0% found this document useful (0 votes)
35 views11 pages

Tendernotice 1

The Madhya Pradesh Rural Road Development Authority is inviting online proposals for Supervision and Quality Control Consultancy for rural road construction under various schemes. Bidders must meet specific qualification criteria, including a minimum annual turnover and relevant experience, and submit their bids online by May 23, 2025. The consultancy service period ranges from 15 to 24 months, depending on the package, and includes provisions for additional work as needed.
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)
35 views11 pages

Tendernotice 1

The Madhya Pradesh Rural Road Development Authority is inviting online proposals for Supervision and Quality Control Consultancy for rural road construction under various schemes. Bidders must meet specific qualification criteria, including a minimum annual turnover and relevant experience, and submit their bids online by May 23, 2025. The consultancy service period ranges from 15 to 24 months, depending on the package, and includes provisions for additional work as needed.
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

MADHYA PRADESH RURAL ROAD DEVELOPMENT AUTHORITY

(AN AGENCY OF PANCHYAT & RURAL DEVELOPMENT DEPARTMENT, GOVT. OF M.P.)


3rd Floor, VikasBhawan, Arera Hills, Bhopal (M.P.)
(GST No. 23AAATM9054A3ZX)

DETAILED NOTICE INVITING TENDER FOR SQC CONSULTANCYUnder PMGSY-III& Other Work
(E-Procurement Notice)

No.5167/22/D-12/SQC/MPRRDA/2025Bhopal, Dated :29/04 /2025

Madhya Pradesh Rural Roads Development Authority invites online proposals from the
reputed consultants for Supervision and Quality Control Consultancy of Rural Roads being
constructed under MPRCP, PMGSY, ADB, BWand other schemes for the work packages given below
on e-procurement portal [Link] The consultant is required to administer the
services as the 'Engineer', ensuring that the contractual clauses related to the quality and quantity are
adhered to and the works are executed in accordance with codal provisions/specifications within the
stipulated time.
Contract
Estimated Cost of
S Period (
Package No District PIU Construction EMD in Rs. Nodal PIU
No. in
Works (in Rs)
Month)
1 2 3 4 5 6 7 8
15
1 PM/OW/119 Chhatarpur Chhatarpur 258041000.00 100000.00 Chhatarpur
Months
15
2 PM/OW/121 Gwalior Gwalior 99331000.00 40000.00 Gwalior
Months
15
3 PM/OW/123 Indore Indore 220945000.00 88000.00 Indore
Months
24
4 PM/OW/124 Khandwa Khandwa 609800000.00 244000.00 Khandwa
Months
15
5 PM/OW/125 Katni Katni 59893000.00 24000.00 Katni
Months
15
6 PM/OW/126 Panna Panna 200000000.00 60000.00 Panna-1
Months
15
7 PM/OW/127 Raisen Raisen 130902000.00 52000.00 Raisen-2
Months
15
8 PM/OW/129 Ujjain Ujjain 130696000.00 52000.00 Ujjain-1
Months
24
9 PM/OW/130 Umaria Umaria 412722000.00 165000.00 Umaria
Months
24
10 PM/OW/132 Waidhan Waidhan 856880000.00 343000.00 Waidhan
Months
24
11 PM/OW/133 Waidhan Waidhan 856880000.00 343000.00 Waidhan
Months
Chhindwara- Chhindwara- Chhindwara- 24
12 PM/OW/134 860400000.00 344000.00
2 2 2 Months
Chhindwara- Chhindwara- Chhindwara- 24
13 PM/OW/135 860400000.00 344000.00
2 2 2 Months
24
14 PM/OW/136 Sheopur Sheopur 336341000.00 134000.00 Sheopur
Months
24
15 PM/OW/137 Shivpuri Shivpuri 917701000.00 367000.00 Shivpuri
Months

