.10.00 crore is 548 Deys including rainy scason.
5. The site for the work is available.
6. Technical bids will be opened online as per time schedule mentioned in Critical Dates in the office of concemed General
Manager, Project Implcmentation Unit in the presence of bidders who may like to be present. If the oflice happ€ns to be
closed on the date of opening ofthe bids as specified, 0re bids will be opened on the next working day at the same time and
venue.
7. Financial bid shall be opened online at MPRRDA Hqr. Bhopal as per time schedule which will be notified online.
8. The bid for the work shall rcmain op€n for acc€ptance for a period ofninety days from the last date ofsubmission of bids.
If any bidder/ tenderer withdraws his bid./ tender before the said period or makes any modifications in the terms and
conditions ofthe bi4 his eamest money shall stand forfeited.
9. A bidder shall not be permitted to bid for work in the Project lmplementation Unit / Chief General Manager Office
jurisdiction (as the case may be) responsible for award and execution of contract in which his or his spouse's near relative
is posted as Accountant / Accounts O{ficer or as an officer in any capacity between the grades of Chief General Manager
and Sub Engineer (both inclusive). He shall also intimate the name of persons who are working with him in any capacity
and who are near relatives to any offic€r of MPRRDA. Any brcach of this condition by the contractor would render him
liable to be disqualified debarred fmm panicipation in MPRRDA tenders.
10. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an
Engincering Depairnent of the State Government is allowed to work as a Contractor for a period of two years after his
retir€ment from Govemment service, without Govemment permission. Ifthe contractor or any ofhis employees is found at
arly time to be such a person who had not obtained the permission ofthe Goyernment as aforesaid, before submision of
the tender or engaged in the Contractor's service, his contract is liable to be cancelled and eamest money will be forfeited,
I L Contracto$ who are black listed / d€barred by MPRRDA or in any other department, for panicipation in tender are not
allowed to pafiicipate in the tenders. Contractors are advis€d to go through the defaulter contractor's list available on our
website [Link] and contact MPRRDA or conc€med Department before submission of bid otherwise they will
be Disqualified at Technical Evaluation Stage.
12, The bidder is not required to quote his rate for routine maintenanc€. The rates to be paid for routine maintenance are
indicated in Annerure-l to this NtT Further, the payment for routin€ maintenance to the contractor shall be regulated on
performance based maintenance (Clause 34 ofGCC and s€ction 4 part - Il special condition no. 4.1 ofconlracl).
13. Conditions given in this NIT will prevail over the conditions given in the tender document in so for as they are inconsistent
with the conditions of NIT.
14. Information relating to work in hand should be given showing the name ofdepartment agreement no, etc,
15. The contraclors who have not compl€ted the B dges Work awarded on or before 3lst March 2015 and road work package
awarded on or before 3lst March 2016 are not be allowed to participate in thisNIT.
16. 25% amount ofBT work will be retained from the contractors bill and released on completion ofshoulderwork.
17. If lowest rates offered by two or more bidders are equal, fresh limited online tenders will be invited from the
bidders who have quoted same rates on e-tender portal for taking decision on the tender.
18. List ofdocuments to be submitted with technical Bidmaybeseen in Annexure-B of thisNIT.
19. Other details can be seen in the bidding document, SBD for construction and maintenance ofPMGSY works - June 2020.
2
Criticsl Detes
S. No. Stag€s Date & Time
I Publishing Date 2l .03.2025 from I 7:00 hrs.
2 Document Download./Sale Start Date 2l .03.2025 from l7:30 hrs.
J Bid Submission Starl Date 22.03.2025 from I l:00 hrs.
4 Bid Submission Closing Date 07.04.2025 uPto l7:00 hrs.
5 Bid Opening Start Date 09.04.2025 from I l:00 hrs.
Notel l. Date of Financial Bid opening will be notified on the e-tender portal after technical bid
evaluation.
2. GM PIU has to submit Technical Evaluation Report latest by l7:00 hrs. on 11.04.2025.
t
Chief General Manager (Tender)
M.P. Rural Roa d Development Authority
+ Bhopal
Endc No./3ti 6 | /22lD-12lMPRRDN2o2s Bhopal, Dated : l8 10312025
Copy to:
L Principal Secr€tary, Panchayat & Rural Depanment.
