[go: up one dir, main page]

0% found this document useful (0 votes)
97 views30 pages

Chhattisgarh Infrastructure Tender Notice

The Chhattisgarh State Industrial Development Corporation is inviting online tenders for the up-gradation of infrastructure at the Industrial Area Harinchhapara, Kabirdham, with an estimated cost of INR 514.66 Lacs. The tender is restricted to contractors registered in Class B and above, with specific eligibility criteria and submission requirements outlined. Key dates for bid submission and opening are provided, along with mandatory documentation and conditions for participation.

Uploaded by

Hustle Mantra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
97 views30 pages

Chhattisgarh Infrastructure Tender Notice

The Chhattisgarh State Industrial Development Corporation is inviting online tenders for the up-gradation of infrastructure at the Industrial Area Harinchhapara, Kabirdham, with an estimated cost of INR 514.66 Lacs. The tender is restricted to contractors registered in Class B and above, with specific eligibility criteria and submission requirements outlined. Key dates for bid submission and opening are provided, along with mandatory documentation and conditions for participation.

Uploaded by

Hustle Mantra
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Chhattisgarh State Industrial Development Corporation limited

(A Government of Chhattisgarh Undertaking)


(ISO 9001:2015 Certified)
First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha, Raipur- 492006 (C.G.)
CIN : U45203CT1981SG001853, PAN : AABCM6288N, GST Regn. No. : AABCM6288NSD004
Phone No. : 0771-6621000, Fax No. : 0771-2583794
Website: [Link], Email address: csidc_raipur@[Link], [Link]@[Link]

NIT No. : 01 Tender Ref. Date: 09/04/2025

Tender Ref. No.: 01/CSIDC/EE/DIV-IV/2025-26/

Unified Registered Class-B & Above Currency: INR


Contractor:
Tender Category: [Link] Department works Restricted Splitting Rule: All
Tender.
Description: Up-gradation of Infrastructure like B.T. Purchase Tender Section (Civil
Roads, R.C.C. Drain, R.C.C. Culverts and Section: Technical Division)
Solar LED Street Light etc. at Industrial Area
Harinchhapara Distt. Kabirdham (C.G.)

Report Title: Up-gradation of Infrastructure like B.T. Office Name: E.E. Div.-IV,
Roads, R.C.C. Drain, R.C.C. Culverts and CSIDC, Raipur
Solar LED Street Light etc. at Industrial Area
Harinchhapara Distt. Kabirdham (C.G.)

No of Material: 00
Tender Type: Restricted Tender
Wing: Technical Division-IV
Officer: G.K. Swarnakar ( Executive Engineer)
Remarks: NA

e-Procurement Tender Notice


Portal : [Link]
5th CALL
Online tenders for the work mentioned below are invited on behalf of the M.D. CSIDC Raipur
Chhattisgarh in Form “B” (Item Rate Basis) from contactors, Registered in B & Above class in new
registration system “Unified Registration System -(e-Registration)” with Chhattisgarh P.W.D. and
also get empanelled on [Link] as per the Details mentioned below. All other
condition for submission of tenders have been mentioned in the tender documents.

S. Name of work Estimated EMD Cost of Bid Class of Time allowed Bank
No. Cost (INR) tender Participation contractor inc. rainy Solvency
(INR) In Lacs document fees Eligible to season Certificate
In Lacs tender not older
than 12
months
1 2 3 4 5 6 7 8 9
1 Up-gradation of 514.66 Rs. 3000/- Rs. 311/-+ Registered in 09 Rs. 77.20
Infrastructure like B.T. Lacs 258000/- + GST payment B & Above Months Lacs
Roads, R.C.C. Drain, (To be 18% gateway class in new
R.C.C. Culverts and Submitted Rs. 540/- service registration
Solar LED Street Light FDR in total Rs. charges as system
etc. at Industrial Area favor of 3540/- applicable “Unified
Harinchhapara Distt. M.D. (to be Registration
Kabirdham (C.G.) CSIDC, pledged System-(e-
Raipur in favour Registration)”
of M.D.
CSIDC,
Raipur

The tender documents can be downloaded from the Portal (Website) [Link]
and shall be submitted online only after making the payment of Bid Participation fees online, but Earnest
Money Deposit to be pledged in favor of M.D. CSIDC Raipur shall have to be submitted along with
Affidavit (in given format) physically in Envelope D as per the Dates Details mentioned below.
1
Key Dates :-

[Link]. Activity Date & Time


11/04/2025
1.
Bid Submission Start Date 17.00
21/04/2025
2.
Bid Submission due Date (Online) 17.00

End date for Physical Doc


submission (EMD, and Affidavit 23/04/2025
3.
in Envelope D) (by 17.00
Registered/Speed Post)

25/04/2025
4. Bid Opening date (Scheduled)
12.00

The bids of the contractors have to be digitally signed by the Digital Certificate of
Contractor before submitting the bids online.

1- It is mandatory to submit the following online :-


All E-Tenders must be accompanied with the following original documents
a) Earnest money shall be payable in favor of Managing Director CSIDC, in the form of Fixed
deposit Receipt (FDR) Operatable/Encashable at Raipur with their local branch address,
drawn from a nationalized bank/Scheduled Bank. FDR shall be valid for a period of 6 (Six)
months respectively from the date of submission of tender.
b) Cost of tender as mentioned above shall be payable in favor of Managing Director, CSIDC in the
form of a Bank Draft payable at Raipur drawn from a nationalized bank/ Scheduled Bank
which shall be valid for a period of 3 (Three) months from the date of submission of tender.
c) Scan Copy of Affidavit on INR 100.00 non judicial Stamp paper duly notarized in the prescribed
format attached in Annexure -11.
d) Scan Copy of Power of Attorney for Signing & submission of Bid on Rs.100/- (Rupees hundred only)
Non judicial Stamp Paper duly notarized .
e) The Bids of the contractors have to be digitally signed by the digital Certificate of the
Contractor before submitting the bids online.
f) Requirements for submission of GST Returns would be as follows :-
(a) Bidders filing return on monthly basis must submit the GST Return for the month
February 2025.
(b) Bidders filing GST return on quarterly basis must submit GST Return for the quarter
ending December 2024.
g) Valid Registration of G.S.T.
h) Copy of PAN Card Detail.
i) IT Return (last 3 Years i.e. 2021-22, 2022-23, 2023-24)
j) Copy of valid registration of C.G.P.W.D. in appropriate class.
k) Last three year turn over duly certified by CA (i.e. 2021-22, 2022-23, 2023-24)
l) The experience of sublet works/joint venture works shall not be considered.
m) Joint venture /consortium is not allowed.
n) Integrity pact and Integrity Agreement in the prescribed format in Rs. 100/- non
judicial Stamp paper duly notarized. attached in Annexure-12
o) It is mandatory for bidder to submit all documents online in website
[Link] Any documents which are not submitted in online but
submitted physically will not be accepted.

