Main Features in The Bidding Document: Tirupati Smart City Corporation Limited

You might also like

Download as pptx, pdf, or txt
Download as pptx, pdf, or txt
You are on page 1of 39

Main Features In The Bidding

Document
TIRUPATI SMART CITY CORPORATION
LIMITED
Main components of (Notice Inviting Bid)
• “Design, Supply, Erection, Testing and Commissioning of 33/0.433 KV 500 KVA Substation
Civil and Electrical works including CEIG, STOA/LTOA and other related Approvals
(Conversion from 11 KV to 33 KV for Solar Captive Consumption) at Ramapuram K.P Canal
and M D Puttur Pump Houses” under Implementation of the Smart City Mission in Tirupati.

Estimated Contract
Value(INR): • Time of
9,619,412(Ninety Six Lakh completion/Delivery
Nineteen Thousand Four Period of the project 06
Hundred and Twelve months
Rupees)
INSTRUCTIONS TO BIDDERS
GENERAL
• Availability of bid documents
At: www.tender.apeprocurement.gov.in from 03-10-2020 onwards.
• Last date, time submission of e-bids 17-10-2020, 15:00 Hrs. Indian
Standard Time (“IST”).
Opening of Bid is schedule at 17-10-2020, 16:00
Hrs. IST.
INSTRUCTIONS TO BIDDERS

• Tender EvaluationType: Percentage


• It’s a open bid, the qualification of the bidder is also mentioned in the bid
document it involves experience and also financial specifications with valid
proofs have to be submitted along with the other documents.
INSTRUCTIONS TO BIDDERS

• To participate for bidding, bidders have to pay Transaction Fee Payable to 'APTS ' payable at
Vijayawada.(As per G.O.Ms No 4,Dtd 17.02.2015 IT&Cdept 3406 (INR)

• An amount of Rs. 96194 (Rs. Ninty six Thousands one hundred ninty four only)has to pay in favor of
In Favor Of Managing Director, Tirupati Smart City Corporation Limited towards Bid
Security/Earnest Money.

• Online Payment,Challan Generation,BG


The following documents, which are not submitted with the bid,
will be deemed to be part of the bid.

•1Registration Certification
•2Earnest Money Deposit (Should be submitted before 48 hours to the date and time fixed for opening the
initial price offer)
•3Transaction Fee Payable to APTS
•4PAN CARD and Submission of latest Income Tax Return along with Proof of Receipt
•5GST Registration Copy
•6Declaration as per proforma attached in Tender Documents
•7Statements as per tender document
•8A self-declaration to be submitted on the letterhead of the firm on stating that the bidder never been issued
notice for failure to submit deliverables and cancellation of work order or forfeiture of EMD etc., by any
Government or semi Government or Autonomous entities
•9A self-declaration to be submitted on the letterhead of the firm on not have been barred from appointment
by any government and or semigovernment entities
•10 If any other documents as per TenderDocument
INSTRUCTIONS TO TENDERERS
• Breakup of cost of major items covered in the ECV
A)Period of completion : 6 months
B) Defects Liability Period [DLP] : 2 Years
C) SSR adopted: Common SSR for the year 2019-20
Tenders are invited on the e-procurement platform for the above -mentioned work from
the Contractors / Contracting firms registered with Government of Andhra Pradesh. The
details of Tender conditions and terms can be downloaded from the electronic
procurement platform of Government of Andhra Pradesh i.e.
https://tender.apeprocurement.gov.in
INSTRUCTIONS TO TENDERERS

• The technical bid evaluation of the tenderers will be done on the


certificates/documents uploaded through on-line only, towards qualification criteria
furnished by them.
• The tenderer should furnish copy of Permanent Account Number (PAN) and copy of
latest Income Tax returns submitted along with proof of receipt since last five years
i.e., from 2014-15 to 2019-20.
• Copy of Valid GST Registration Certificate along with GSTIN obtained from Government
of India.
• The tenderer should submit the particulars of information of litigation history
ELIGIBILITY CRITERION