1 of 11
1. Tender documents consisting of qualification information and eligibility criterion of bidders, and the
set of terms & conditions of contract to be complied with by the consultants can be seen online on
the website [Link] Tender documentsmay be purchased online from
[Link] per time schedule mentioned in Critical Dates after making
online payment of cost of tender document Rs. 11800/- (Including GST) for each package.
2. (a) The amount of Bid Security,Cost of Bid Document and Service Charges as appearing on e-
procurement portal are to be paid Simultaneously through Debit / Credit Card, Internet Banking,
or System generated Bank Challan for NEFT / RTGS before submission of Bid. Bid Security of
bidders will be refunded online in the Bank A/c notified by the bidders at the time of submission
of Bids. To avoid last day rush / breakdown in system consultants are advised to ensure aforesaid
payment of Bid Security at least one day in advance before the end date of Bid Submission.
Department will not be responsible if consultant fails to pay the amount due to Server / Power
failure or any other reason.
(b)The bidders are required to submit separate affidavit for each package strictly on prescribed
[

form (Annexure ‘A’ of this NIT) affirming correctness of information furnished with the bid. This
affidavit in the form of scanned copy is to be uploaded with the technical bid online. If online
affidavit is not submitted or is not on prescribed form bidder will be disqualified at Technical
evaluation [Link] affidavit need not to be submitted.

(c) Tender document Conditions Acceptance Letter as given in Annexure-D of this NIT duly signed
by consultant is to be Uploaded.

3 Qualificationcriteria :-
To qualify for award of work
a. Consultant should have annual turnover (receipts from consultancy fee only) of not less than
Rs. 50.00 lakhs in any 3 years during last 5 years. Consultants are required to submit P/L A/c,
Balance Sheet and department wise (Government/Semi Government or others) details of the
receipt of the consultancy fees for last 5 years (2019-20 to 2023-24) and also submit copy of
form 26 AS in support thereof.
b. Consultant should have experience of supervision and quality control work of Road & Bridge
construction works for 3 yearsduring last 5 year. (Relating to Govt. Departments/
Undertaking). In support of this, experience certificate issued by an officer (not below the rank
of executive engineer) of the employer should be attached.
Such consultants should also have a team of engineers having adequate experience of road
construction supervision.
c. Consultants shall be allotted work as per their bid capacity. For calculating the bid capacity (in
terms of no. of packages) works allotted to the consultant after 01 Jan. 2024 and currently
supervised by him shall be taken into account.
d. Bid capacity shall be calculated on the basis of annual financial turnover in any 3 years during
last 5 years ;
(i) Rs. 50 lakhs to Rs. 75 lakhs – one package.
(ii) Rs. 75 lakhs to Rs. 1 Crore – upto two packages.
(iii) Rs. 1 crore to Rs. 2 crore – upto three packages.
(iv) Rs. 2 crore- Rs. 4 Crore – upto four packages
(v) Rs. 4 crore- Rs. 6 Crore – upto six packages
(vi) Rs. 6 crore- Rs. 10Crore – upto seven packages
(vii) More than Rs. 10 Crore – upto eight packages.
2 of 11
MPRRDA reserves the right to limit the award of work upto 4 packages looking to previous
performances of the consultants.
4 In somePIU’s work of construction of bridges has been awarded under separate agreement.
Consultant will have to supervise, these bridge works also if directed by GM, and he will be paid
consultancy fee at the agreemented rate. For this purpose consultant will have to deploy bridge
expert in his team.
5 Submission of Bid :-
Bid (both technical & financial) to be submitted online as below as per time line given in Critical
dates,
(a) Online Technical bid will consist of documents as given in Annexure-C to this NIT.
(b) Financial Bid – to be submitted online as percentage of the estimated cost of construction
work on prescribed form as appearing on e-tender portal [Link].

6 Opening of Bids ;- Both Technical & financial Bids will be opened at MPRRDA Hqrs. Bloack-2 5th
floor paryavasBhawan Bhopal on the date & time given in Critical Dates.
7 In Addition to estimated cost of construction work of each package shown in Col. No. 5 above,
Additional / balance work of previous phases, including that of IAP, CMGSY and State Fund may
also be allotted, at any time, to the consultants which will be treated as part of the agreement
and consultant will be bound to supervise such works, provide staff as per norms and attend all
formalities/prepare final bill etc. on completion of package.
8 Period of consultancy service is 15/24 months as shown against each package including rainy
season from the date of work order.
9 Consultants who failed to provide Team Leader/RE of required qualification and experience in
the last call despite given sufficient time are not eligible to participate in the Tender.
9 (a) Consultant will have to submit separate CV of Team Leader for each package he is bidding for if
one CV is submitted for more than one package bidder will be disqualified for all such packages.
10 Conditions of this NIT will prevail over the conditions of the tender document in case of any
inconsistency between the [Link] Document may be treated to have been amended to
that extent.