2
2- Conditional tenders are liable for rejection.
3- If any pre-qualified tenderer withdraws his offer before the validity period or makes/propose
any modifications in the terms and conditions of the tender, the earnest money shall stand
forfeited.
4- Any amendment thus issued shall be part of the tender document and shall be published on web
site. only not in news paper.
5- EE, CSIDC, Raipur will open online envelope containing Envelope A & B received online,
and Envelope D received physically in the presence of the tenderer (s) / representatives who
choose to attend at the time, date and place specified in the Notice inviting tender.
6- (a) The authorized committee will prepare minutes of the pre qualification opening
and Shortlist/approve the qualified tenderers.
(b) Financial Bids shall be opened after technical evaluation and only qualified Bidders will be
opened.
7- The bidder must submit their incorporation documents along with PAN no. details.
8- If any document as required is not received as per the desired form then the Bidder will be
treated unqualified and his tender will not be opened.
9-(i) cess @ 1% (one percent) shall be deducted at source from every bill of the contractor under
Building and other construction for workers welfare, cess act 1996.
(ii) It is mandatory for the contractor(S) to get himself/themselves registered with C.G. Building &
other Construction welfare Board and “Karmchari Rajya Bima Yojna (ESIC) Govt.-India” for
their employees (in case of more than 10 employees) as soon as the work order is issued to
him/them for the work amounting to Rs. 10.00 (ten) lacs and above and submit a copy of the
same to the concern Executive Engineer. Otherwise no payment will be made under the
contract.
10- Technical Criteria
Intending tenderer shall be registered contractor with state of Chhattisgarh in class of
A contractor under appropriate categories.
AND
Intending tenderer should have completed satisfactorily following works during last five
years i.e after 27/12/2019, in any Central/State Government/Local Body/PSU’s as below: -
(a) One Similar work costing not less than INR 257.33 Lacs (50% cost of probable
amount of contract)
OR
(b) Two Similar works costing not less than INR 205.86 Lacs each. (two work of 40%
cost of probable amount of contract)
OR
B (c) Satisfactorily executing at least one similar work having received payment of value
not less than 60% (sixty percent 308.80 Lacs) of the value of probable amount of
contract as on date of submission of financial offer.
Note :
Similar work shall mean a single project of Bituminous Toping Road work along with
i . External Electrification work.
And
ii. R.C.C. Drain work.
in a single contract.
Note-2:
a) For the purpose, value of executed works and financial turnover shall be brought to current
costing level by enhancing the actual value of work at the rate of 10% per annum (compounded
annually), calculated from the date of completion to last date of receipt of applications for
tenders.

3
Certificates:
a) All tenderers should submit the valid Contractor registration certificate, Valid GST registration
certificate with copy of GST return As per mandatory list 'f' P. No. 2 balance sheet with profit and
loss account statement for at least 3 years duly certified by C.A.
b) The tenderers shall also submit satisfactory completion certificates in support of each quoted
experience along with work order. The satisfactory completion certificate should be signed by an
officer not below the rank of Executive Engineer concerned in case of Government department or
the rank of General Manager in case of public sector as the case may be.
c) Documents i.e, power of attorney for signing & submission of bids, Affidavit (In prescribed
Format – Annexure-11) & Integrity Pact and Integrity Agreement ( In Prescribed Format –
Annexure – 12) are to be submitted on non judicial stamp paper of Rs. 100/- duly notarized.
11)- Contractors are advised to go through the Notice Inviting tenders & the tender/P.Q. document thoroughly.
Certificates, annexures, enclosures as mentioned in the document will have to be submitted by the
tenders strictly in the prescribed format, at the time of submission of Technical/Financial Bid, failing
which the contractor shall disqualify for the work & his financial offer shall not be opened and no
representation, appeal or objection, what so ever in this regard shall be entertained, by the department.
12)- (a) [Link] reserves full rights to reject any or all the tenders without assigning any reason, and to
seek any further information about the tenderers. The selection shall be at the entire discretion of
CSIDC and the CSIDC's decision in this respect shall be final and binding. Further CSIDC reserves
right to split the contract in two or more parts. This shall be at the entire discretion of CSIDC and
CSIDC's decision in this matter shall be final and without appeal.
(b) The competent authority on behalf of CSIDC does not bind himself to accept the lowest or any other
tender, and reserves to himself the authority to reject any or all of the tenders received without the
assignment of a reason. All tenders in which any of the prescribed conditions is not fulfilled or any
condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.
13) (a) E-Tenders shall be valid for 120 (One Hundred Twenty) days from the last date of submission of the
tender. CSIDC will not be responsible for any costs or expenses incurred by Tenderers in connection
with the preparation or Online Tendering System. If any tenderer withdraws his tender beforethe said
period or issue of letter of acceptance/intent, whichever is earlier, or makes any modifications in the
terms and conditions of the tender which are not acceptable to the CSIDC, then the CSIDC shall,
without prejudice to any other right or remedy, be at liberty to forfeit entire amount of Earnest Money
as aforesaid.
(b) Any bidder, who has withdrawn his proposal or have been disqualified on the basis of the above clause,
shall not be eligible to submit the tender in the recall of such tender.
(C) Subletting of the contract or Joint Venture in any case shall not be allowed. In case subletting is
done
or proved during the contract, the work shall be closed at the stage as it is and the SD/Retention
money/any other deposits available with department shall be forfeited.
14) The intending tenderers are advised to attend the office (Udyog Bhawan during office hours to
Clarifications. Amendments if any shall be uploaded on the website and shall not be published
in any news paper.
15)- Period for completion of work is inclusive of rainy season.
16)- Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before
submitting their tenders, as to the nature of the ground and sub-soil (so far as is practicable), the form and
nature of the site, the means of access to the site, the accommodation they may require and in general,
shall themselves at their own cost obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect the execution of work and shall incorporate the cost of such
effects while quoting the tender, A tenderer shall be deemed to have full knowledge of the site whether
he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be
allowed, The tenderer shall be responsible for arranging and maintaining at his own cost all materials
tools & plants, water, electricity, access facilities for workers and on all other services required for
executing the work unless otherwise specifically provided in the contract documents. Submission of
tender by a tenderer implies that he has read this notice and all other contract documents and has made
himself aware of the scope and specifications of the work to be done and local conditions and other
factors having a bearing on the execution of the work.
17)- Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders
submitted by the contractors who resort to canvassing will be liable to rejection.

