0% found this document useful (0 votes)
158 views156 pages

Revision of G.O.Ms.No.94 Recommendations

Uploaded by

sreenathmanjeera
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
158 views156 pages

Revision of G.O.Ms.No.94 Recommendations

Uploaded by

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

OFFICE OF THE DIRECTOR OF WORKS ACCOUNTS

TELANGANA STATE, HYDERABAD.

[Link]/TS/Hyd/Sn.I/A-1/2020-21/28 Date:15-06-2020.

Sub:- Public Works – Comprehensive revision of [Link].94, I&CAD (PW-


COD) Dept., dt:01-07-2003 – Recommendations of BOCEs –
Constitution of Committee for submitting report – Regarding.

Ref:- 1) I&CAD (Reforms) Dept., [Link].1183/Reforms/A1/2020, dt:28-02-2020.


2) [Link].2104/43/WP/A1/2020, dt:02.06.2020 of Finance (WP) Dept.,

*****
While communicating the recommendations of BOCEs to [Link].94,
I&CAD (PW-COD) Dept., Dt: 01-07-2003, the Government vide Memo 2nd cited have
requested the Director of Works Accounts to examine the recommendations and
furnish remarks in the matter.

Accordingly, a committee of officers is hereby constituted to examine the


recommendations of BOCEs to [Link].94, I&CAD (PW-COD) Dept.,
dt:01.07.2003 and to submit a report to the Government in this regard.

Sri. V. Phanibhushan Sharma,


1. Chairman
Director of Works Accounts, Telangana
Smt. H. Shailaja Rani,
2. Member/Convenor
Joint Director of Works Accounts, Hyderabad.
Sri. M. Venkateswara Raju,
3. Member
Joint Director of Works Accounts, Karimnagar
Smt. B. Padmaja,
4. Pay & Accounts Officer (W&P), Warangal Member
(Urban)
Sri. R.V. Ramagopal,
5. Member
Pay & Accounts Officer (W&P), Rangareddy.
Sri. S. Ramachandram,
6. Member
[Link] & Accounts Officer (W&P), Adilabad.

Contd…. 2.
:: 2 ::

Smt. H. Shailaja Rani, Joint Director of Works Accounts, Hyderabad and


Member/Convenor is requested to coordinate with the other members, by convening
one or two meetings / virtual meetings and submit detailed remarks on the
recommendations of BOCEs within 20 days for taking necessary action in the matter.

Encl: Copy of References. Sd/-


Director of Works Accounts,
Telangana State, Hyderabad.
To
The Members.

Copy to
The JDWAs, Hyderabad and Karimnagar for information.
The PAOs/APAOs concerned for information.

//T.C.F.B.O//

Joint Director of Works Accounts,


O/o. Director of Works Accounts,
Telangana State, Hyderabad.
GOVERNMENT OF TELANGANA
FINANCE (WP) DEPARTMENT

Memo No: 2104/43/WP/A1/2020 Date: 02-06-2020

Sub:- Public Works – Comprehensive revision of [Link].94, I&CAD (PW-


COD) Dept., Dt: 01.07.2003 – Recommendations of BOCEs – Reg.

Ref:- I&CAD (Reforms) Dept. [Link].1183/Reforms/A1/2020, Dt:28.02.2020.

*****
A copy of the Para/Clause wise recommendations of Board of Chief Engineers to
[Link].94, I&CAD (PW-COD) Dept., Dt:01.07.2003 as furnished by the Engineer-in-
Chief (AW) is forwarded to the Director of Works Accounts, T.S, Hyderabad and he is
requested to examine the same and offer his remarks in the matter.

K. RAMAKRISHNA RAO
PRINCIPAL SECRETARY TO GOVERNMENT

To
The Director of Works Accounts,
Telangana State, Hyderabad. (w.e),
SF/SC.

//FORWARDED :: BY ORDER//

SECTION OFFICER
GOVERNMENT OF TELANGANA
IRRIGATION AND CAD DEPARTMENT

From: To:
B. Nagendra Rao, [Link] The Special Chief Secretary to the Government (FAC)
Engineer-in-Chief (AW) Irrigation & CAD Department,
Irrigation & CAD Department and 6th Floor, BRKR Bhavan,
Chairman, Board of Chief Engineers Telangana Secretariat,
Jalasoudha Building, Errummanzil, Hyderabad.
Hyderabad – 500 082.
[Link]/IW/P&M/EE/DEE.2/AEE.5/Rev of GO 94/2019 Dt: 30.01.2020.

Sir,
Sub: Irrigation & CAD Department - Comprehensive Revision of GO Ms No.94, I&CAD
(PW-COD) Dept., dated 01.07.2003- Placed before the Board of Chief Engineers
(BOCEs) - Recommendations of BOCEs - For approval - Requested - Regarding.

Ref: 1. Chairman, BOCEs letter No. ENC/IW/P&M/EE/DEE2/AEE5/Rev


GO 94/2018, dated 29.10.2018.
2. Minutes of Board of Chief Engineers Meetings held on 29.1 1.2018.

*****
It is to submit that, after formation of Telangana State, the Board of Chief Engineers during its
meeting held on 29.10.2014 has opined that the age old existing Codes/Manuals/GOs of erstwhile
combined AP needs to be comprehensively revised to the requirements of newly formed State of
Telangana. Accordingly, after due discussions and necessary recommendation by the Board of Chief
Engineers, the Revision of Delegation of Powers under [Link].1007, Revision of D-Code & A-
code including Common Standard Bid Document (CSBD) for all Engineering Departments were
submitted to the Government requesting for its approval.

The [Link].94, I&CAD (PW-COD) Dept., dated 01.07.2003 was approved during the
year 2003. Since then many subsequent amendments to the above GO was accorded by the
Government.

The subject issue of comprehensive Revision of [Link].94, I&CAD (PW-COD) Dept.,


dated 01.07.2003 was placed before Board of Chief Engineers during its meeting held on 29.11.2018
for its discussion and necessary recommendations in the matter.
1
After comprehensive deliberations in the matter duly considering all relevant clauses/paras
recommended under revised [Link].1007, Revision of D-Code & A-code and Common Standard
Bid Document (CSBD), the Board of Chief Engineers has recommended the Revision of
[Link].94, I&CAD (PW-COD) Dept., dated 01.07.2003 to the Government for its approval.

The para/clause wise recommendations of Board of Chief Engineers on comprehensive


revision of [Link].94, I&CAD (PW-COD) Dept., dated 01.07.2003 are consolidated under
minutes of meeting vide Annexure-A.

The salient/major deviations recommended by Board of Chief Engineers (BOCEs) are


explained in the detailed Note on revision of [Link].94 and here with enclosed for favour of
information.

In view of the above, it is requested to accord approval of the Government for the
Revision of [Link].94, I&CAD (PW-COD) Dept., dated 01.07.2003 as recommended by the
Board of Chief Engineers, at an early date.