2. Secretary, Public Works D€partments / Agiculture Departrnent / Finance Department Mantralaya Bhopal.
3. Commissioners Public Relation, Ban Ganga Bhopal.
4. Engineer in ChiefPublic Works Departments, Satpura Bhawan, Bhopal.
5. Engineer in ChiefMadhya Pradesh Rural Road Development Authority Bhopal.
6. Chief Engineer, Public Works Departments, Jabalpur/ Gwalior / lndore/ Bhopal National Highway / Bridge.
7. Managing Director Rajya setu Nigam, Arera Hills, Bhopal.
8. ChiefEngineer, Central Public Works Depaflments, E-3l4B Arera Colony Bhopal.
9. All Divisional Commissioners.
10. All Collectors.
Il. ChiefExecutive Offic€rs, Zilla Panchayat (all).
12. ChiefGeneral Manager, (all).
13. General Manager Programme lmpl€meDtation Units (all).
14. Manager (lT) MPRRDA, Bhopal.
t
r) t, lz*.-l.-
Chief General M!nager Cfender)
MP Rural Road Development Authority
l Bhoocl
3
Annexure-I
SSR: 01.01.2024
o Rates for routine maintenance
6.0 m wide road 7.50 m wide road 5.5mt. CC
(FIexible (Flexible Carriageway pavement
pavement) pavement) Flexible (Atl width)
Year pavement
Traflic Trafic Tra{fic Traffic
Intensity Intensity Intensity Intensity
Tl to T4 T5 and Tl to T4 T5 and
above above
I 38645 41400 41460 44770 57050 31600
II 45165 49220 48540 532',70 68080 31600
trI 61305 68585 68655 7'14t0 129250 31600
IV 70055 't9090 78455 89170 155170 31600
v 78805 89590 88255 100930 r8 r090 31600
Total 293975 327885 325365 365550 590640 t5E000
4
Annexure'A'
To be executed on a Non Judicial stamp paper ofRs. 100/- and notarized
FORMAT OF AFFIDAVIT
Package no.
Affidavit
I ......S/o......... Aged... years resident (address..........................)
(For and behalf of (Name of firm).... .), do here by and herewith
solemnly aIlirm / state on oath that: -
l. lnformation furnished with the Bid for the package no. mentioned above is correct in all respects to the
best of my knowledge and belief,
2. No retired gazetted officer who has retired within last two years is in the employment with thelirm.
3. No near relative is working in the department, (Note: - By the term near relatives is meant Wife,
Husband, Parents and Son, Brother, Sister, Brother-in-law, Father-in-law, Mother-inJaw.)
Or
Following close relatives are working in the department:
Name Posts Present posti
4, *l hereby certify that I have been authorized by....,............,.
(the bidder) to sign on his / their behalf, the bid of the package no.
mentioned above.
rNot required in case of proprietorship firm
Bidder has to indicate below his signature that
he is proprietor of the firm.
Deponent
(..............................)
*Strike out whichever is not applicable tProprietor/Partner/ Authorized signatory
/ for and on behalf (Name of Firm)
Verification
I. S/o......... ........do here by affirm that the contents
submitted in Technical & Financial Bid are true to the best of my knowledge and belief and are based on my /
our record.
Verified that this. Date of ... ... ...... ...... .. . 20 at (Place)... ...
Deponent
( .)