The tenderer should be an Electrical Contractors / Contracting firm having registrations


with APSPDCL / Government of Andhra Pradesh in appropriate eligible class.
Assessed available Bid Capacity as per formula (2AN-B) must be greater than the Estimate
Contract Value, i.e., AS MENTIONED IN THE NIT DOCUMENT as specified in the tender
document.
The bidder should have satisfactorily completed works of similar nature of works for AS
MENTIONED IN THE NIT DOCUMENT as a prime contractor in the same name and style in any
one financial year during the last Ten financial years (i.e. 1-4-2010 to 31-3-2020)


ELIGIBILITY CRITERION

The tenderer should further demonstrate:


• Civil Contractors with appropriate registration AS MENTIONED IN THE NIT DOCUMENT
having required physical and financial eligibility can participate in tenders.
A declaration regarding (either owned or leased) key & critical equipment owned / leased
shall be produced by the tenderer on a non-judicial stamp paper of Rs.100/-
Key personnel: The contractor should undertaking on indemnity bond worth of Rs.100
stating that the following key personnel with adequate experience on their rolls
Two (02) Graduate Engineers (Civil and Electrical Both) with minimum 5 years’ experience.
One (01) Diploma holder in Civil with minimum 5 year’s experience.
ELIGIBILITY CRITERION

• Liquid Assets / Credit facilities / Solvency Certificate from Nationalized Bank / Schedule
of value not less than AS MENTIONED IN THE NIT DOCUMENT issued after 01.04.2020
(Credit lines / letter of Credit Solvency Certificates from Banks etc. shall be submitted
by the Tenderer).
• EMD should be paid online for AS MENTIONED IN THE NIT DOCUMENT (1% of AECV) issued
by Nationalized Bank / scheduled bank should be paid via online payment gateway and
bank guarantee in the shape of Bank guarantee in the standard format in favor of
“Managing Director, Tirupati Smart City Corporation Limited, Tirupati” to be valid for 06
months from the date of NIT.
Firms eligible to tender

• The Firms who


i) Possess the valid registration in the class and category mentioned in the NIT and satisfy
all the conditions therein.
ii) are not blacklisted or debarred or suspended by the Government for whatever the
reason, prohibiting them not to continue in the contracting business
iii) have complied with the eligibility criteria specified in the NIT. are the eligible
tenderers.
Firms ineligible to tender:

A retired officer of the Government of Andhra Pradesh or Government of India executing


works is disqualified from tendering for a period of Two (2) years from the date of
retirement without the prior permission of the Government.
Contractor shall not be eligible to tender for works in the division/circle where any of his
near relatives are employed in the rank of Assistant Engineer or Assistant Executive
Engineers and above on the Engineering side and Divisional Accounts Officer and above on
the administrative side. The Contractor shall intimate the names of persons who are
working with him in any capacity or are subsequently employed. He shall also furnish a list
of Gazetted / Non-Gazetted, State Government employees related to him. Failure to
furnish such information tenderer is liable to be removed from the list of approved
contractors and his contract is liable for cancellation.
Qualification data of the tenderers