Encl: 1. Minutes of meeting of BOCEs on


Revision of [Link].94
2. Detailed Note
3. [Link].94, dated 01.07.2003

Yours faithfully,
Sd/- B. Nagendra Rao, Dt: 30.01.2020
Engineer-in-Chief (AW)
Irrigation &CAD Department and
Chairman, Board of Chief Engineers

1. Copy communicated to the Engineer-in-Chief (Irrigation), I & CAD Department for


information.

2. Copy communicated to the HODs of all Engineering Departments for information.

Sd/- B. Nagendra Rao, Dt: 30.01.2020


Engineer-in-Chief (AW)
Irrigation &CAD Department and
Chairman, Board of Chief Engineer

2
NOTE ON REVISION OF GO Ms No 94
I&CAD (PW-COD) Dept., Dated 01.07.2003

***
After formation of Telangana State, it is opined by the Board of Chief engineers during
its meeting held on 29.10.2014 that the age old existing Codes/Manuals/GOs of erstwhile
combined AP needs to be comprehensively revised to the requirements of newly formed State
of Telangana. Accordingly, after due discussions and necessary recommendation by the
Board of Chief Engineers, the Revision of Delegation of Powers under GO Ms No 1007,
Revision of D-Code & A- code including Common Standard Bid Document (CSBD) for all
Engineering Departments were submitted to the Government requesting for its approval.

The subject issue of comprehensive Revision of GO Ms No 94 I&CAD (PW-COD)


Dept., dated 01.07.2003 was placed before Board of Chief Engineers during its meeting held
on 29.11.2018 for its discussion and necessary recommendations in the matter.

After comprehensive deliberations in the matter duly considering all relevant


clauses/paras recommended under GO Ms No 1007, Revision of D-Code & A-code and
Common Standard Bid Document (CSBD), the Board of Chief Engineers has recommended
the Revision of GO Ms No 94, I&CAD (PW-COD) Dept., dated 01.07.2003 to the
Government for its approval.

The salient/major deviations recommended are as below:

1. Price adjustment for labour and other materials is recommended irrespective of


time period for the works whose estimate contract value (ECV) is Rs 2.00 crore and
above.

2. In respect of fixed/statutory recoveries like GST, Labour Cess, NAC, Seigniorage


charges, DMF and SMET etc., it is recommended to keep the same in Part-B of Tender
schedule for reimbursement of the same as per actuals during execution of work.

1
3. Additional security deposit (ASD) is proposed for the discount tenders when the
offered discount is more than 10% of the estimated Contract Value (ECV) of work.
BG/ Online Payment receipt for the difference between the tendered amount and 90%
of the estimated contract value shall be collected from the successful Bidder before
concluding the agreement.

4. Sub-letting/subcontracting
If the value of subcontracting portion of work is less than Rs.1000.00 Lakhs
qualification criteria of clause 10(A) shall not be considered subject to condition that
sub-letting shall not exceed 45% of contract value. No qualification criteria shall be
considered for Sub-letting the works up to Rs.50.00 crore for the works costing more
than Rs.100.00 crore for supporting local entrepreneurs verified with Aadhar Card.
However, for the works costing up to Rs.100.00 crore, Sub-letting of works without
qualification criteria shall be limited to Rs.10.00 crore only. The Principal
contractor/JV is responsible for the required Technical competency/expertise in
executing the sub-let works

5. Finalization of Tenders:
The Executive Engineer's shall finalize the tenders of E.C.V., up to Rs.50.00 Lakhs,
Superintending Engineer's above Rs.50.00 Lakhs upto Rs.100.00 Lakhs; the Engineer-
in-Chief/Chief Engineer's above 100.00 Lakhs upto Rs.1000.00 Lakhs and
Commissionerate of Tenders (COT) above Rs. 1000.00 Lakhs, respectively.,

6. Mobilization Advance:
As a policy of the Government, advances to Contractors is prohibited and
discouraged. For any specific requirements, approval of the Government shall be
obtained

2
9. The formula for assessment of Bid capacity of bidders is revised from 2AN-B to
3AN-B as recommended in SBD.

10. The Incentive clause for the works completed within agreement period is kept
optional and recommended for such identified and Specialized Technical works as
approved by the concerned Chief Engineer/ Engineer-in-Chief.

11. The clauses pertaining to online Registrations of Special class & Class-I Contractors
through web portal is included as per [Link].18, I&CAD (Reforms) Department,
dt:03-03-2017 and [Link].13, I&CAD (Reforms) Department, Dt: 16-03-2018.
The cyclic orders of allotment of applications to the concerned ENCs/CEs of various
Engineering Depts for its processing was mentioned accordingly

12. The payment of EMD through DD is replaced by online payment/BG and relevant
paras are modified accordingly.

13. Submission of latest GST clearance certificate by the bidders is replaced by latest GST
returns certificate.

14. The contractors of Class-IV can Tender for all PW Dept works invited within the
Districts comprised in the jurisdiction of the Circle where the registration is done.

The Class-V Contractors can tender for all PW works invited within the District only
where registration is done.

Earlier, both Class-IV & V Contractors are limited to the concerned District works
only

15. Solvency Certificate being issued by the banks in their proforma as per RBI guidelines
shall be submitted.

16. Demerger of firms shall be permitted only after completion of on hand works

17. Rules for renewal of existing Registrations of Contractors was modified duly including
certain new paras as below.

4
a) The existing contractors have to apply for renewal within 3 months before the date of
expiry of the existing registration and not later than one (1) month from the date of
expiry existing registration.

b) Application for renewal is to be submitted as per Annexure-II with all relevant


documents.

c) The ENC's/CE's concerned shall obtain the confirmations of the existing registration
details from the previous registering authority. The validity of renewal of existing
registration will be for 5 years with validity starting date from the subsequent date of the
expiry of previous registration date in order to have continuity in the validity of
registration.

d) The acknowledgement for receipt of application for renewal of registration can be issued
by the concerned CE/ENC if the application is received before one month from the date
of expiry of validity of existing registration in full shape.

18. Exit Clause pertaining to cancellation of Registration for such desiring candidates
to facilitate participation in Election process was included.

19. The revoke proposals of the blacklisted contractor shall be initiated from the authority
by whom the blacklisting proposals are initiated

20. Monetary limit of Class-I Contractors (civil) to tender for works was increased from
Rs.30.00 crore to Rs.50.00 crore duly retaining the existing limits of other Classes
under Civil category.

21. In respect of submission of Credit facilities, it is stipulated to furnish the same in the
name of tendered work to avoid duplication of the same by the agencies.

22. If any ENC/CE/SE/EE desires to invite short tender notice necessary permission shall be
obtained from Tender approving authority.

23. In respect of availability of the Key personnel it is stipulated that "No two or more works
can have same persons simultaneously after the award of works". (The
Contractor/Agency should give declaration to that effect. The responsibility solely lies with
the agency)
5
24. The clauses pertaining to "Procedure for Payment of Performance Security
Deposit at the time of Agreement" was corrected for both online Payment and BG
accordingly.