4
18)- The successful tenderer shall be required to execute an agreement on a non judicial stamp paper of
appropriate value with the Executive Engineer, CSIDC in the Proformas annexed to the tender
document, within 07 days of the issue of letter of acceptance/ award by the CSIDC. The cost of non
judicial stamp paper shall be borne by contractor. In the event of failure on the part of the successful
tenderer to sign the agreement within the specified period the entire earnest money will be forfeited and
tender shall be [Link] work.
19)- While submitting the tender online the contractor shall clearly and legibly write his full mailing address
including PIN code, Telephone/ mobile no./ Fax Numbers/ e-mail address etc for communication
purposes and shall inform the Engineer in Charge about any change from time to time in his postal/
mailing address. The communication shall be dispatched only at the contractor’s such latest informed
address and CSIDC shall in no way be responsible for non-receipt of correspondence by the contractor.
20)- If it is found that the contractor has misrepresented the facts or has attempted to secure or has secured the
work by misrepresenting the facts or by submitting false or forged documents then the Entire Earnest
Money submitted by the contractor and or the Performance Guarantee and/ or the Security Deposit as the
case may be, shall be liable to be absolutely forfeited and such contractor/ individuals shall also be liable
to be prosecuted for cheating/ forgery/ fraud etc as per law.
21) Bill of quantities is enclosed with tender document, the rate shall be quoted against each item
separately in figures as well as in words
During price Tender evaluation, the Employer will correct arithmetical errors on the following basis:
a) if there is a discrepancy between words and figures, following procedure shall be followed:
i. the unit price which correspond to the total price for the item worked out by the Tenderer shall be
followed;
ii. If the total price of an item is not worked out by the Tenderer or it does not correspond with the
rates written either in words or figures then the rate quoted by the Tenderer in words shall be taken
as correct.
b) if there is a discrepancy between the unit price and the total price that is obtained by multiplying the
unit price and quantity, the unit price shall prevail and the total price shall be corrected;
c) If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals
shall prevail and the total shall be corrected.
d) The unit wise amounts will be rounded to the nearest rupee
e) The tendered rates of items against which no rate or price is entered by the tenderer will be taken as
zero and the price of the same shall be deemed to have been covered by the rates/amount quoted in
other items.
22)- All royalties be paid by the contractor and also all tolls, duties, local and other levies including GST tax,
insurances & workman compensation act etc.
(23)- All taxes as applicable on date including GST shall be payable by the contractor. The rate quoted by
Contractor shall be deemed to have included all the applicable tax on date.
(24)- Contractor will be bound to follow CG Model rules relating to its water supply & sanitation in labour
camp.
(25)- The contractor shall pay not less than the minimum wages to labours engaged by him on the work.
(26) Department reserves the right to take up the work departmentally or to award any work on contract in the
vicinity without prejudice to the terms of contract.
(27)- Agency/contractor/firm/bidders not eligible to bid
a) CSIDC reserves the right to disallow issue of tender documents or summarily reject the bid of any
Agency/contractor/firm/bidder even through they meet the above criteria: against whom an action for
violation of its commitment(s) and obligation(s) has been taken and/or whose performance at ongoing
project (s) is below par and usually poor with records of poor performance such as abandoning the work,
rescinding of contract for which the reasons are attributable to the non-performance of the contractor;
made misleading or false representation in the form, statements submitted; consistent history of litigation
awarded against them or financial failure due to bankruptcy.
b) Those, who have earlier abandoned work in CSIDC or those who have not completed any work assigned
to incorporation them after its award during last 3 years shall not be eligible to bid for this project.
c) All Agency/contractor/firm/bidders shall include the information and documents regarding any pending
and/or history of contract litigation/arbitration for last three (3) years , in which they are involved,
5
disputed amount and contract litigation or arbitration awarded. Consistent history of awards against the
Agency/contractor/firm/bidders or habitual litigation/may Consider ineligible for bidding.
d) The Agency/contractor/firm/bidder whose E.M.D. has been forfeited due to their failure to deposit
performance Guarantee after issue of letter of acceptance during last three year shall not be eligible to bid
for the project.
e) The already blacklisted/ debarred Agency/contractor/firm/bidders are not eligible to participate in the
tender process and their bids shall be rejected summarily.
f) The Agency/contractor/firm/bidders should not be currently blacklisted or deregistered for forgery,
misrepresentation or supplying of sub-standard quality products(s) for which the bid is being submitted”.

(28)- Any damages of Nigam properties like pipe line, Electric cable , street light pole etc. are the
responsibility of contractor to maintain during the execution of work in his own cost.
(29)- ,usDtj 10 esa mYysf[kr VwYl ,.M IykaV~l Loa; ds LokfeRo dk gks] ftldk izek.k i=
dk;Zikyu vfHk;ark led{k }kjk tkjh fd;k x;k gksA ftlesa tkod Øekad ,oa fnukad vafdr
fd;k x;k gks] tkjh fd;k x;k izek.k i= fufonk tkjh fnukad ls nks o"kZ ls vf/kd vof/k dk
gksus ij ekU; ugha fd;k tkosxkA
;fn mDr mYysf[kr VwYl ,.M IykaVl fdjk;s ij fy;s tkrs gS rks jkf'k :- 100-00 ds Hkkjrh;
xSj U;kf;d LVkEi isij ¼uksVjh ls lR;kfir½ ij fd;s tkus okys fdjk;sukek vuqca/k i= tks blh
dk;Z ds fy, tkjh fd;k x;k gks] ftlesa miyC/k mDr vko';d e'khuksa dk Li"V :i ls
mYys[k gks ,oa ftlls fdjk;kukek vuqca/k fu"ikfnr fd;k x;k gks ml ,tsalh dk VwYl ,.M
IykaV~l dk LokfeRo dk lR;kiu dk;Zikyu vfHk;ark ;k led{k }kjk tkod Øekad ,oa fnukad
vafdr lfgr tkjh fd;k x;k gks ¼tkjh fd;k x;k izek.k i= fufonk tkjh fnukad ls nks o"kZ ls
vf/kd vof/k dk gksus ij ekU; ugh fd;k tkosxk½ vFkok Vwy ,.M IykaV~l ds LokfeRo ds lanHkZ
esa Copy of Invoice/RTO Registration dh lR;kfir izfr@izek.k i= layXu fd;k tkuk vko';d
gksxkA mijksDr ds vHkko esa Bsdsnkj dh vugZrk ekurs gq;s fufonk ugh [kksyh tkosxhA
All the contractors are required to submit Envelope D physically containing the following
Documents:
1. Original Instrument of Earnest Money Deposit (E.M.D.) in favour of M.D. CSIDC, Raipur.
2. Original Cost of tender document in the form of DD in favour of M.D. CSIDC, Raipur.
3. Original Notarized Affidavit in the prescribed format on Rs. 100/- non Judicial stamp
paper. [Attached on Annexure-11]
4. Original Notarized Power of Attorney in Rs.100/- (Rupees hundred only) Non judicial
Stamp Paper.
5. Integrity Pact & Integrity Agreement in the prescribed format on Rs. 100/- non Judicial
stamp paper duly notarized. [Attached on Annexure-12]
Envelope “D” should be submitted only through Registered Post/Speed Post so as to reach in the
office of Executive Engineer, Division-IV, CSIDC, Second Floor, Udyog Bhawan, Ring Road No-1,
Telibandha Raipur (C.G.) Pin 492006. upto the date and time mentioned above Key Notes. For any
postal delay the department shall not be responsible.
Note:- Annexure 01 to 12 enclose.

Executive Engineer
Division-04
CSIDC, Raipur (C.G.)

Note: - 1. All eligible/interested contractors are mandated to get enrolled on the e Procurement
portal ([Link] in order to download the tender documents
and participate in the subsequent bidding process.