Proprietor/Partner/ Authorized si gnatory
/ for and on behalf (Name of Firm)
5
Annexure-B
Guidelines for Participating in Tender
(Percentage Rate)
For searching Tenders & Tender Document and procedure for submission of Tenders, bidders are advised to
go through guidelines given below:
i) For submission of Financial Bid, BOQ Template (Price Schedule) is available on the portal. This
template must not be modified/ replaced by the bidder. This template may be downloaded and Name
ofthe Bidder should be fllled in the relevant line. For quoting rates click the select button. If rates are
'Above' SSR Select 'Excess' and quote the rates, if quoted rate are 'Below' SSR Select 'Less' and
quote the rate, if
rate is at par Select Excess or Less and quote zero '0' rate. An other BOQ (schedule
of items) as given anAnnexureJl (A) will also appear online & bidder may view Name of Roads,
Length and different items of work to be executed.
ii) Bidders are not to make entries in any other column or write any condition etc., If BOQ file is found to
modified by the bidder the bid will be rejected.
iii) After submission ofbid, bidder has to click freeze button. Ifbidder intends to make any changes in the
bid submitted he will have to go to re-submission options available on the portal. After modification,
the Price Bidwill have to be again uploaded and frozen. This can be done by the bidder any number of
times before last date of bid submission. Every time bidder will have to freeze the bid after
submission. After successful submission of bid the bidder will get Bid submission summary a Proofof
Bid Submission.
2 Scanned copies ofthe following documents are to be submitted with the Technical Bid (refer clause 4, l2.l &
12.2 (ITB) oftender document and Formats given in Section-3 of Bidding Document) asbelow;
Packet:
l. Scanned copy ofAflidavit on prescribed form as given in Annexure-A.
II. Registration, Power of Attomey, scanned copy of PAN, EPF, GSTN, List of Technical Persons and
Equipment.
III. Firm organization details ofdocuments defining legal status, Tender condition Acceptance Letter
Annex{ of NIT.
IV. Bank Credit certificale l0% of contract value, Litigation details. Authority to seek reference from
banlc
V. 5 years audited account (2019-20 to 2023-24), work done in last 5 years, certificate-similar natue of
work and Work in Hand.
VI. Work programme and document relating to JV if Bid submitted as JV, and other document as per
SBD,
3. Special Instructions to the ContractoryBidders for the e-submission ofthe bids online'through this
e-Procurement Portal
L Bidder should do Online Enrolment in this Portal using the option Click Here to Enroll available in the Home Page. Then
The Digital Signature enrollment has to be done with the e-token, affer logging into the portal. The e-token may be obtained
from one ofthe Authorized Certifring Authorities such as eMudhraCA/GNFC/IDRBT/MtnlTrustline /Safescrpt/TcS.
2, Bidder then Iogs into the portal giying user id / password chosen during enrollment.
3. The e-token that is registered should be used by the' bidder and should not be misused by others.
4. DsC once mapped to an account cannot be remapped to any other account. It can only be inactivated.
5, The Bidden can update well in advance, the documents such as certificates, purchase order details etc., under My
Documents Option and these can be selected as p€r tender requirements and then attached along with bid documents during
bid submission. This will ensure lesser'upload ofbid documents.
6. After downloading / getting the tender schedules, the Bidder should go through them carefully and then submit the
documents as per the tender document, otherwise, the bid will be rejected.
7. The BOQ template must not be modified/ replaced by the bidder and the same should be uploaded after filling the relevant
Columns, else the bidder is liable to be rejected for that tender. Bidders are allowed to enter the Bidder Name and Values
only.
8. Ifthere are any clarifications, this may be obtained online through the e-procurement Portsl, or thrcugh the contactdetails
given in the tender document. Bidder should take into account the conigendum published before submitting the bids online.
6
9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender schedule and they should be
in PDFDOSIRAR/DWF formats. lf there is more than one document, they can be clubbed together.
10. The bidder should reads, the terms and conditions and accepts the same to proc€ed further to submit the bids
11. The bidder has to submit the tender document(s) online well in advarce before the prescribed time to avoid any delay or
problem during the bid submission process.
13. There is no limit on the size ofthe file uploaded al the s€rver end. However, the upload is decided on the Memory available
at the Client System as well as the Network bandwidth available at the client side at that point of time. ln order to reduce
the file size, bidders ar€ suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also the size of
file also gets reduced. This will help in quick uploading even at very low bandwidth speeds.
14. It is imponad to note lhat th€ bidder hrs to click or the Frcczc Bid Buttotr, to ensurc tb8t be/she compleacs the Bid
Submission Process. Bids whicb rre not [Link] art considercd ts lncomplele^nvslid bids snd rrc not consldered for
cvalurtiotr purposcs.