25. In respect of other than civil category works, the qualification criteria at para. 10 (A)
(i.e., similar works & physical quantities) will not be made applicable for the works
costing below Rs 20.00 Lakhs.

26. Release of Additional Security Deposit (ASD) for over discounted works (i.e.,
discount greater than 10%) can be done only after completion of 50% work.

27. The following Note is added under Seigniorage Charges.


"While according Technical sanction the concerned Engineer-in-Charge should ensure
that, the relevant Seigniorage charges are reconciled separately duly excluding from
the data, so that, the above Seigniorage charges are not affected by quoted Tender
percentage".

28. Certain typographical/spelling mistakes are corrected wherever required.

With all the above deviations, the para wise recommendations of Board of Chief Engineers on
comprehensive revision of GO Ms No 94 I&CAD (PW-COD) Dept., dated 01.07.2003 are
consolidated under minutes of meeting vide Annexure-A and here with submitted to the
Government for approval.

Sd/- B. Nagendra Rao, Dt: 30.01.2020


Engineer-in-Chief (AW)
Irrigation &CAD Department and
Chairman, Board of Chief Engineers

6
Revision of [Link].94,
Irrigation & CAD (PW-COD) Dept.,
Dated 01.07.2003

RECOMMENDED BY BOARD OF CHIEF ENGINEERS

1
ANNEXURE — I

TENDER PROCEDURES

(1) PREPARATION OF REALISTIC ESTIMATES:


A. Standard Data:
i) The standard data which forms basis for preparation of estimates for all Civil
Engineering works shall be updated taking the improved construction technology
in to consideration.

ii) The Chairman Board of Chief Engineers and Engineer-in-Chief (Admn.), I&CAD
Department shall complete the updation of Standard data.

B. Finalization of Schedules of Rates (SoRs)


The SoRs shall be finalized before June without exception every year. The
preparation of SoRs shall be made more transparent by associating the
representatives of Construction Industry (Builders Association of India), National
Academy of Construction and the Institution of Engineers (India) Telangana State
Centre at the time of finalization.

The Chairman, BOCEs shall finalize the SoRs every year.

C. Provisions to be made in the estimates:


In order to prepare realistic estimates, the following provisions are permitted to be
added in the Part -2 of the estimate.

A lump sum provision shall be made in the estimate towards


(i) GST as per [Link].67, I&CAD (Reforms), Dt:04.07.2018 or as per the
orders of the Government issued from time to time.

(ii) Labour Cess as per GO MS No:112, Labour Employment Training and


Factories (Lab-II) dt :15.12.2009 or as per the orders of the Government
issued from time to time.

(iii) NAC as per GO MS No:19, TR&B(R-II) Dept., dt. 24.04.2015 or as per the
orders of the Government issued from time to time.

2
(iv) Seigniorage Charges as per [Link] No 67, Industries & Commerce
(Mines-I) Department, Dt: 26.09.2015 or as per the orders of the
Government issued from time to time.

(v) DMF & SMET as per G.O Ms No 71, Industries & Commerce (Mines-I)
Department Dt: 30.11.2016 & [Link].38, Industries & Commerce
(Mines-I) Dept., Dt: 31.05.2018 or as per the orders of the Government
issued from to time.

(vi) A provision of 0.5% or subject to a maximum of Rs 50.00 Lakhs in the


estimate towards Department for all Project allied and Miscellaneous
items like foundation stone, pylons, inaugurations etc.,

Note:-
At the time of preparation of estimates, proper care should be taken to provide the
lump sum provisions for the aforesaid items and necessary conditions also should be
incorporated in the tender document for suitable reimbursement to the contractors
from the above provisions.

D. Other Provisions:

(i) The Contractor shall engage Technical agents as specified in the agreement
and if necessary the contractor shall produce required copies of appointment
orders of Technical personnel at the time of agreement. Failing to comply with
the above, suitable penalty (SoRs Rate x 3 times) shall be imposed for not
engaging technical personnel and the Engineer -in- Charge shall take
necessary action for employment of key personnel duly meeting the
expenditure from the penalty so levied.

(ii) The contractor should employ Skilled labour not less than 25% of the total
required labour.

3
E. Rates for Earth work Excavation [with Machinery"]
Machinery rates are to be adopted in all the cases for earth work excavation where
the quantities exceed 1000 cum, with relaxation on the following items of works:
i) Earth work excavation for seating to lining for a depth of 0.10 m to 0.15m for
Canals / Channels.
ii) Removal of silt and slushy soils from the Canals / Channels where depth of
removal is less than 0.30m
iii) Earthwork excavation for restricted foundation for small structures, building
foundations etc.,
iv) Silt in slushy soils removal in lined canals, where movement of machinery is
restricted
v) Earthwork excavation for model sections, chutes etc., where the movement of
machinery is restricted.

(2) SANCTION OF ESTIMATES:


A. Administrative Approval:
Administrative approval for all Schemes/ Works/Projects will be issued in two stages.

I. In stage - I, For preparation of detailed Project reports.


i) Detailed, investigation.
ii) Preparation of EIA and EMP reports, R&R plan, forest clearance etc.,
iii) Preparation of detailed designs / drawings
iv) Obtaining of necessary clearances
v) Acquisition and possession of minimum lands required
vi) Completion of R&R, EMP etc.
vii) Shifting of Infrastructural utilities

II. In stage-II for Projects Construction: Projects will be prioritized and adequate
funds will be provided to complete them in realistic time frame. The second stage
administrative approval will be issued only after designs are finalized, detailed
investigation is completed and lands are acquired for taking up works without
interruption for the first two years. However, in respect of certain works such two

4
approvals will be given straightaway on certification by the Engineer -in-Chief / Chief
Engineer concerned that the Stage -I approval is not needed and that the designs are
finalized, detailed investigation is completed, lands are acquired and utilities are
shifted for taking up the work without interruption in the first two years.

B. Technical Sanction:

Notwithstanding anything contained in the relevant Codal provisions, APSS as


adopted for Telangana State and Government orders with regard to the procedure of
according the technical sanction, enhanced powers are delegated to the field officers
as follows:

Executive Engineers up to : Rs 50.00 Lakhs.


Superintending Engineers up to : Rs 100.00 Lakhs.
ENCs/Chief Engineers up to value of the administrative approval.
(Note: No Work should be split to come under this sanction purview)

C. Limits of inspection of works for issue of Technical sanction:

The departmental officials should inspect works before technical sanction is accorded
by the competent authority as per the monetary limits indicated below.

 For Engineers-in-Chief / Chief Engineers


: Rs.1000.00 Lakhs and above.

 For Superintending Engineers


: above Rs.100.00 Lakhs to below Rs 1000.00 Lakhs

 For Executive Engineers


: up to Rs. 100.00 Lakhs

Scrutiny of estimates should be taken up at random by authority one level higher than
that competent to issue technical sanction to the estimates except in the case of
Chief Engineer / Engineer-in-chief.

5
(3) TENDER NOTICE / DOCUMENTS:

A) Tender Notice or Notice Inviting Tenders (NIT) will be approved by the Engineers
for the works for which they are competent to accord technical sanction.