2. For any other queries regarding online registration on the above mentioned website

6
please get in touch with e-Procurement system integrator, M/[Link] Services
Limited, Raipur – 492 001 on Toll free 1800 258 2502 or email
[Link]@[Link].

3. All Documents related to Tender are to be submitted by Tenderers online only. In


Addition EMD and Affidavit should be submitted in original through speed post/
registered post only, failing which the tenderer can not participate in the bidding.

4- fufonkdkj }kjk vgZrk 'krksZ dh iwfrZ@lk{; gsrq vko';d nLrkost ¼vuSDtj 01 ls 12 esa nh xbZ
tkudkjh ds leFkZu esa½ oS| th,lVh] oS/k cSad lkYosalh vkfn vkWu ykbZu ds ek/;e ls izLrqr djuk
vfuok;Z gSA O;fDrxr :i ls dksbZ nLrkost xzkg; ugh fd;k tkosxkA
5 fufonk dh VsfDudy fcM [kksyus dh fu/kkZfjr frfFk ,oa le; ij lacaf/kr fufonkdjksa dh
mifLFkfr visf{kr gS] rkfd os vugZ gksrs gS] rks mlh fnu mUgs lwpuk nh tk lds] vkSj os
vugZrk ds laca/k esa viuk i{k mlh fnu j[k ldsa ;fn os mDr le; ij mifLFkr ugh gksrs gS]
rks Hkfo"; esa muds }kjk yh xbZ fdlh vkifRr ;k muds }kjk izLrqr dksbZ vH;kosnu ekU; ugh
gksxkA

7
Chhattisgarh State Industrial Development
Corporation Limited
(A Government of Chhattisgarh Undertaking)
First Floor, Udyog Bhawan, Ring Road No.-1, Telibandha, Raipur- 492006 (C.G.)

Pre qualification document

for

Name of Work : Up-gradation of Infrastructure like B.T. Roads, R.C.C. Drain, R.C.C.
Culverts and Solar LED Street Light etc. at Industrial Area
Harinchhapara Distt. Kabirdham (C.G.)

Probable Amount of Contract – Rs. 514.66 Lacs

Issued by

..............................

8
Issued to: ………………………………………………………………

………………………………………….……………………

………………………………………………………………..

Name of Work: - Up-gradation of Infrastructure like B.T. Roads, R.C.C. Drain, R.C.C.
Culverts and Solar LED Street Light etc. at Industrial Area
Harinchhapara Distt. Kabirdham (C.G.)

Probable amount of contract: Rs. 514.66 Lacs.

Time allowed for Completion: 09 (Nine) Months including rainy season

Date of issue of Pre qualification and tender form :-

Executive Engineer
Division-04
CSIDC, Raipur (C.G.)

9
1 (a) Each tenderer must enclose.
(i) Copy of certificate in respect of Income Tax return, Balance sheet Profit & Loss
Account including audit report of Chartered Accountant for the last 3 years.
(i.e. 2021-22, 2022-23 & 2023-24)
(ii) Other certificates as required by department
(iii) An affidavit that all the information furnished with the pre qualification
document is correct in all respects; and
(b) Each tenderer MUST submit detail information regarding –
(i) Availability for construction Plants and machineries, Key equipments required
for establishing laboratories to perform mandatory tests at the prescribed
frequency owned/lease/on hire, as stated in the enclosed list
(ii)
Availability of consultancy firm/technical personals for construction supervision
and quality control of the work as stated in the enclosed list
2 Tenderer who meets the minimum qualification criteria will be qualified only if their
available bid capacity for construction work is equal to or more than the probable
amount of contract. The available bid capacity will be calculated as under:
PQ MORE THAN 5 CRORE
Assessed Available Bid capacity = (A*N*M - B)
where,
A = Maximum value of all civil engineering work executed in “ any one
financial year” during the last five year (updated to the price level at the current
financial year at the compounded rate of 10% (Ten percent)a year taking into
account the completed as well as work in progress.
N = Number of years prescribed for completion of the works for which tender is invited
(period up to 6 months to be taken as half-year and more than 6 months as one
year). Any period beyond 12 months, the period actually mentioned in the N.I.T.
shall be considered.
M = 2.5
B = Value, of existing commitments and on-going works be completed during the
period of completion of the work for which tender is invited (period up to 6 months
to be taken as half-year and more than 6 months as one year). Any period beyond
12 months, the period actually mentioned in the N.I.T. shall be considered.
Note: The statements showing the value of existing commitments and on-going works, as
well as the stipulated period of completion remaining, for each of the works so
listed should be countersigned by the Engineer-in-charge, not below the rank of an
Executive Engineer or equivalent.
4 Even though the tenderer meet the above qualifying criteria, they are subject to
be disqualified if they have:
(i) Made misleading, incorrect or false representations in the forms, statements,
affidavits and attachments submitted in proof of the qualification requirements.
And/or
(ii) Record of poor performance such as abandoning the works, not properly completing
the contract, unsatisfactory quality of work, inordinate delays in completion, claim
and litigation history, or financial failures etc in any department of Govt. of
Chhattisgarh or the state Govt. corporations etc.(by whatever names these are called)
within State territory of Chhattisgarh.

10
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-1

5 Qualification Information

1.1 Constitution or legal status of


Bidder[attach copy]
Place of registration of Firm/
Company (in case of other
than individuals)

Principal place of business:

Name of Power of attorney


holder of signatory of Bid
(bidder)[attach copy]

1.2 Total annual volume of (Rs. in crores)


civil engineering Financial “Civil engineering Add for Total
indexing
construction work Year construction work”
executed and payments Turn over in the year
received each year in the 2020-21 1.61
immediate five years
preceding the year in 2021-22 1.46
which tenders are invited.
(Attach certificate issued 2022-23 1.33
by Engineer in Chief’s
PWD committee) indexed 2023-24 1.21
@ 10% (ten percent)
compounded per year. 2024-25 1.10

Note: -

1.1 Proprietary firm, partnership firm, company with the certificate of registration by
registrar /article and Memorandum of Association with Certificate of Incorporation.

1.2 Mention and highlights the year, which the tenderer considers for evaluation for the
Committe

11
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-2

Information regarding minimum one similar work , performed by Prime Contractor.


(i) One Work completed as similar work during last five years
(ii) Or being executing one such similar work

[Link] Project Name Name of Value of Contract Date of Stipulated Actual Date Remarks
. Employer contract No. Issue of Date of of Value of Remarks explaining reasons for
Work Completion Completion work done Delay, if any; and the amount of
Order deductions due to delay also
mention if any claim or dispute is
pending in any forum.