Note; - Guidelines for submission of online bids are given in Appendix-1 to this NIT. Technical bid
is to be submitted strictly as per Annexure – C of NIT.
11. If lowest rates offered by two or more bidders are equal, fresh limited tenders will be invited
from the bidders who have quoted same rates on e-tender portal for taking decision on the
tender.

12. Special conditions – Special conditions as given in Annexure – B are part of tender document /
agreements.

13. Taxes – The rates quoted by the Consultant are deemed to be inclusive of the sales and other
levies, royalties, cess, toll. Taxes of Central and State Government, local bodies and
authorities except GST, that the Consultant will have to pay for the performance of this
Contract. GST as applicable at the time of payment to the Consultant shall be paid separately.
Consultants will have to get themselves registered under GST and quote GSTIN in their bids.
The Employer will perform such duties in regard to the deduction of such taxes at source as
per applicable law.

14. Other details may be seen in the Tender document for SQC of road & Bridge works August 2020
(Updated upto 28.06.2021)on our website[Link]

3 of 11
Critical Dates

S. No Stages Date & Time

1 Publishing Date 01.05.2025 from 17:00 hrs

2 Document Download/Sale Start Date 01.05.2025from 17:30 hrs

3 Seek Clarification Start Date -NA-

4 Seek Clarification End Date -NA-

5 Bid Submission Start Date 02.05.2025from11:00 hrs

6 Bid Submission Closing Date 23.05.2025upto 15:00 hrs

7 Bid Opening Date 26.05.2025from 15:30 hrs

Note:-Date of Financial Bid opening will be notified on the e-tender portal after Technical bid
evaluation.

Chief General Manager (Tender)


M.P. Rural Road Development Authority
Bhopal
EndNo.5168/22/D-12/SQC/MPRRDA/2025 Bhopal, Dated :29/04/2025
Copy to:
1. Commissioners Public Relation, Ban Ganga Bhopal.
2. Engineer in Chief Madhya Pradesh Rural Road Development Authority Bhopal.
3. Managing Director M.P. Road Development Corporation, Arera Hills, Bhopal.
4. Chief Engineer, Central Public Works Departments, NirmanSadanArera Hills Bhopal.
5. All Divisional Commissioners.
6. All Collectors.
7. Chief Executive Officers, ZillaPanchayat (all).
8. Chief General Manager, MPRRDA, (all).
9. General Manager Programme Implementation Units, MPRRDA (all).
10. Manager (IT) MPRRDA Bhopal.

Chief General Manager (Tender)


M.P. Rural Road Development Authority
Bhopal

4 of 11
To be executed on a Non Judicial stamp paper of Rs. 100/- and notarized

Annexure ‘A’ to NIT

FORMAT FOR THE AFFIDAVIT


Package no. ………………..
Affidavit
I…………………………S/o……………………………….Aged…………………………………………years residentof

(address…...................................................................................................... )
proprietor/partner/authorized signatory of the firm.

(For and behalf of (Nameoffirm) .................................................................. ), do here byand


herewith solemnly affirm / state on oath that: -
1. Information 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 thefirm.
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- in-law.)
Or
Following close relatives are working in the department:
Name____________Posts____________Present posting__________
4. *I hereby certify that I have been authorized by……………………………
…………..…… ..……………………………………… (the bidder) to sign on his / their
behalf, the bid of the package no. mentioned above.
*Not required in case of
proprietorship firm Bidder has
to indicate below his signature
that he is proprietor of the firm.
Deponent
(.........................................)
*Strike out whichever isnotapplicable*Proprietor/Partner/ Authorized signatory
/ for and on behalf (Name of Firm)