Value of Work
Time limit for receipt of Tenders from the date of
(in Rs) Publication

Time limit for receipt of Tenders from the date of


Value of Work
Publication
(in Rs)
1st Call 2nd and subsequent Calls

i) Up to 2 crore 7 days 7 days


ii) Above 2 crore 14 days 7 days

B) The Tender documents will be prepared by the concerned Engineers, bringing


greater transparency indicating the provisions made in the estimates for items
which are reimbursable to the contractors with relevant conditions therewith
relating to the implementation of the Contract and other eligibility criteria on both
physical and financial requirements in addition to the conditions contained in the
APSS as adopted for Telangana State and PW D-Code etc.,

(4) TENDERS INVITATION:


A. For the works up to Rs. 100 Lakhs the tender notice shall be published in District
editions of two Telugu dailies with wide circulation. For works costing more than
Rs. 100 Lakhs, the tender notices shall be published in one Telugu daily and one
English daily having wide circulation at the State level. The notice shall be in
short format to minimize the cost of publishing.

B. The tender schedules should contain not only the quantities but also the rates
worked out by the Dept. and the amount for each item and the total value of the
contract. The tenderer will not be required to quote item wise. He should indicate
his willingness to do the work either at the estimated value of the work or at a
percentage in excess of the estimated value of the work or at a percentage less
than the estimated value of the work.

6
C. The time allowed from the date of sale of Bid documents to the date of
receipt of tenders shall be as follows:

If the last day falls on holiday, next working day is treated as last date of
receipt of tenders.

D. In case of no response/no technically qualified bidders for the first call, the
time allowed for second and subsequent calls from the date of sale of Bid
documents to the date of receipt of tenders shall be 7 days. Further, the
qualification criteria under para 10 can be reduced to 50%.

E. If any ENC/CE/SE/EE desires to invite short tender notice necessary permission


shall be obtained from Tender approving authority.

5. COLLECTION OF EMP AT THE TIME OF ISSUING TENDER DOCUMENTS:


a) In case EMD is paid in the form of BG

In order to discourage purchase of tender documents by non-serious bidders,


tender documents shall be issued to contractors on payment of Earnest Money
Deposit at 1% of the estimate contract value (ECV).

The successful bidder shall pay EMD at the time of concluding the agreement
i.e., 2 ½ % of Agreement value duly taking back earlier paid EMD @ 1% ECV.

b) In case EMD is paid online


The successful bidder shall pay balance EMD at the time of concluding the
agreement i.e., 2 ½ % of Agreement value minus 1% of ECV which is already
paid.

6) PREVENTION OF COLLUSION OF CONTRACTORS:


(Applicable for off line tenders only)
With a view to prevent collusion or the formation into a ring by contractors, the
following orders are issued:

A. Tender schedules shall be issued till a date prior to the last date of submission of
tenders

7
B. Once a contractor buys a tender schedule he shall not be permitted to return the
schedule. After buying a tender-schedule, if a contractor does not tender for the
work, his EMD shall be forfeited (cash or bank guarantee or both).

7) RECEIPT OF TENDERS:
A. For off line tenders.
(i) The tender schedule shall be issued up to one day prior to the last day of
submission of Tenders. The tenders shall be received at the places and time as
specified in the Tender Notice. Preferably at Executive Engineer/
Superintending Engineer/ Chief Engineer and at Superintendent of Police
office concerned. The contractor shall be allowed to submit the tender either
personally or through his agent or by post. In case of submission of tender by
post the risk and responsibility for either loss or delays in transit of the same is
to be borne by the contractor. The tender opening authority will not consider
any tender received by him after the expiry of date and time fixed for receipt of
tenders.

(ii) Tender will be received in two parts in 2 different sealed covers. Cover-A and
Cover- B. The Cover -A shall contain the qualification data viz Annual Turnover
and value of works under execution etc., as at para (10). The Cover B will
contain the financial bid for the work in question. The cover A and Cover B will
be sealed and kept in another sealed envelope (cover C) supplied by the
department while issuing Tender Schedules

(iii) The EEs and SEs delegated with the power to invite the tenders will open and
evaluate the tenders as per the qualification criteria. While opening the tenders
care should be taken to first open Cover -C in the presence of the tenderers or
their authorized representative and other officials concerned on the specified
date and time and also to verify whether the Cover -A and Cover -B are
properly sealed and minutes shall be recorded to this effect then and there
only. In case the Covers A&B or any one of them are found / unsealed, such
tenders will not be opened and summarily rejected.

(iv) First cover (cover-A) with superscription as "TECHNICAL BID" which shall
contain the qualification criteria data will be opened.
8
(v) Second Cover (Cover-B) with the superscription of "PRICE BID" shall contain
the Schedule -A i.e., the statement of description of work, quantity, estimate
rate and amount. Price bid (Cover -B) of those tenderers who are determined
as qualified as per eligibility criteria will be opened on the date specified in the
tender notice and the Cover - B of un-qualified tenderers will not be opened and
kept in the safe custody till the tenders are finalized and there after shall be
returned to them along with EMD. The Schedule-A of price bid shall contain the
working items indicated as Part-I and LS provision as Part -II. The premium or
discount quoted by the Contractor shall be applicable only for Part-I. However,
the provisions contained in the Part-II will be operable basing on the conditions
provided in the tender Schedules. The tenderers will have to state clearly their
willingness to execute the work at the percentage excess or less or at par over
the ECV indicated at Part-I at the space provided therein.
(vi) The tender Inviting authority shall verify the correctness of certificates
submitted to meet the eligibility criteria and specifically for experience, the
authenticated agreements of previous works executed by the lowest tenderer,
shall be called for, before concluding the agreement.

The EMD will be returned to all the un-successful tenderers either after
concluding the agreement or on expiry of validity of tenders whichever is
earlier.
(vii) The EMD will be returned to all the un-successful tenderers either after
concluding the agreement or on expiry of validity of tenders whichever is
earlier.

(B) FOR TENDERS INVITED ON e- PROCUREMENT PLATFORM


(i) The tenderers need to contact the tender inviting Authority for any information/
clarifications required to submit their tenders on e- procurement platform.
(ii) The tenderers / suppliers need to register on the electronic procurement
platform of Government of Telangana, i.e., [Link]. For
obtaining digital signature certificate the tenderers / supplier may contact
TSTSL, Hyderabad. On registration with the e-procurement platform they will
be provided
9
with a user ID and password by the system using which they can submit their tenders
online.

(iii) After registering on the e procurement platform, tenderers need to scan and upload
the required documents as per the tender requirements on to their profile.

(iv) The tenderers shall authenticate the tender with their digital certificate for submitting
the tender electronically on e-procurement Platform and the tenders not authenticated
by Digital certificate of the tenderer will not be accepted on the e-procurement
platform

(v) The bidder shall mandatorily pay the transaction fee to M/S TSTSL, HYDERABAD
through the electronic payment Gateway.