1 2 3 4 5 6 7 8 9 10

Note: (i) Attach certificates from the Engineer in charge not below the rank of Executive Engineer or equivalent
(iii) Tenderer may attach certified copies of work order and completion certificate issued by Engineer in charge not below the rank of Executive Engineer

12
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-3

Work performed by Prime Contractor on all classes of Civil Engineering Construction Works over the last five years

Year wise value of work done as per certificate of Remarks explaining


employer reasons for Delay, if any;
Date of Issue Stipulated Actual Date Rs. In Lacs and the amount of
Project Name of Description Value of
[Link]. Contract No. of Work Date of of deductions due to delay
Name Employer of work contract
Order Completion Completion also mention if any claim
or dispute is pending in
any forum.
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

Note:
(i) Attach certificates issued by the competent authority of the Department.
(ii) T.D.S. or other certificate shall not be considered for calculation of bid capacity .

13
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-4

Existing commitments and on going all classes of civil engineering construction works , by the Prime Contractor

Name & Stipulated Value of work Probable value of Anticipated months


Value of Date of
Descript Contract address Stipulated period of Anticipat done up to date works remaining required for
Project contract( Issue of ed date of issue of to be completed completion of Value of claims or dispute
[Link] ion of No of the Date of completio of
Name Rs. Work n in N.I.T.(Rs. (Rs. Lakhs) ** balance works if any, pending
work &Year employe Completion completi
Lakhs). Order months Lakhs)**
r on **
1 2 3 4 5 6 7 8 9 10 11 12 13 14

Note: (i) ** Enclose certificates from Engineer(s) in charge (Not below the rank of Executive Engineer or equivalent) for value of work remaining to be completed,
value of work done, anticipated date of completion.
(ii) Tenderer may attach certified copies of work order issued by Engineer in charge not below the rank of Executive Engineer

14
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-5

Availability of Major items of Contractor's Equipment proposed for carrying out the
Works. List all information requested below.

Nos. No. of
Descriptio Condition If these are
(i)Owned, equipments
n, make, (new, in use in
Total (ii) leased, proposed to
Item of and age good, some
number (iii) hire be utilised
Equipment (Years), poor) and work,
available or in this work
and number mention
(iv) to be (Out of total
capacity available the details.
purchased Nos.)
1 2 3 4 5 6 7

Note :- Enclosed the certificate for owned, leased and hiring of above plant and machineries.

15
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-6

Qualifications of consultants/each technical personnel proposed for the Contract.

Date from Years of experience


which they
Qualifi
Position Name are working in Remark
cation Road Building Bridge
the bidders Works
Others
Works works
organisation
1 2 3 4 5(a) 5(b) 5(c) 5(d) 6

Note :-1- If any personnel is proposed to be engaged, furnish details here under:- (if
necessary use separate sheet for each –for C.V.)(Enclose certificates)
2-If any technical persons are to be changed during the construction periods, than it can be
changed with prior intimation to the Engineer in charge.

16
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-7

Financial reports for the immediate previous Three years: balance sheets, profit and loss
statements, audited auditors' reports, etc., list below and attach copies.
Year Income Tax Balance Profit & Reserve Net Auditors Other
Clearance Sheet loss brought credit ’ informa
Certificate statements forward Balance Report tion if
in any if any the
[for debit bidder
show (-)] wishes
to
submit
1 2 3 4 5 6 7 8

17
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-8

Information on current claims, arbitration, litigation in which the Bidder is involved.

Where Litigation
Brief of cause of
pending (in the
Agt. No. date claims, arbitration Amount
Name of department/Court/a
Sl. No. year and /dispute (give involved/
Other party(s) rbitration) (mention
Deptt. reference of claimed
Deptt./Court
contract details )
/Arbitration)

Can use separate sheets for each agreements if necessary.

18
PQ DOC. MORE THAN 5 CRORE

Annexure-9

List of key plant & Equipment to be deployed on Contract Work


(Building/Bridge) to be filled by the superintending Engineer as per their
requirements

Sl. Type of Equipment Maximum age as on 1.1.2017 No. Required


(years)
1 Bar Bending Machine 5 1 No.
2 Bar Cutting Machine 5 1 No.
3 Drilling Machine 3 3 No.
4 Cube Testing Machine 3 1 No.
5 Steel Scaffolding 5 For shuttring of 2000
sqm.
6 Steel Shuttering 2 2000 Sq.
7 Grinding/Polishing 3 1 No.
Machine
8 Concrete Mixer with 5 3 No.
integral weigh batching
facility
9 Diesel Generator 200 KVA 1 No.
10 Concreate crain 5 1 No.
11 Needle vibrator 5 02 Nos.
12 Plate vibrator 5 4 Nos.
13 Transit Mixture 3 Nos
14 Cube Mould 12 Nos
150 x 150 x150 mm
Total

19
PQ DOC. MORE THAN 5 CRORE

ANNEXURE-10

List of key plant & Equipment to be deployed on Contract Work (Roads)

Sl. Type of Equipment Contract Package Size


From Rs. 5 From Rs. 11 From Rs. From Rs..51
Crores to Crores to Rs.30 31Crores to Crores &
Rs.10 Crores Crores Rs.50 Crores above
1 2 3 4 5 6
1 60 ?k-eh- çfr ?kaVk dh fcV`feu
gkWV feDl IykaV 1 No
2 esdsfudy isoj fQfu'kj e'khu 1 No
3 okczsVjh jksyj 1 No
4 LewFk Oghy jksyj 1 No
5 cSdgks yksMj ¼ts-lh-ch-½ 2 No
6 MEij@VhIij 4 No
7 okVj VSadj 2 No
8 fMty tujsVj 1 No
of 100 KVA
9 D;wc VsfLVax e'khu 01 No
10 fufMy ok;cjsVj 02 Nos
11 Cube Mould 12 Nos
150 x 150 x150 mm

ukssV %& mDr mYysf[kr VwYl ,.M IykaVl~ Loa; ds LokfeRo dk gks] ftldk izek.k i= dk;Zikyu
vfHk;ark }kjk tkjh fd;k x;k gks] ftlesa tkod Øekad ,oa fnukad vafdr fd;k x;k gks] tkjh fd;k x;k
izek.k i= fufonk tkjh fnukad ls nks o"kZ ls vf/kd vof/k dk gksus ij ekU; ugha fd;k tkosxkA
;fn mDr mYysf[kr VwYl ,.M IykaVl fdjk;s ij fy;s tkrs gS rks jkf'k :- 100-00 ds
Hkkjrh; xSj U;kf;d LVkEi isij ¼uksVjh ls lR;kfir ½ ij fd;s tkus okys fdjk;sukek vuqca/k i= tks blh
dk;Z ds fy, tkjh fd;k x;k gks] ftlesa miyC/k mDr vko';d e'khuksa dk Li"V :i ls mYys[k gks ,oa
ftlls fdjk;kukek vuqca/k fu"ikfnr fd;k x;k gks ml ,tsalh dk VwYl ,.M IykaV~l dk LokfeRo dk
lR;kiu dk;Zikyu vfHk;ark }kjk tkod Øekad ,oa fnukad vafdr lfgr tkjh fd;k x;k gks ¼tkjh fd;k
x;k izek.k i= fufonk tkjh fnukad ls nks o"kZ ls vf/kd vof/k dk gksus ij ekU; ugh fd;k tkosxk½ vFkok
Vwy ,.M IykaV~l ds LokfeRo ds lanHkZ esa Copy of Invoice / RTO Registration dh lR;kfir izfr@izek.k
i= layXu fd;k tkuk vko';d gksxkA mijksDr ds vHkko esa Bsdsnkj dh vugZrk ekurs gq;s fufonk ugh
[kksyh tkosxhA