Verification
I………………………………S/o .......................................................................................... do here by affirm that
thecontents submittedinTechnical&FinancialBidaretruetothebestofmyknowledgeandbelief and are
based on my / ourrecord.
Verified that this…………….. Dateof…………………20 at(Place)……………….
Deponent
(.....................................................)
Proprietor/Partner/ Authorized signatory
/ for and on behalf (Name of Firm)

5 of 11
Annexure ‘B’ to NIT

Special condition

(i) After acceptance of tender, consultant shall be informed that tender has been accepted subject to
his/their providing services of a suitable Team Leader/RE/Bridge Engineer. Team Leader/Resident
Engineer/Bridge Engineer proposed in the technical Bid has to attend MPRRDA office for
discussion/interview on the specified date & time. If proposed T.L./RE/BE is not assessed suitable
for the assignment consultant will have to provide a suitable Substitute of equal or higher
qualification and experience. Such Substitute will be subject to approval by MPRRDA after
personal interview.
consultant will also have to submit a joint undertaking for each of the key personnel regarding their
availability during the whole contract period
(ii) If Team Leader/RE/Bridge Engineers Proposed in the technical bid do not appear for interview for
the assignment, a penalty of Rs. 50000/- will be levied and recovered from the consultant
(iii) If proposed Team Leader/RE/BE is rejected and a Substitute is approved and Substituted Team
Leader/RE/Bridge Engineer does not join duties or replaced during the contract period similar
penalty of Rs. 50000/- will be payable by the consultant.
(iv) If consultant fails to provide a acceptable Team Leader/RE/Bridge Engineer even after given two
opportunities with in a month time from the date of communication of provisional approval of
tender, tender of consultant will be rejected and he will be debarred from participation in tenders
for a period of one year.
(v) Frequent replacement of Team Leader/Resident Engineer/Bridge Engineer and other technical staff
without valid reason will also be cause for termination of agreement.
(vi) If a Team Leader/RE/Bridge Engineer working with a consultant leaves his assignment during the
currency of contract without valid reason/approval by CGM he will not be allowed to work with
any other consultant in MPRRDA for a period one year.
(vii) If, proposed SQC staff has served in a govt. organization/Govt. undertaking, he should submit the
following declaration with CV:-
No enquiry is pending against me and no punishment is given to me by the department during or
after my service period.
(viii) If consulting Firm's experience/documents is found to be false at any stage i.e., from bidding to
completion of the project, then action to be taken for debarment of the firm for a period of 2 years.
(ix) If the academic credentials of any candidate is found false/fake at any point of time, then CV of
each candidate will be rejected and individual to be blacklisted for 3 years & information will be
sent to INFRACON portal.

6 of 11
Annexure-C to NIT

List of documents to be attached with Technical Bid:

Technical Bid should be submitted strictly as below: - (Limited to)

(i) Firm organization details in Annexure -II. Bid submission letter, , PAN, EPF, GSTIN, Power of
Attorney.
(15 pages)
(ii) Scanned copy of Affidavit Annexure -A & Tender Acceptance Letter Annexure- D of NIT. (5 pages)
(iii) Details of Similar nature of work with employers Certificate in Annexure-III (A) (20 pages)
(iv) Information regarding existing commitments and ongoing works Annexure-III (B) (5 pages)
(v) Team composition with CV of Team Leader /Resident Engineer in prescribed form Annexure-IV &
Documents in support of qualification & experience of TL/RE. (15pages)
(vi) P/L A/c, Balance Sheet of 2019-20 to 2023-24 & Annual Turnover (receipts from consultancy fee
only) Audit Reports etc. (30 pages)
(vii) Partnership deed, Article / Memorandum of association with copy of registration. (10 pages)

(viii) Form 26AS(2019-20 to 2023-24) and Department wise details of fee received. (20 pages)

Bid not submitted as above will be liable to be rejected.

7 of 11
Annexure-D to NIT
TENDER CONDITION ACCEPTANCE LETTER
(To be given by Consultants)

Date:

To,
The Chief General Manager
MPRRDA,
Bhopal (M.P.)

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: (Package No. ………………)


Name of Tender / Work: - Supervision and Quality Control Consultancy of Roads/Bridges
_____________________________________________________________________________
_____________________________________________________________________________
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned
‘Tender/Work’ from the web site: [Link]
_____________________________________________________________________________
_____________________________________________________________________________
as per your advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the tender
documents from Page 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 department/ organisation too
have also been taken 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 Govt.
Department/Public sector undertaking.