15 The Tetrder ltryiting Authority (fIA) will not be held responsible for any sort ofdelay or the difficulties faced during the
submission ofbids online by the bidden due to local issues.
16. The bidder may submit the bid documents online mode only, through this portal. Offline documents will not be handled
through this system.
17. At the time of freezing the bid, the e-Procurement system will give a successful bid updation message after uploading all
the bid documents submitted and then a bid summary will be shown with the bid no, date & time ofsubmission ofthe bid
with all other relevant details. The documents submittcd by the bidders will be digitrlly signed usirg thc Gtokctr ofthe
bidder aad theo submittcd.
lE. After the bid submission, the bid summary has to be printed and kept as an acknowledgem€nt as a token ofthe Submission
ofthe bid. The bid summary will act as a proofofbid submission for a tender floated and will also act as an entry point to
Participate in the bid opening event.
t9. Successful bid submission from the system means, the bids as uploaded by the bidder is received and stored in the syslem
System does not certiry for its correctness.
20. The bidder should see that the bid documents submitted should be free from virus and if the documcnts could not be
opened, due to virug during tender openin& the bid is liable to be rcjected.
21. The time that is displayed fiom the server clock al the top ofthe tender Portal, will b€ valid for all actions of requesting bid
submission, bid opening etc., in the e-Procurement portal. The Time followed in this portal is as per lndian Stsndard Time
(lST) which is GMT+5:30. The bidders should sdhere to this time during bid submission.
22. All the data being entered by the bidders would be encrypted at the client end, and the softwarc uses PKI encryption
t€chniques !o ensur€ the secrecy of the data. The data entered will not be viewable by unauthorized persons during bid
submission
and not viewable by anyone until the time ofbid opening. Overall, the submitted bid documents become readable only after
the tender opening by the authorized individual.
23. During transmission ofbid document, the confidentiality ofthe bids is maintained since the data is ransfened over secured
Socket Layer (SSL) with 256 bit encryption technology. Data encryption ofsensitive fields is also done.
24. The bidden are requested to submit the bids through online e-Procurcm€nt system to the TIA well before the bid
submission end date and time (as per Server System Clock).
ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions containd therein should be
addressed to the Tender lnviting Authority for a tender or the relevant contact person indicated in thctend€r.
2) Any queries relating to the process of online bid submission or queries relatint to TENDERS Portal in general may
be directed to the 24x7 TENDERS PortalHelpdesk, wwrv. [Link],in
*t,*t
7
Annexure-C
W (To be given by Contractor)
Date:
To,
The Chief Gensral Manager
ItIPRRDA,
Bhopal (M.P.)
Sub: Acceptance of Terms & conditions of Tsnder.
Tender Reference No: (Package No...........-.-...-.. )
Name of Tender / Work: - Construction and maintenance of Roads & Bridges
Dear Sir,
1. l, We have downloaded / obtained the tender document(s) for the above mentioned
'Tender/Work' from tho web site: www. [Link]
as per your advertisement, given in the above mentioned website(s).
2. I / WG hereby certify that I / we haya read the entire terms and conditions of ths tender
documents from Pags No. to (including all documents like annexure(s),
schedule(s), etc .,), which form part of the contract agreement and I / we shall abide hereby by
the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your departmenu organisation too have
also been taksn into consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender
document(s) / corrigendum(s) in its totality / Entirety.
5. I / We do hereby declare that our Firm has not been blacklisted/ debarrEd by any covL
DepartmenUPublic sector undortaking.
6. l/ Wo certify that all information furnished by the our Firm is true & correct and in the event
that the information is found to be incorrecvuntrus or found violated, then your departmenu
organisation shall without giving any notice or reason therefore or summarily rejsct the bid or
terminate the contract, without prejudice to any other rights or remedy including the forfeiture
of the full said earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder, with Ofticiat Seal)
8
Signature Not Verified
Digitally signed by ARVIND KUMAR JAIN
Date: 2025.03.20 [Link] IST
Location: Pradhan Mantri Gram Sadak
Yojana-PMGSY