20
Annexure-11
Affidavit

I………………………………S/o…………………………………………………...
Aged………years………resident…………………………………..of…………………… .
.…………(address……………………………………………………………………..)
(For and on behalf of…………………………………………………..…..), do here by and
herewith solemnly affirm / state on oath that : -
1. All documents and Information's furnished are correct in all respects to the best of my
knowledge and belief .
2. I have not suppressed or omitted any information as is required.
3. I am/we are/ none of our partner or director is neither black listed nor debarred by Govt.
of India/Other State Govt. Departments/Chhattisgarh State [Link] / Semi
Govt. Departments. (C.G. & Other Govt.)
4. I do here by and herewith solemnly affirm/state on oath that all information furnished in
annexure 5 is correct. Plants & machineries shown in said annexure are hired
/leased/owned by me/our firm/our company. Plants & machineries which are shown in
the said annexure of P.Q. document will be deployed on the work before 15 days of start
of the activity (requiring the use of plant/machinery) as mentioned in work programme
given by me/our firm/our company.
5. I do here by and herewith solemnly affirm/state on oath that all information furnished in
annexure 6 is correct. Techinical persons shown in said annexure are employed with
me/our firm/our company. Technical persons which are not shown in the said annexure,
but required as per annexure 11 will be arranged by me before signing the agreement,
when work is alloted to me/our firm/our company.

6. I hereby authorize the CSIDC Officials to get all the documents verified from appropriate
source(s).

Deponent
(……………………………..)
Authorized signatory /
for and on behalf of
……………………
(affix seal)

Verification
I………………………………S/o………………………………. do here by affirm that the
contents stated in Para 1 to 6 above are true to the best of my knowledge and believe and
are based on my / our record.
Verified that this…………….. date of …………………200…at (Place)……………….
Seal of attestation by a Public Deponent
Notary with date (……………………………..)
Authorized signature /
for and on behalf of………………………..
(affix seal)

21
ANNEXURE: -12

PRE- CONTRACT INTEGRITY PACT


1. General
1.1 This pre bid-contract Agreement (hereinafter called the Integrity Pact) is made on ………the
day of the month of ………..20……………., between the Government Of Chhattisgarh,
acting through Shri……………………………….(Designation of the Officer, Department)
Government Of Chhattisgarh (hereinafter called the “BUYER” which expression shall mean
and include, unless the context otherwise requires, his successors in the office and assigns) and
the First Party, proposes to procure( name of the Store/ Equipment/ Work/ Service) and M/s
……………………………….represented by Shri
…………………………………………..Chief Executive Officer (hereinafter called the
“BIDDER/SELLER” which expression shall mean and include, unless the context otherwise
requires his successors an permitted assigns ) of the Second Party, is willing to offer / has
offered.

1.2 WHEREAS the BIDDER is a Private company/Public company/Government


undertaking/Partnership/Registered Export Agency, constituted in accordance with the relevant
law in the matter and the BUYER is a Ministry/Department of the Government, performing its
functions on behalf of Government Of Chhattisgarh

2. OBJECTIVES
NOW THEREFORE, the BUYER and the BIDDER agree to enter into this pre- contract
agreement, hereinafter referred to as Integrity Pact, to avoid all forms of corruption by following a
system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and
subsequent to the contract to be entered into with a view to:-
2.1 Enabling the BUYER to obtain the desired Stores/ Equipment/ Work/ Service at a competitive
price in conformity with the defined specifications by avoiding the high cost and the
distortionary impact of corruption on public procurement, and

2.2 Enabling BIDDERs to abstain from bribing or indulging in any corrupt practices in order to
secure the contract by providing assurance to them that their competitors will also abstain from
bribing any corrupt practices and the BUYER will commit to prevent corruption, in any form,
by its officials by following transparent procedures.

3. COMMITMENTS OF THE BUYER


The BUYER Commits itself to the following:
3.1 The BUYER undertakes that no official of the BUYER, connected directly or indirectly
with the contract, will demand, take promise for or accept, directly or through
intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial
benefit or any other advantage from the BIDDER, either for themselves or for any person,
organization or third party related to the contract in exchange for an advantage in the
bidding process, bid evaluation, contracting or implementation process related to the
Contract.

3.2 The BUYER will, during the pre-contract stage, treat BIDDERs alike, and will provide to
all BIDDERs the same information and will not provide any such information to any
particular BIDDER which could afford an advantage to that particular BIDDER in
comparison to other BIDDERs.

22
3.3 All the officials of the BUYER will report to the appropriate Government office any
attempted or completed breaches of the above commitments as well as any substantial
suspicion of such a breach.

In case of any such preceding misconduct on the part of such official(s) is reported by the
BIDDER to the BUYER with the full and verifiable facts and the same is prima facie
found to be correct by the BUYER, necessary disciplinary proceedings, or any other action
as deemed fit, including criminal proceedings may be initiated by the BUYER and such a
person shall be debarred from further dealings related to the contract process. In such a
case while an enquiry is being conducted by the BUYER the proceedings under the
contract would not be stalled.
4. COMMITMENTS OF BIDDERS
The BIDDER commits himself to take all measures necessary to prevent corrupt practices,
unfair means an illegal activities during any stage of its bid or during any pre-contract or post-
contract stage in order to secure the contract or in furtherance to secure it and in particular
commits itself to the following:
4. 1 The BIDDER will not offer, directly or through intermediaries, any bribe, gift,
consideration, reward, favour, any material or immaterial benefit or other advantage,
commission, fees, brokerage or inducement to any official of the BUYER, connected
directly or indirectly with the bidding process, or to any person, organization or third party
related to the contract in exchange for any advantage in bidding, evaluation, contracting
and implementation of the Contract.

4. 2 The BIDDER further undertakes that it has not given, offered or promised to give,
directly or indirectly any bribe, gift, consideration, reward, favour, any material or
immaterial benefit or other advantage, commission, fees, brokerage or inducement to any
official of the BUYER or otherwise in procuring the Contract of forbearing to do or having
done any act in relation to the obtaining or execution of the Contract or any other Contract
with the Government for showing or forbearing to show favour or disfavour to any person
in relation to the Contract or any other Contract with the Government.

4. 3 The BIDDER further confirms and declares to the BUYER that the BIDDER is the
original Manufacturer/Integrator/Authorized government sponsored export entity of the
stores and has not engaged any individual or firm or company whether Indian or foreign to
intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries,
whether officially or unofficially to the award of the contract to the BIDDER, nor has any
amount been paid, promised or intended to be paid to any such individual, firm or company
in respect of any such intercession, facilitation or recommendation.