(vi) A minimum of 3 days gap between Technical Bid opening date & Price Bid opening
date shall be provided.

(vii) The tenderers who participate in e-procurement platform shall submit their technical
bids, price bids etc., through online in the standard prescribed in the NIT and tender
documents, displayed at e- procurement platform. The tenderers should upload the
scanned copies of all the relevant and required certificates, documents etc., in the e-
procurement platform in support of their technical bids. The tenderers shall sign on all
the statements, documents, certificates, uploaded by him, owning responsibility for
their correctness /authenticity.

(viii) All the tenderers shall invariably upload the scanned copies of Online payment
through Net Banking / RTGS / NEFT /Credit Card / Debit Card / BG towards EMD in e-
Procurement system and this will be the primary requirement to consider the bid as
responsive.

(ix) The tenderer shall furnish a declaration in online on Rs.100/- Non- Judicial Stamp
Paper stating that the soft copies uploaded by them are genuine. Any incorrectness/
deviation noticed will be viewed seriously and apart from canceling the work duly
forfeiting the EMD, criminal action will be initiated including suspension of business.

(x) Submission of original Hard Copies of uploaded scanned copies of Online payment
through Net Banking / RTGS / NEFT /Credit Card / Debit Card

10
/BG towards EMD by Participating tenderers to the tender inviting authority
before opening of the price bid is dispensed with. However, if the tender
inviting authority requested the tenderers for the same by written demand in
case of necessity during the technical bid evaluation, the same shall be
produced by the tenderers for clarification with in stipulated period, without
fail.

(xi) The tenders will be opened Online in e-procurement platform by the


Superintending Engineer/ Executive Engineer or his nominee at his office on
the date and time specified in the NIT. All the statements, documents,
certificates, Online payment through Net Banking / RTGS / NEFT /Credit Card /
Debit Card / BG etc., uploaded by the tenderers will be down loaded for
technical bid evaluation. The clarifications, particulars if any required from the
bidders will be obtained by addressing the tenderers. The technical bids will be
evaluated against the specified parameters/ criteria; same as in the case of
conventional tenders and the technically qualified tenderers will be identified.

(xii) The Department shall carry out the technical bid evaluation solely based on the
Uploaded Certificates / documents, Online payment through Net Banking /
RTGS / NEFT /Credit Card / Debit Card / BG towards EMD in the e-procurement
System and open the Price bids of the responsive tenderers. The result of
technical bid evaluation will be displayed on the e platform, which can be seen
by all the tenderers who participated in the tenders.

(xiii) The price-bids of such tenderers, who are determined to have complied with
the eligibility criteria, will only be opened by the Executive Engineers/
Superintending Engineer or his nominee at his office after getting permission
from the next higher authority, on the date and time specified in the NIT. If the
office happens to be closed on the dates specified in the NIT, the respective
activity will be performed at the designated time on the next working day
without any notification.

(xiv) Any objections on the Technical bid evaluation/ disqualification made by the
bid inviting authority shall be represented within 10 days from the date of
11
opening of price bids and proper acknowledgement shall be obtained
invariably. The representations/petitions received after the specified period of
10 days will not be entertained.

(xv) The Department will notify the successful tenderer for submission of original
hard copies of all Uploaded documents, Online payment through Net Banking /
RTGS / NEFT /Credit Card / Debit Card / BG towards EMD prior to entering into
the Agreement.

(xvi) The successful tenderer shall invariably furnish the originals of Online
payment through Net Banking / RTGS / NEFT /Credit Card / Debit Card / BG
towards EMD, certificates / documents of the uploaded scanned copies to the
Tender inviting Authority before entering into agreement either personally or
through courier or post and the receipt of the same within the stipulated date
shall be the responsibility of the successful tenderer. The Department will not
take any responsibility for any delay in receipt / non-receipt of Online payment
through Net Banking / RTGS / NEFT /Credit Card / Debit Card / original BG
towards EMD, certificates / documents from the successful tenderer before the
stipulated time. On receipt of documents, the Tender inviting authority shall
ensure the genuineness of the Online payment through Net Banking / RTGS /
NEFT /Credit Card / Debit Card / BG towards EMD and all other certificates/
documents uploaded by the tenderer in e-procurement system in support of
the qualification criteria before concluding the agreement.

(xvii) If any successful tenderer fails to submit the original hard copies of uploaded
certificates / documents, Online payment through Net Banking / RTGS /
NEFT /Credit Card / Debit Card / BG towards EMD within the stipulated time or
if any variation is noticed between the uploaded documents and the hard
copies submitted by the tenderer, the successful tenderer will be suspended
from participating in the tenders on e-Procurement platform for a period of 3
years by the tender inviting authority duly getting approval from the next
higher authority. The e- Procurement system would deactivate the user ID of such
defaulting successful tenderer based on the trigger / recommendation by the tender
Inviting Authority
12
in the system. Besides this, the Department shall invoke all processes of law including
criminal prosecution of such defaulting tenderer as an act of extreme deterrence to avoid
delays in the tender process for execution of the development schemes taken up by the
Government. The information to this extent will be displayed in the e-procurement
platform website.

8) FINALISATION OF TENDERS:
(i) The Executive Engineer shall finalize the tenders of E.C.V., up to Rs.50.00 Lakhs,
Superintending Engineer above Rs.50.00 Lakhs upto Rs.100.00 Lakhs; the
Engineer-in-Chief/Chief Engineer above 100.00 Lakhs upto Rs.1000.00 Lakhs and
Commissionerate of Tenders (COT) above Rs.1000.00 Lakhs respectively and as
per orders of the Government issued from time to time.

(ii) Negotiations are not permitted to be conducted at any level.-However, good gesture
rebate, if offered by the lowest bidder voluntarily prior to finalization of Tenders may be
accepted by the Tender accepting authority.

9) VERIFICATION OF CERTIFICATES AND EXPERIENCE:

a) A website will be created and maintained by Commissioner of Tenders wherein details of all
contractors will be made available. Existing Contractors should submit the details of their
experiences with an affidavit before the Commissioner of Tenders. The Commissioner of
Tenders should place all these details on the web site. Those having objections should file
before the Commissioner of Tenders, within a period of one month from the date of
placement of experience particulars on the website. The Commissioner of Tenders should
conduct the investigation on the objections of the contractors filed and final experience
certificate should be displayed on the website within one month from the date of receipt of
objections filed by the contractors. If any contractor submits false information, he will be liable
for blacklisting. The Commissioner of Tenders should send proposals recommending to the
Government with proper justification for black listing such of those contractors who furnish
false information.

b) All Executive agencies in different departments will be given a password for making
necessary entries in the website from time to time. Updating of the information on the website
shall be done by the awarding authority as and when a work is awarded.