The tenderer shall upload the following particulars in the formats enclosed, supported by
documentary evidence as specified in the formats.
a) Check slip to accompany the tender (in Annexure-I).
b) Attested copies of documents relating to the Registration of the firm, Registration as
Civil Contractor, Partnership deed, Articles of Association, GST Registration, copy of PAN
CARD and copy of LATEST INCOME TAX RETURNS FY 19-20 submitted along with proof of
receipt.
The Partnership firms, which are registered as contractors shall intimate the change in partnership deed, if any as per GO Ms
No.58, I & CAD Department dated: 23/4/2002 within one month of such change. Failure to notify the change to the registration
authority in time will entail the firms to forfeit their registration and their tender will be rejected. The intimation of change of
partners if any and the acceptance by the registration authority may be enclosed.
Qualification data of the tenderers
Value of all Similar works executed every year during the last Ten (10) financial years (i.e.,
from 2009-10 to 2019-20) in Statement -I
Details of similar nature of building works completed in the name of the tenderer as Prime
Contractor during the last Ten (10) financial years i.e., from 2009-10 to 2019-20 showing
year wise break up of value of work executed in Statement -II
Year wise specified quantities executed by the tenderer during the last Ten (10) financial
years in Statement – III
Details of the existing commitments i.e., works on hand and works for which tenders are
submitted in Statement - IV
Availability of Key & critical construction/quality control equipment in Statement - V
availability of key personnel for administration/site management and execution viz.,
technical personnel required for the work (Statement - VI)
Qualification data of the tenderers

information regarding any litigation, with Government during the last Ten (10) years in which the
tenderer is involved in (Statement - VII) availability of working capital for the work [Liquid assets,
credit facility and availability of other financial resources such as Solvency etc]
The proposed methodology and program of construction, backed with equipment planning and
deployment, duly supported with broad calculations, justifying their capability of execution and
completion of the work as per technical specifications within the stipulated period of completion as
per milestones.
The Particulars of Quality Control testing lab owned or ties up with established quality control testing
laboratories.
Tenders from Joint Ventures are acceptable unless specifically stated otherwise.
Contractors against whom Vigilance / disciplinary / blacklisting cases are pending in the Corporation
are not entitled to participate in the tender for the above work
TENDER DATES &PAYMENT DETAILS

• Document Downloading Start Date 03-10-2020


• Last date of receipt of queries on Tender by e-mail 09-10-2020, 13:00 Hrs.
• Pre-Bid Meeting A Pre-Bid Meeting will not be held for this procurement
• Posting of responses to Pre-Bid queries 12-10-2020, 17:00 Hrs.
• Bid Security (INR) Rs 96,194/- [1% of the ECV Value]
• TSCCL Bank Account Details: Bank Account Holder Name:
• TIRUPATI SMART CITY CORPORATION LIMITED
• Bank Account Number: 099111100002306
• Bank Name: ANDHRA BANK

• IFSC Code: ANDB0000991


TENDER DATES &PAYMENT DETAILS
• Opening of Commercial Bid Date and Time Will be notified later
• The commercial bids of only those vendors who qualify in both eligibility and technical
evaluation will be opened. The date for opening of the commercial bid would be
communicated separately to the technically eligible bidders.
• Not to be opened except with approval of the TSCCL.
• Auction Date & Time (Reverse Auction) Minimum Duration: 3 Hours 21-10-2020,
13:00 Hrs
• Date & Time for Opening of Technical Bid / Qualification 23-10-2020, 11:00 Hrs
TENDER DATES &PAYMENT DETAILS

• Bid Validity Period 180 (One Hundred and Eighty) Days from the date of opening of
Pre-Qualification Bid. Tender responses must remain valid and open for evaluation
according to their terms for a period of at least 180 days from the Tender closing date.
The TSCCL shall have the right at its sole and absolute discretion to continue the
assignment / contract on the selected bidder for future requirement for various items /
activities as described in the Tender after expiry of current assignment period. All
responses including commercial and technical bids would be deemed to be irrevocable
offers /proposals from the Bidders and shall, if accepted by TSCCL, form part of the
final contract between TSCCL and the selected Bidder.
• Tirupati Smart City Corporation Limited may seek further extensions of the bid
validity, if required.
LOCATION DETAILS &OTHER DETAILS
• Site Location : location is at Ramapuram, K.P Canal and M D Puttur Pump Houses,
Chittoor District, Andhra Pradesh, India.
• Officer Inviting Bids : The Managing Director, Tirupati Smart City Corporation Limited (TSCCL),
Tirupati.
• Bid Opening Authority : Managing Director, Tirupati Smart City Corporation Limited (TSCCL),
Tirupati.
• Department Address for Submission of Documents Attention: The Managing Director Tirupati
Smart City Corporation Limited (TSCCL), C/o. Tirupati Municipal Corporation, 13-29-M9-1-00,
Tilak Road, East Tirupati, Chittoor District, Andhra Pradesh. Pin Code : 517501.