4. 4 The BIDDER, either while presenting the bid or during pre- contract negotiations or
before signing the contract, shall disclose any payment he has made, is committed to or
intends to make to officials of the BUYER or their family members, agents, brokers or any
other intermediaries in connection with the contract and the details of services agreed upon
for such payments.
4. 5 The BIDDER will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.
4. 6 The BIDDER will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.

23
4. 7 The BIDDER shall not use improperly, for purposes of competition or personal gain,
or pass on to others, any information provided by the BUYER as part of the business
relationship, regarding plans, technical proposals and business details, including
information contained in any electronic data carrier. The BIDDER also undertakes to
exercise due and adequate care lest any such information is divulged.
4. 8 The BIDDER commits to refrain from giving any complaint directly or through any
other manner without supporting it with full and verifiable facts.
4. 9 The BIDDER shall not instigate or cause to instigate any third person to commit any of
the acts mentioned above.
5. PREVIOUS TRANSGRESSION
5. 1 The BIDDER declares that no previous transgression occurred in the last three years
immediately before signing of this Integrity Pact, with any other company in any country in
respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise
in India or any Government Department in India that could justify BIDDER’s exclusion
from the tender process.
5. 2 If the BIDDER makes incorrect statement on this subject, BIDDER can be disqualified
from the tender process or the contract, if already awarded, can be terminated for such
reason.
6. EARNEST MONEY/SECURITY DEPOSIT
6.1 Every BIDDER, while submitting commercial bid, shall deposit an amount as specified
in the RFP as Earnest Money/Security Deposit, with the BUYER through any of the
following instruments:-
i. Bank Draft or a Pay Order in favour of the ………………………………..,
ii. A confirmed guarantee by an Indian Nationalized Bank, promising payment of the
guaranteed sum to the ………………………………..
(BUYER),……………………………. on demand within three working days without any
demur whatsoever and without seeking any reasons whatsoever. The demand for payment
by the BUYER shall be treated as conclusive proof for payment.
iii. Any other mode or through any other instrument (to be specified in the RFP).
6.2 The Earnest Money/Security Deposit shall be valid upto a period of five years or the
complete conclusion of the contractual obligations to complete satisfaction of both the
BIDDER and BUYER, including warranty period, whichever is later.
6.3 In the case of successful BIDDER a clause would also be incorporated in the Article
pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions
for Violation shall be applicable for forfeiture of Performance Bond in case of a decision
by the BUYER to forfeit the same without assigning any reason for imposing sanction for
violation of this pact.
6.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security
Deposit for the period of its currency.
7. SANCTIONS FOR VIOLATION
7. 1 Any breach of the aforesaid provisions by the BIDDER or any one employed by it or
acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle
the BUYER to take all or any one of the following actions, wherever required:

(i) To immediately call off the pre-contract negotiations without assigning any reason or
giving any compensation to the BIDDER. However, the proceedings with the other
BIDDER(s) would continue.

24
(ii) To forfeit either fully or partially the Earnest Money Deposit (in Pre- Contract stage)
and/or Security Deposit/Performance Bond (after the contract is signed), as decided by the
BUYER and the BUYER shall not be required to assign any reason therefore.
(iii) To immediately cancel the contract, if already signed, without giving any compensation to
the BIDDER.
(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with
interest thereon at 2% higher than the prevailing Prime Lending Rate, while in case of a
BIDDER from a country other than India with interest thereon at 2% higher than the
LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection
with any other contract such outstanding payment could also be utilized to recover the
aforesaid sum and interest.
(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished
by the BIDDER, in order to recover the payments, already made by the BUYER, along
with interest.
(vi) To cancel all or any other Contracts with the BIDDER and the BIDDER shall be liable to
pay compensation for any loss or damage to the BUYER resulting from such cancellation/
rescission and the BUYER shall be entitled to deduct the amount so payable from the
money(s) due to the BIDDER.
(vii) To debar the BIDDER from participating in future Bidding processes of the Government
of Chhattisgarh for a minimum period of five years, which may be further extended at the
discretion of the BUYER.
(viii) To recover all sums paid in violation of this Pact by BIDDER(s) to any middleman or
agent or broker with a view to securing the contract.
(ix) In cases where irrevocable Letters of Credit have been received in respect of any contract
signed by the BUYER with the BIDDER, the same shall not be opened.
(x) If the BIDDER or any employee of the BIDDER or any person acting on behalf of the
BIDDER, either directly or indirectly, is closely related to any of the officers of the
BUYER, or alternatively, if any close relative of an officer of the BUYER has financial
interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the
time of filing of tender. Any failure to disclose the interest involved shall entitle the
BUYER to rescind the contract without payment of any compensation to the BIDDER.
The term ‘close relative’ for this purpose would mean spouse whether residing with the
Government servant or not, but not include a spouse separated from the Government
servant by a decree or order of a competent court; son or daughter or step son or step
daughter and wholly dependent upon Government servant, but does not include a child or
step child who is no longer in any way dependent upon the Government servant or of
whose custody the Government servant has been deprived of by or under any law; any
other person related, whether by blood or marriage, to the Government servant or to the
Government servant’s wife or husband and wholly dependent upon Government servant.
(xi) The BIDDER shall not lend to or borrow any money from or enter into any monetary
dealings or transactions, directly or indirectly, with any employee of the BUYER, and if he
does so, the BUYER shall be entitled forthwith to rescind the contract and all other
contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss
or damage to the BUYER resulting from such rescission and the BUYER shall be entitled
to deduct the amount so payable from the money(s) due to the BIDDER.
7.2) The decision of the BUYER to the effect that a breach of the provisions of this Pact has
been committed by the BIDDER shall be final and conclusive on the BIDDER. However,
the BIDDER can approach the Monitor(s) appointed for the purposes of this Pact.
8. FALL CLAUSE
8. 1 The BIDDER undertakes that if has not supplied/is not supplying similar products/
systems or subsystems at a price lower than that offered in the present bid in respect of any
other Department of the Government of Chhattisgarh or PSU and if it is found at any stage
that similar products/ system or sub-system was supplied by the BIDDER to any other
25
Department of the Government of Chhattisgarh or a PSU at a lower price, then that very
price, with due allowances for elapsed time, will be applicable to the present case and the
difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has
already been concluded.