13
Similarly, if a work is cancelled, the same should also be reflected in the website by
canceling authority. Verification of certificates by sending to various agencies should
be done away with while examining the eligibility. Instead, the information in the
website should be used by all. This information should be cross checked by the
Commissioner of Tenders every year. The Commissioner of Tenders will also
examine the objections as and when received. Those giving false of objections shall
be penalized upto an amount of Rs. 10, 000/-. Detailed orders in this regard will be
issued separately for which proposals shall be sent by Commissioner of Tenders.
The Commissioner of Tenders can also examine and have details verified suo-moto.

c) The Commissioner of Tenders should issue pass books to each contractor containing
all the details covering experience, financial capacity etc. The contractors should
enclose a Xerox copy of the pass book along with tender applications. Works
awarded / cancelled should be entered in the passbook by an officer not lower than
the rank of Executive Engineer. The details in the passbook should tally with those in
the website.
Duplicate pass books can be issued on payment of an amount of Rs.5,000/ on the
first occasion and Rs. 25,000/ - subsequently.

d) Contractors who execute their works within time as per specifications shall be issued
a merit certificate acknowledging their timely completion ensuring good quality. The
merit certificate shall be given in a public function wit due publicity to increase the
prestige and standing of the contractors in the society. While giving works on
nomination the contractors who have received the merit certificates for quality and
timely performance, shall be given preference over others. The performance of the
contractors on the works shall be obtained and maintained in the offices of the
Registering authorities viz., EEs, SEs, CEs and Board of CEs. The performance shall
be assessed annually and the results shall be made use of while considering
applications for renewal of contractor's registrations

14
e) INCENTIVE: The Contractor who completes the work within agreement time period
shall be paid additionally 1.5% of value of the work executed as an incentive. The
incentive would be paid after completion of the work within the agreement period. The
1.5% of the amount to be paid would be on the total value of executed work with
agreement rates excluding all the taxes as applicable and price adjustment amounts.
This incentive will not be applicable for the works extended beyond agreement period
for any reason.

(Note: This Incentive clause is optional and shall be applicable for such identified and
Specialized Technical works as approved by the concerned Chief Engineer/ Engineer-in-
Chief only)

10. QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID.

A) To qualify for opening the Price Bid each bidder in its name, during the last Ten
financial years*** (i.e. from -------- to -------------) should comply with the following.

(Note: Specify the financial years; those immediately preceding the financial year in which the
tenders are invited)

i) Satisfactorily completed not less than 90% of physical contract value as a PRIME
CONTRACTOR or as a sub-contractor (duly certified by the Executive Engineer/ Payment
certifying authority and counter signed by Superintending Engineer/ equivalent rank/ Person
above the payment certifying authority) similar works -----------/-----------/------------ (indicate
broad nature of work) of value not less than Rs: ------------- lakhs (usually 50% of Estimate
contract value (ECV) of the work per year) in any one financial year, during last ten financial
years*** as specified above updated to current price level giving a weightage of 10% per
year.

ii) Executed in any one financial year during last ten financial year*** the following minimum
physical quantities (Usually 50% of the expected peak quantities of construction per year).

[Link]. Principal Items of Work Minimum Required Quantity


1
2

15
(For the period of work up to 6 months, Qualification Criteria for 10 (A) shall be taken as half
year and for more than 6 months and up to one year, Qualification Criteria for 10 (A) shall be
taken as one year)
Note:

1. Only items which have i) 25% or more weightage for Normal items and ii) 10% or more
weightage for Specialized items shall be mentioned. In case of specialized items, the
Tender document approving authority shall invariably justify the same. Generic item quantities
can be clubbed.

2. The qualification criteria at clause 10 (A) shall not be made applicable for the Civil category
works costing Rs 10.00 crore (ECV) and below.

*** In case, the current financial year is claimed by the bidder, the last (10) ten financial years would
be including the current financial year otherwise the last (10) ten financial years would be
excluding the current financial year.

B. Each bidder shall farther demonstrate with documentary evidence.

(a) Availability of the following Key and critical equipment (either owned or leased) costing
more than Rs 10.00 lakh for the work.

i) In case of owned equipment, the bidder has to upload either a certificate issued by
the Executive Engineer, with in the block period (or) a Declaration on non-judicial
stamp paper worth Rs 100/- as prescribed in Statement-V along with sufficient proof
of documents in support of owning key and critical equipment such as Invoice /
certificate of registration by the competent authority.

ii) In case of Leased equipment, the bidder shall invariably upload the lease agreement
for the work along with sufficient proof of documents in support of owning leased
equipment by the lease, such as certificate issued by the Executive Engineer (or) /
certificate of registration by the competent authority in proof of owning the key and
critical equipment.

(Note:. The Tender Inviting Authority should mention the minimum required quantity of Major
equipment costing more than Rs 10.00 lakh only)

(b) Availability of the Key personnel with adequate experience as required should be indicated
based on the requirement for the work to be executed. No two or

16
more works can have same persons simultaneously after the award of works. (The
Contractor/Agency should give declaration to that effect. The responsibility solely lies
with the agency)

(c) Credit facilities:

i. For works whose ECV > 2.00 Crores:

Credit facility certificate shall be furnished in the name of tendered work as


per Annexure – I -B from Scheduled banks for the required amount i.e.,
equivalent to three (3) months estimated average cash flow in peak
construction period as per bid condition.

ii. For works whose ECV < 2.00 Crores:

Credit facility certificate as per Annexure-I-B in the name of tendered work or


Solvency certificate being issued by Banks in their own proforma or the Net
worth certificate issued by Chartered Accountant shall be furnished for the
required amount i.e., equivalent to three (3) months estimated average cash
flow in peak construction period as per bid condition.

(d) EMD in the shape of Online payment through Net Banking / RTGS / NEFT /
Credit Card / Debit Card / Bank Guarantee in the standard format as per
Annexure-I (C) enclosed, for Rs……./- (one percent of the estimated contract
value). In case of BG, it should be valid for 6 months.

NOTE 1: Procedure for Payment of Performance Security Deposit (2½ % of


TCV) at the time of Agreement.

i) For the bidders who have paid EMD @ 1% of ECV through Online Payment they
may pay the performance security deposit amount of Rs………. (difference of 2½ %
TCV and 1% ECV) through Online Payment/ Challan Generation.
Or
They may furnish BG for an amount of Rs………….(difference of 2½ % TCV and
1% ECV in the proforma of Performance Security Deposit, Annexure-(D).

17
ii) For the bidders who have paid EMD i.e., 1% of ECV through BG they should
furnish the BG for Performance security deposit Rs…………( 2 ½ % TCV ) in the
proforma Annexure-I(D) duly collecting the earlier paid (1% ECV) EMD BG.
NOTE 2: All the payments towards EMD should be paid through Net
Banking / RTGS / NEFT /Credit Card / Debit Card / B.G only

(e) Experience relating to the works executed in State/ Central Government


departments or State/ Central Public Sector undertakings / Quasi Government
organization shall only be considered. The certificate to be issued by the
Engineer-in-Charge of Government department / undertaking not below the rank of
Executive Engineer or equivalent and countersigned by the rank of SE or
equivalent shall be considered.

f) Sub-contractor's experience, in his name shall be taken in to account in


determining the Tenderer's compliance with the Qualification criteria, if it is as per
Clause 15 below

g) In case of Joint venture works, the experience gained to the extent of the
tenderer's share shall be taken in to account in determining the tenderers
compliance with the qualification criteria

11) BID CAPACITY:


A) The tenderers who meet the requirement qualification criteria will be qualified only
if their available bid capacity is more than the estimated value. The available bid
capacity will be calculated as under:

Assessed Available Bid Capacity: 3 x A x N - B


Where
A= Maximum value of civil engineering works executed in any one year during the last Ten
years (updated …. * price level) taking into account the completed as well as works in
progress.