6. I/We certify that all information furnished by our Firm is true & correct and in the event
that the information is found to be incorrect/untrueor found violated, then your
department/ organisation shall without giving any notice or reason therefore or
summarily reject 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 Official Seal)

8 of 11
Appendix-1 to NIT

Guidelines for Participating in Tender


(Percentage Rate)

A. For searching Tenders & Tender Document and procedure for submission of Tenders, Bidders should
refer Annexure-C of this NIT. In additions, for Submission of Bid (Financial & Technical Bids) 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
of the Bidder should be filled 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 an Annexure-II (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 of bid, bidder has to click freeze button. If bidder 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 Bid will 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
Proof of Bid Submission.

[Link] 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, after logging into
the portal. The e-token may be obtained from one of the Authorized Certifying Authorities such as
eMudhraCA/GNFC/IDRBT/MtnlTrustline/SafeScrpt/TCS.

2. Bidder then logs into the portal giving 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 Bidders can update well in advance, the documents such as certificates, purchase order details
etc., under My Documents Option and these can be selected as per tender requirements and then
attached along with bid documents during bid submission. This will ensure lesser 'upload of bid
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.

9 of 11
8. If there are any clarifications, this may be obtained online through the e-procurement Portal, or
through the contact details given in the tender document. Bidder should take into account
thecorrigendum published before submitting the bids online.

9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the tender
schedule and they should be in PDF/XLSIRAR/DWF formats. If 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 proceed further to submit
the bids.

11. The bidder has to submit the tender document(s) online well in advance before the prescribed time
to avoid any delay or problem during the bid submission process.

12. There is no limit on the size of the file uploaded at the server 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. In order to reduce the file size, bidders are 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.

13. It is important to note that, the bidder has to click on the Freeze Bid Button, to ensure that he/she
completes the Bid Submission Process. Bids which are not frozen are considered as Incomplete/
Invalid bids and are not considered for evaluation purposes.

14The Tender Inviting Authority (TIA)will not be held responsible for any sort of delay or thedifficulties
faced during the submission of bids online by the bidders due to local issues.

15. The bidder may submit the bid documents online mode only, through this portal. Offline documents
will not be handled through this system.

16. 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 of submission of the bid with all other relevant details. The documents
by submitted the bidders will be digitally signed using the e-token of the bidder and then
submitted.

17. After the bid submission, the bid summary has to be printed and kept as an acknowledgement as a
token of the Submission of the bid. The bid summary will act as a proof of bid submission for a tender
floated and will also act as an entry point to Participate in the bid opening event.

18. Successful bid submission from the system means, the bids as uploaded by the bidder is received and
stored in the system. System does not certify for its correctness.

19. The bidder should see that the bid documents submitted should be free from virus and if the
documents could not be opened, due to virus, during tender opening, the bid is liable to be rejected.

20. The time that is displayed from the server clock at the top of the tender Portal, will be valid for all
actions of requesting bid submission, bid opening etc., in the e-Procurement portal. The Time followed

10 of 11
in this portal is as per Indian Standard Time (IST) which is GMT+5:30. The bidders should adhere to
this time during bid submission.

21. All the data being entered by the bidders would be encrypted at the client end, and the software uses
PKI encryption techniques to ensure 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 of bid
opening. Overall, the submitted bid documents become readable only after the tender opening by the
authorized individual.

22. During transmission of bid document, the confidentiality of the bids is maintained since the data is
transferred over secured Socket Layer (SSL) with 256 bit encryption technology. Data encryption of
sensitive fields is also done.

23. The bidders are requested to submit the bids through online e-Procurement 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 contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact
person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to MP
TENDERS Portal in general may be directed to the 24x7 MP TENDERS Portal Helpdesk.
3) The More information useful for submitting online bids on the MP TENDERS Portal may be
obtained at: [Link]

Signature Not Verified


Digitally signed by GOVIND PANCHOLI
Date: 2025.04.29 [Link] IST
11 of 11 Location: Madhya Pradesh-MP

You might also like