9. INDEPENDENT MONITORS
9. 1 The BUYER will appoint Independent Monitors (hereinafter referred to as Monitors) for
this Pact.
9. 2 The task of the Monitors shall be to review independently and objectively, whether and to
what extent the parties comply with the obligations under this Pact.
9. 3 The Monitors shall not be subject to instructions by the representatives of the parties and
perform their functions neutrally and independently.
9. 4 Both the parties accept that the Monitors have the right to access all the documents relating
to the project/procurement, including minutes of meetings. The Monitor shall be under
contractual obligation to treat the information and documents of the
BIDDER/Subcontractor(s) with confidentiality.
9. 5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so
inform the Authority designated by the BUYER.
9. 6 The Monitor will submit a written report to the designated Authority of BUYER/Secretary
in the Department/ within 8 to 10 weeks from the date of reference or intimation to him by
the BUYER/BIDDER and, should the occasion arise, submit proposals for correcting
problematic situations.
10. FACILITATION OF INVESTIGATION
In case of any allegation of violation of any provisions of this Pact or payment of
commission, the BUYER or its agencies shall be entitled to examine all the documents
including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary
information of the relevant documents and shall extend all possible help for the purpose of
such examination.
11. LAW AND PLACE OF JURISDICTION
This Pact is subject to Indian Law, The place of performance and jurisdiction shall be the
seat of the BUYER.
12. OTHER LEGAL ACTIONS
The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provisions of the any other law in force relating to
any civil or criminal proceedings.
13. VALIDITY
13. 1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5 years
or the complete execution of the contract to the satisfaction of both the BUYER and the
BIDDER/Seller, whichever is later. In case BIDDER is unsuccessful, this integrity Pact
shall expire after six months from the date of the signing of the contract.
13. 2 If one or several provisions of this Pact turn out to be invalid, the remainder of this Pact
shall remain valid. In this case, the parties will strive to come to an agreement to their
original intentions.
14. The Parties hereby sign this Integrity Pact at __________ on ______________ .

BUYER BIDDER

Name of the Officer CHIEF EXECUTIVE OFFICER

26
Designation
Department/ PSU

Witness Witness

1…………………………. 1…………………………………..

…………………………… ……………………………………

2…………………………. 2………………………………….

…………………………… ……………………………………

27
LIST OF ANNEXURES
1. Annexure -1 :- Qualification information
2. Annexure -2 :- Information regarding minimum one similar work, performed by prime contractor
3. Annexure -3 :- Work performed by prime contractor on all classes of civil engineering construction
works over the last five years
4. Annexure -4 :- Existing commitment and ongoing all classes of civil engineering construction works, by
the prime contractor
5. Annexure -5 :- Availability of major item of contractor’s Equipment proposed for carrying out the
works.
6. Annexure -6 :- Qualification of consultants/ each technical personnel proposed for the contract.
7. Annexure -7 :- Financial reports for immediate previous three years balance sheet Profit & loss
statement, audited auditors reports etc.
8. Annexure -8 :- Information on current claims arbitration, litigation in which the Bidder is involved.
9. Annexure -9 :- List of key plant & Equipment to be deployed on Contract work (Building/Bridge) to be
filled by the executive engineer as per their requirements. (Canceled)
10. Annexure -10 :- List of key plant & equipment to be deployed on contract work (Roads)
11. Annexure -11 :- Affidavit
12. Annexure -12 :- Pre Contract Integrity Pact

28
APPROVED MAKE LIST FOR ELECTRICAL WORKS

Sr. Item Approved Make (As required)


No.
1. LT Panel boards CPRI certified panel manufacturer with components
of approved makes.
2. MCCB Schneider, L&T, ABB, Siemens, Legrand(Only for
MCCB Distribution Boards), Mitsubhishi
3. SDF/ SDFU L&T, Simens, Schneider, ABB
4. Starters, Timer & Contactors Siemens, L&T, Schneider, C&S, ABB, BCH
5. Push Buttons Schneider, Siemens, L&T, BCH, C&S, Teknic
6. Indicating lamps (LED type) Teknic, Schneider, Siemens, L&T, BCH, C&S
7. Numerical Relays Siemens, L&T, ABB, GE, Schneider, Alstom
8. Synchronization relays Deif, Woodward
9. APFC relay* ABB, Beluk, Epcos
10. Indicating meters (Analogue) AE, MECO, L&T, Rishab
11. TOD meter L&T, Schnieder, Secure
12. Digital meters L&T, ABB, Siemens, Schneider, Socomec, Secure,
Elmeasure
13. Current Transformer & Potential AE, Intrans, Kappa, L&T, Rishab, ResiTech
Transformer Electricals, PGR Powertech, Pragati, Newtek
Electricals
14. Selector switches Tecnic, Kaycee, L&T
15. UPS (above and including 10kVA) Socomec, Emerson, Schneider by APC, Reilo,
Numeric, GE
16. Battery Charger Waves, HBL, Amararaja, Dubas
17. SMF/VRLA Batteries Exide, Amara Raja, HBL
18. Sandwich Bus duct L & T, Godrej,Schneider, C&S
19. 1.1 kV grade XLPE insulated PVC KEI, Polycab, Havells, Gloster, Finolex, R.R. Kabel
sheathed Al./ Cu. Cable
20. 660/1100 volt grade stranded Finolex, RR Kabel, Lapp Kabel, Polycab, Havell’s
unsheathed wire with copper
conductor
21. Cable glands, lugs, End termination Lapp Kabel, Gripwel, HMI, Denson, Multipressings,
kits Yamuna Gasses, Dowels, Comet

22. Anchor Fastener Hilti, Fischer


23. GI Cable tray Indiana / Steelite / Rico Steel / Profab Engg /OBO/
Legrand, fixotech
24. Modular type switches, sockets, Honeywell (Blenze), Wipro-North West (Nowa) ,
bell push, fan regulator etc-Medium Legrand (Myrius), Kolors (krest),Crabtree (Athena),
range Anchor by Panasonic (Roma Plus)
25. Metalclad plug/socket/Decontactor Legrand, Schneider, L&T
26. Thermoplastic receptacles & Mennekes, Hensel Walther, Schneider, Scame
Decontactor
27. MCB, RCCB Legrand, Siemens, Hager, Schnedier, L&T, ABB
28. MCB Distribution Boards Legrand,Siemens, Hager, Schneider,L&T,ABB
29. Ceiling fans/Wall fans Usha, Crompton, Orient, Khaitan
30. Exhaust fans Almonard, Crompton, Khaitan

31. Ventilating fans Greenheck, Ostberg, System Air, Kruger


32. PVC Conduit and accessories/ Precision , Clipsal, Lappkabel, Balco, Konseal,
29
Sr. Item Approved Make (As required)
No.
casing and capping Polycab, Panasonic
33. Ceiling Rose Anchor, GM
34. GI conduit/M S Conduit Any ISI marked.
35. LED Light Fixtures (indoor) Philips, Wipro, Osram, Schrider.
36. Occupancy Sensors Schneider, Theban, Osram, Lutron, Honeywell,
Crestron, Dynalite
37. External Light Philips, (Green Line), Wipro, (Skyline) OT, Osram,
Ledenvo Plus, Schrider (Ampra)
38. External lighting Pole K-lite, LT, Crompton, Bajaj, Keselec, valmont
39. Highmast Crompton, Bajaj, valmont
40. Lightning Protection and OBO , Dehn, Furse, Erico
accessories
41. Surge Protective Devices OBO, Dehn, Furse, Phoenix Contact, Erico, Mersen
42. Synthetic Insulating Mats CPRI certified for required voltage level as per IS
15652
43. Chemical earthing OBO, Dehn, Furse, Jeftechno, erico
44. SOLAR LED Street Light Wipro, Phillips, OSRAm, Schrider and Trilur

30

You might also like