N= Number of years prescribed for completion of the work for which Tenders are invited
[Period of completion of work for which tenders are invited in months / 12]
18
*Period up to 6 months to be taken as half year and more than 6 months up to 1 year
to be taken as 1 year].

B) Updated value (at current Price level) of all Balance works to be completed in
proportion to the Period of completion of the work for which Tenders are invited
and also works allotted to the Tenderer as LOA. (Letter of Acceptance)

Note:
i. The statement showing the value of existing commitments and ongoing works as well
as the stipulated period of completion remaining for each of the works listed should be
issued by the Engineer-in-Charge of Government department / undertaking not below
the rank of Executive Engineer or equivalent and countersigned by the rank of SE or
equivalent. The statement to the above effect will be clearly enclosed to the Bidding
document, and the tenderer shall furnish the particulars invariably in the same format
failing which the tender shall be treated as incomplete and summarily rejected.

@ = at.... * Price level. Financial turnover and cost of completed works of previous
years shall be given weightage of 10% per year to bring them to …….., price level

*
* The financial year in which bids are invited.

ii. Even though the tenderer meets the above qualification criteria, he/she shall be
disqualified if he/she is found to have misled or made false representation in the forms,
statements submitted in proof of the qualification requirements of record of poor
performance such as abandoning works not properly completed in the contract,
inordinate delays in completions, litigation history and or financial failures and / or
participated in the previous tendering for the same works and had quoted unreasonably
high bid prices. In addition to the above, even while execution of the work, if found that
the Contractor had produced false/fake certificates of experience, he/she will be black
listed and work will be taken over invoking clause 60 (a) of PS to APSS as adopted for
Telangana

19
iii. Tenders shall be valid for a period of 3 months. Before the expiry of the validity,
the authority competent to call for tenders shall seek for further extension of
validity from the qualified contractors and in case the validity is not extended
his /her tender will not be considered and the EMD shall be returned. During the
period of validity if any tenderer withdraws his tender, his/her EMD shall be
forfeited and suspended from business for one year.

12) QUALIFICATION CRITERIA FOR WORKS COSTING Rs.1000.00 LAKHS AND


BELOW:

a) The qualification criteria at para.10(A) will not be made applicable for Civil
works category costing below Rs.1000.00 Lakhs (ECV) in all State
Government Departments / State Government Undertakings / Corporations.

b) The qualification criteria at para.10 (A) will not be made applicable for all
other categories (other than civil category) of works, costing below Rs.20.00
Lakhs (ECV) in all State Government Departments / State Government
Undertakings / Corporations.

c) For all categories of works irrespective of cost, collection of EMD shall be


Online payment through Net Banking / RTGS / NEFT /Credit Card / Debit
Card/ BG/ Challan generation.

13) TENDER PREMIUM:

(a) Ceiling of Tender Premium:

For all works the ceiling of tender premium shall be 5%. If the tender premium quoted
is more than 5%, the matter should be referred to the Government and the
Government may order for a fresh call or may constitute a committee to award the
work.

(b) Discount Tenders:

(Percentage less than estimated cost) : For tenders up to 10% less than the
estimated contract value (ECV)of work, no additional security deposit (ASD)
20
is required. But for tenders less by more than 10% of the estimated Contract
Value of work, Online payment through Net Banking / RTGS / NEFT /Credit Card
/ Debit Card/BG (As per Annexure -1(E) for the difference between the tendered
amount and 90% of the estimated contract value shall be collected from the
successful Bidder before concluding the agreement so that if the tenderer leaves
the works midway and the department is forced to call for tenders for the work once
again, the bank guarantee or Online payment through Net Banking / RTGS / NEFT /
Credit Card / Debit Card /BG shall be used to finance the re- tendered work

Note:
ASD amount=90% of ECV-TCV
Release of ASD can be done only after completion of 50% of work

(14) (i) ENTRUSTMENT OF WORKS ON SELCTION BASIS:

a) The tenders received are found to have abnormally high percentage (offline tenders) or
within the permissible ceiling limits prescribed but under collusion or due to unethical
practices adopted at the time of tendering process, shall be rejected.

b) When such situation arises that even for second tender call, the reasonable
percentage in fair and free environment is not received/ when there is no response
for three calls, the works may be entrusted on selection basis from out of the list of
contractors who are possessing the eligibility criteria and with proven track record as
specified in the tender document will be selected in turns of 5 contractors at each time
and will be asked to file their price bids at a specified place and time before the
competent authority. The committee assessing the reasonableness of excess
percentage quoted will recommend to award, the work to the lowest of all the
contractors participated. The contractor to whom the work is entrusted on selection
basis will be provided necessary security and protection if requested at his cost.

(ii) COMMITTEES TO ENTRUST WORKS ON SELECTION BASIS.

For the purpose of above selection and entrustment of works to contractors the
composition of the committees at District and State level and powers delegated to them
are as under:
21
(a) For the works costing up to Rs.200.00 Lakhs, a committee consisting of the Collector
of the District in which work is located, the SE concerned with the work and two
Superintending Engineers of two other works Departments viz., Panchayat Raj, R&B
and the Irrigation Department will recommend to the competent authority to award the
work.

(b) For the works costing above Rs.200.00 Lakhs up to Rs.1000.00 Lakhs, the
committee consisting the Chief Engineer concerned Department and Engineer-in-Chief
and Chief Engineer of other department will recommend and award the works on the
selection basis, up to a ceiling of 5% Tender premium.

(iii) ENTRUSTMENT OF WORKS ON NOMINATION BASIS:


(a) For giving works on Nomination, the lists of contractors with good track record will be
prepared by CE/ENC concerned. In preparing these lists the volume of works done by
them, quality of works done by them, the infrastructure possessed by them and also
works on hand and their capability will also be considered. The contractor offering to do
the work at the lowest rate will be given the work. Time allowed for selection by the
Committee will be 5 days.

15) SUB-CONTRACTS:

If the prime contractor desires to sub-let a part of the work he should submit the same
at the time of filing tenders itself or during execution, giving the name of the proposed
Sub-Contractor, along with details of his qualification and experience. The Tender
Accepting Authority should verify the experience of the Sub-Contractor and if the Sub-
Contractor satisfies the qualification criteria in proportion to the value of work proposed
to be sub-let, he may permit the same. The total value of works to be awarded on sub-
letting shall not exceed 45% of contract value. The extent of subletting shall be added
to the experience of the sub- contractor and to that extent deducted from that of the
main contractor.