• For online Submission: www.tender.apeprocurement.gov.in
EXTRA DETAILS FOR TENDER
• Bidder Nationality: National Competent Bidding (NCB)
• Language of the Tender : The language of the bid is English All correspondence exchange
shall be in English language. Language for translation of supporting documents and
printed literature is English
• Withdraw Bid : Not Applicable
• Regret Bid : Not Applicable
• It is the bidder’s responsibility to comply with the system requirement i.e. hardware, software
and internet connectivity at bidder’s premises to access the e-tender website. Under any
circumstances, TSCCL shall not be liable to the bidders for any direct / indirect loss or damages
incurred by them arising out of incorrect use of the e-tender system or Internet connectivity
failures.
Eligibility and Qualification Criteria for considering
of award of work

• The bids are limited to those individuals, firms, companies, who meet the following
qualification and the eligibility requirements.
• Registration :
1. The bidder must have Valid Electrical ‘’A-Grade’’ Contractor License Up to 33KV Voltage
level issued by CEIG of Andhra Pradesh State.
2. The bidder must have Valid Class-1 Electrical Contractor Registration with APSPDCL.
Eligibility and Qualification Criteria for considering
of award of work

• Technical Requirements:
• 1. The bidder as a Prime contractor must have executed at least one number LTOA/STOA
agreement works for Government Organization/PSUs.
• 2. The bidder as a Prime contractor / Sub contractor must have executed at least Two
numbers of 33/0.415KV Substation works along 33KV VCBs, 33KV Metering CTs, PTs and ABT
Meters under the supervision of Divisional Engineer / Executive Engineer of DISCOMs Under
Turnkey Basis, Completion Certificates signed by Divisional Engineer / Executive Engineer
of DISCOMs should be submitted along with the bid.
• 3. The bidder must have experience in similar nature of works like “33KV Substation, 33KV
Bay Extension works, LTOA/STOA Works in Solar (Floating/Ground Mounted) Power Projects
under Smart City Scheme.
Eligibility and Qualification Criteria for considering
of award of work

• Note:
• 1. The contractor should have EPF registration. If registration is not available on the
date of opening of the bid the same should be produced before LoA issued
• 2. The above eligibility criteria shall be fulfilled by the bidder against each lot
separately for the lots the Bidder has quoted.
• 3. Responsibility of correctness of the information submitted in online bid lies with
bidder. If any information furnished in the bid is proved to be false at a later date, the
bid will not only be rejected but the bidder will be BLACKLISTED.
• 4. IF A BIDDER QUOTING FOR THE BIDS IS HAVING POOR PERFORMANCE IN THE PAST AND
NOT COMMENSURATE WITH THE AGREEMENT IN THE PREVIOUS CONTRACTS, THE BID OF
SUCH BIDDER WILL NOT BE CONSIDERED FOR AWARD OF CONTRACT.


Financial Requirements:
• Financial Capacity
• 1. The bidder should have satisfactorily completed as a prime contractor under
Electrical works category of value not less than Rs. 96,19,412/- (Rupees Ninety Six
Lakh Nineteen Thousand Four Hundred and Twelve only) in any one financial year
during last Ten (10) financial years ending with 2019-20 (i.e. 1-4-2015 to 31-3-2020).
The value will be update by giving 10% simple weightage per year to bring them to 2020-
21 price level (The bidder is required to furnish the Financial turnover of last Ten years)
• 2. Reports on financial standing of the Bidder such as profit and loss statement, balance
sheets and auditor’s report for the past Ten years, in support of financial turnover and
Banker’s certificates regarding Bank limits
Financial Requirements:

• Liquid Assets: The bidder should produce Liquid Assets / Credit Facilities Posses /
Solvency certificate from any Indian Nationalized / Scheduled Banks of value not less than
Rs. 48,09,706/- or as per instructions issued in G.O. Ms. No.: 129, Water Resources
(Reforms) Department, Dated: 05-10-2015
• Bid Capacity: Not Applicable
• Critical Equipment Required:
• The bidder should furnish availability (owned or leased) of following key and critical
equipment required for the work
• Equipment Required : Quantity Required
• Construction machinery for Civil Works 01 Set.
• Material handling facilities for erection 01 Set.
• Equipment for testing and commissioning 01 Set.
Availability of Key Personal

• The bidder should furnish the availability of following key personnel


• Qualification Experience in Similar Work [years] No. of Persons

• Graduate Engineer: B.E/B.Tech [Civil Engineering] 05 Years 01 Nos.


• Graduate Engineer - B.E/B.Tech [Electrical Engineering] 05 Years 01 Nos.
• Diploma Engineer - [Civil Engineering] 05 Years 01 Nos.
• The bidder should furnish the Income Tax PAN and submission of latest Income Tax
return along with proof of receipt.
• The bidder should furnish the GST Registration Certificate at the time of bidding
Availability of Key Personal

• Bid Submission : The bidder shall submit the bids as follow:


• Online submission: Scanned copy of the original
• Power of Attorney (PoA) : The written confirmation of authorization to sign on behalf
of the Bidder shall consist of Power of Attorney (PoA) on a Notarized Non-Judicial paper
of minimum value of Indian Rupees 100/- (Rupees One Hundred).
• General Terms & Conditions / Eligibility: As per Tender Document
• General Technical Terms and Conditions (Procedure) : As per Tender Document
Special Conditions
1. The work should be got tested as per relevant IS Codes and Standards approved by the Department,
Third Party Quality Control / CIPET before the total supplies are affected.
2. The Bidder has to furnish self-declaration of Latest Present and Permanent Postal Address along with
Telephone Number, Mobile Number for Communication; Any Changes must be communicated to the
Tender Inviting Authority failure to notify the changes prior one month the date of change of Address,
the Available Address at Tender Inviting Authority will be deemed to fit for communication. It is the
responsibility of the bidder; the Department will not take any responsibility for any delay, loss in
communication of any Correspondence.
3. The Managing Director, Tirupati Smart City Corporation Limited reserved the right to reject any tender
or drop the proposals for receiving the tenders without assigning any reason. The details of rules and
regulations and other required information can be had at the above address during the office hours on all
working days.
4. Negotiations are not permitted to be conducted at any level.
5. The successful bidder should furnish EMD at 2.5% of Tender Contract Value at the time of agreement.
The proportionate value of EMD for CAPEX value will be returned after defect liability period of 2 years
and the proportionate value of EMD for OPEX value will be returned after completion .
Special Conditions
6. E.M.D. noted against the work i.e., at 1% of estimate contract value should be paid in the
shape of DD / BG / online payment in favor of Managing Director, Tirupati Smart City
Corporation Limited. The balance E.M.D. at 1.5% of estimate contract value should be paid by
B.G for the amounts till the defect liability period is completed i.e., 2 years from the date of
completion of work to be paid at the time of entering into agreement. The BG's taken earlier
than the Tender Notice will not be valid.
7. Tenders with an excess of 5% of the internal benchmark value mark arrived by the
department shall be summarily rejected.
8. Tenders up to 25% less than the estimate may be accepted but for tenders less than 25% of
the estimate / internal benchmark value mark arrived by the department, a Bank Guarantee
for the difference between the tender amount and 75% of the estimate value / internal
benchmark value mark arrived by the department should be furnished at time of agreement as
additional security deposit, so if the tenderer leaves the work in mid-way and the department
is forced to call for the tender for the work.
9. Employer reserves the right to cancel / alter the bid conditions at any time.
10. Any Tender or all the tenders can be cancelled without assigning any reasons. Conditional
tenders will not be considered.
Special Conditions
11. For particulars, please apply to the Executive Engineer, Tirupati and clarification can be had till a day as mentioned in
the NIT Document.
12. If the tender is made by an individual, it shall be signed with full name and his address shall be given if it is made by a
firm. It shall be signed with the co-partnership name by a member of the firm who shall also sign his own name and
address of each member of the firm shall be given. If the tender is made by corporation it shall be signed by the duly
authorized officer who shall produce with his tender satisfactory evidence of his authorization. Such tendering corporation
may be required before the contract executed to furnish evidence of the corporate existence in the case of Proprietary or
partnership firm it will be necessary to produce the certificate before mentioned for the proprietor or proprietors and for
each of the partners as the case may be. a. Test inspection and rejection of defective materials of Supplies.
b. Cleaning during progress and for delivery
c. Accidents
d. Delays
e. Particulars of payment.
Note: The tenderers particular attention is drawn to the sections and clauses in the standard preliminary specification
dealing with the following:
The tenderer should closely pursue all the specifications Clause which govern the rates for which is tendering. The
Supplier has to fulfill all requirements in tender document.
Any other condition regarding receipt of Bids in conventional method appearing in the Bid documents may please be
treated as not applicable
Procedure for Submission of Bids:

• a) Bidders need to contact, Office of the Managing Director, Tirupati Smart City
Corporation Limited for any clarifications, information on any working day during office
hours.
• b) Bidders need to register on the electronic procurement market place of Government
of Andhra Pradesh i.e., www.tender.apeprocurement.gov.in. On registration on the e-
procurement market place they will be provided with a user ID and password by the
system using which they can submit their bids online.
• c) The bidder(s) who are desirous of participating in e ‘procurement shall submit their
Pre-Qualification bid, Technical bids, Price bids etc., in the standard formats prescribed
in the Tender documents, displayed at ‘e’ market place. The bidders should upload the
scanned copies of all the relevant certificates, documents etc., in the ‘e’ market place
in support of their Technical bids. The bidder shall sign on the statements, documents,
certificates, uploaded by him, owning responsibility for their correctness/ authenticity.
• While registering on the e-procurement market place, Bidders need to scan and upload
the required documents only as per the Tenders requirement onto their profile.
Procedure for Submission of Bids:
• d) Such uploaded documents pertaining Technical Bid need to be attached to the tender
while submitting the bids on line. Steps for registering and submission of bids are described
in detail in the “Bidders Training Booklet” available with the Department as well as at the
above web site.
• e) The department will not accept any bid submitted in the paper form. Bidders are
requested to submit the bid in two stages
• Stage – I : Pre-Qualification and Eligibility Bid Stage
• Stage – II : Financial Bid Stage
• f) The first stage will cover the qualifications eligibility details and the Pre-Qualification bid.
The bidder shall upload documents in support of the above. The bidder shall submit price bid
online under second stage which may include proposals for financing to cover part of the
scope of the work as per bid documents before the bid submission closing date.
• g) Bidders shall submit a declaration without any reservation whatsoever that the submitted
eligibility and qualification details, Techno-Commercial bid and financial bid are without any
deviations and are strictly in conformity with the documents issued by the Employer.
Procedure for Submission of Bids:

• h) Declaration should be given by the bidder for the correctness of the credentials
submitted by him.
• i) The Bidders shall sign on the documents (such as EMD, transaction fee payable at APTS
uploaded by him, owing responsibility for their correctness/authenticity. The documents
without signature of the bidder will be considered as invalid documents and the same will
not be considered in evaluation of the bid.
• For registration and online bid submission bidders may contract Helpdesk of M/s. APTS
Ltd, Hyderabad, on https://tender.apeprocurement.gov.in
• The EMD payable along with the bid shall be in accordance with clause 14 of Tender
Details of this tender schedule. Xerox copy of the DD (Demand Draft) /BG (Bank
Guarantee) is to be scanned and uploaded along with the bid duly signed.
Procedure for Submission of Bids:
• NOTE: Experience relating to works executed in State/Central Government Departments or State/Central
Government undertakings and certificates issued by the Executive Engineer or equivalent officer and
countersigned by Superintending Engineer or equivalent officer shall only be considered.
• The tenderer should furnish the relevant information regarding the qualification criteria in statements
appended to the tender schedule along with attested copies of experience certificates issued by the
Executive Engineer and countersigned by the Superintending Engineer concerned in proof of the same.
• The following information relating to Qualification criteria shall be uploaded by the bidder.
1. Earnest Money Deposit.
2. Evidence of i. Registration of contractor
ii. PAN Card & Latest Income Tax Return filed with proof of filing
iii. GST Registration with concerned Authorities.
3. Any other relevant information including declarations duly signed except price bid, as per bid document.
The tenderers will have to state clearly their willingness to execute the work at the percentage excess or less
or at par the estimate contract value (E.C.V.) indicated at the space provided therein
Deactivation of Bidders:
• The bidder (L1) found defaulting in submission of hard copies of original DD / BG for EMD
/Transaction fee to the Tender Inviting Authority on or before the tender stipulated time before
concluding the agreement will be suspended / disqualified from participating in tenders on e-
Procurement platform for a period of 12 months from date of bid submission as per G.O Ms No
245 I&CAD Dept. dated 30-12-2005 and GO Ms No 155 I&CAD Dept. dated 23-08-2006 besides
forfeiture of EMD. Other conditions as per tender document are applicable.
• Even though the Bidders meet the above qualification requirements, they are liable to be
disqualified / debarred / suspended / blacklisted if they have
a. Furnished false / fabricated particulars in the forms, statements and / annexures submitted in
proof of the qualification requirements and/or
b. Not turned up for entering into agreement, when called upon with in the time specified in the
letter of acceptance
c. Record of poor progress such as abandoning the work, not properly completing the contract,
inordinate delays in completion, litigation history or financial failures etc. and/or
d. Participated in the previous bidding for the same work and had quoted unreasonably high Bid
percentage.

Deactivation of Bidders

e. A history of criminal record in which the Bidder is involved if any.


f. Even while execution of the contract, if found that the contract was awarded to the
Contractor based on false /fake certificates of experience, the Contractor will be blacklisted
and contractor will be taken over invoking clause 61 of PS to APSS.
g. History of litigation with Govt. during the last 5 years in which the Bidder is involved.
h. Bidders should specifically indicate whether their firm has been banned/black listed by any
Govt. Department / undertaking or Power Utility for nonperformance or malpractice. Bids of
bidders who are banned / black listed will be treated as non-responsive.
Tenders up to 5% excess over the ECV will be considered as per the GO Ms. No: 243 & 244,
dt. 08.03.2007 and the tenders with an excess of above 5% of the estimated contract value
shall summarily be rejected.


MISLENIOUS ITEMS
Each tenderer shall submit only one tender for the work. A tenderer who submits more
than one tender will cause dis-qualification of all the tenders submitted by the tenderer.
The tenderer shall bear all costs associated with the preparation and submission of his
tender and the tender inviting authority will in no case be responsible and liable for those
costs.
The tenderer, at the tenderer’s own responsibility and risk is advised to visit and examine
the site of work and its surroundings and obtain all information that may be necessary for
preparing the tender for entering into a contract, for construction of the work. The costs
of visiting the site shall be at the tenderer’s own expense
Thank you

You might also like