If the value of subcontracting portion of work is less than Rs.1000.00 Lakhs


qualification criteria of clause 10(A) shall not be considered subject to condition
that sub-letting shall not exceed 45% of contract value.
22
No qualification criteria shall be considered for Sub-letting the works up to Rs
50.00 crore for the works costing more than Rs 100.00 crore for supporting local
entrepreneurs verified with Aadhar Card subject to condition that sub-letting shall
not exceed 45% of contract value. However, for the works costing up to Rs.
100.00 crore, Sub-letting of works without qualification criteria shall be limited to
Rs. 10.00 crore only. The Principal contractor/JV is responsible for the required
Technical competency/expertise in executing the sub-letting works.

Note:
i. As the entire Agreement is subsisting, acceptance of sublet proposals will not reduce
the responsibility of the Main contractor for completion of the work in accordance with
Agreement conditions. The sublet proposals are accepted only to facilitate contractor of
early completion of the work.

ii. For the above stated reasons, no separate agreement is to be concluded with the sub-
contractor.

iii. All payments are to be made to the main contractor.

iv. The extent of subletting shall be added to the experience of the ' sub-contractor
and to that extent to be deducted from that of the main contractor.

v. The genuineness and correctness of all the documents furnished by the proposed sub-
contractor shall be verified by the Competent Authority for genuineness and
correctness.

vi. It may be ensured that the proposed sub-contractor possesses the Key and critical
equipment, Technical Personnel, required for the work as per tender conditions and
verified by the Competent Authority. Availability of technical persons with the sub^
contractor may be ensured.

vii. Performance Security continues to be supplied and maintained by the main contractor.

viii. Main contractor is not discharged from any liability arising out of the Agreement.

ix. Subletting among JV members shall not be entertained as it is against the principle of
JV.
23
x. The contractor to whom sublet is proposed shall execute the work sublet to him only
after receipt of the proceedings of approval by Competent authority. Experience
certificate will be given to the subcontractor for that part of sublet work only.

xi. In case of specialized items like Electro-Mechanical and Hydro-Mechanical works the
sub-contract is allowed only after ensuring respective eligibility criteria pertaining to
these items.

16) PRICE ADJUSTMENT:

Price Adjustment Clause shall apply for Steel, Cement, Bitumen and POL for all the works
irrespective of estimated cost & time period Price adjustment in respect of Steel,
Cement, POL and Bitumen will only be considered when the difference between the
estimated rate and its current price for the period under consideration is more or less
than by 5%. Thus, if the price increase is 10%, payment will be made only to the extent
of 5% (10°/o-5%) and vice versa in case of decrease in rates The final Rates of Steel,
Cement, POL and Bitumen to be considered for Price adjustment shall be 28 days prior
to the last date of measurement recorded to which a particular bill of payment is related
Price Adjustment Clause shall apply for labour and other materials only for the works
where the estimate contract value is Rs. 2.00 Crore and above and irrespective of
time period

i) The price adjustment shall be applicable within original contract period or period
extended on grounds of the departmental delays and valid reasons and shall not
be applicable to the extensions granted on account of the contractor's fault.

ii) For the works taken up in externally aided projects, the guidelines specified
thereon shall be followed.

17. MOBILISATION ADVANCE

Advances to Contractors as a rule prohibited and discouraged. For any specific


requirements approval from the Government shall be obtained.

24
18) CONSTRUCTION MATERIALS:

The present practice that the contractor has to procure at his own cost the principal
construction materials like cement, steel, bitumen, sand metal soils etc., shall continue.

19) SEIGNIORAGE CHARGES:

The Seigniorage charges will be recovered from Contractors bills for the
materials used on the work as per the rates prescribed in the contract
documents and orders of the Government issued from time to time.

Seigniorage charges along with DMF and SMET will be kept under reimbursable
items in Part-II of Schedule-A of Tender document

(Note: While according Technical sanction the concerned Engineer-in-Charge should


ensure that, the relevant Seigniorage charges are reconciled separately duly excluding
from the data, so that, the above Seigniorage charges are not affected by quoted
Tender percentage.)

20) GST (Goods and Services Tax):

GST is applicable on Works Contract and shall be implemented as per GST Act
and guidelines/orders of the Government issued from time to time.

21) LIQUIDATED DAMAGES:

The liquidated damages are imposed on the contractors as per the present practice basing
on the milestones.

22) PAYMENT OF BILLS:

The contractors will be permitted to submit their work bills once in a month and payment will
be made after proper check of quantity and quality within a reasonable time limit. The final
payment of the contractor should not be delayed for want of certificate from the quality
control staff.
25
23) PAYMENT FOR EXCESS QUANTITIES:

Payments for execution of quantities, in excess of agreement quantities, should be


made without delay and the EEs should take prompt action to obtain the approvals of
the competent authority to make the payment to the contractors. Failure in this regard
shall result in disciplinary action being taken against the concerned engineers.
Similarly, final payments to contractors should not be delayed for want of a certificate
from the Quality Control Staff. The Chief Engineers should ensure proper
performance of the Quality Control Wing and see that they give the certificates in time
on pain of disciplinary action to avoid delays in the payment of final bills to the
contractors.

24) QUALITY CONTROL:

(a) The Contractor and the Engineers in charge of construction / maintenance are
responsible for the quality of construction / maintenance. The departmental executing
Engineers will act as Quality Assurance Engineers. The Quality Control Officials are
accountable for the quality of the work where certification issued by them. They should also
act as Quality Audit Engineers. Quality Control Inspection shall be taken up at critical stages
of the work.

QC certificate/ QC Inspection Report (as the case may be) from the concerned shall be
submitted for the Work bills at the following defined levels.

i) For all the works whose agreement value is equal to and less than Rs 50.00 lakh,
requisite QC certificate/QC Inspection report shall be submitted at final bill level.

ii) For all the works whose agreement value is more than Rs 50.00 lakh

(a) QC certificate/QC Inspection report shall be submitted at 1/3rd, 2/3rd and final
stages of work.

(b) In respect of major Structures like Dams, Buildings and other CM&CD works etc.,
the QC certificate/QC Inspection report shall be submitted at critical stages of
construction i.e., Foundation level, Superstructure level and Final level
26
(c) If the work is completed by 1 & Final and 2 & Final, the QC certificate/QC
Inspection report shall be submitted at final bill level. If, the 1 st RA bill of 2 & Final
exceeds 1/3rd value, it shall be mandated for QC concurrence.

iii) In addition to the above stages of ii) (a) (b) and (c), for all the RA bills of more than
Rs.2.00 crore, they shall invariably have requisite QC certificate/QC Inspection report
(as the case may be) from the concerned.

(b) If external agencies are engaged, for conducting quality audit, the following
methodology given below should be adopted.

i) Before inspecting the work, the external agency should inform the Head of the
Department. It should conduct quality control tests as per the standard procedures in
the presence of Construction and Quality Control Engineers and the Contractor who is
executing the work.

ii) The observations of the external agencies on the quality of work should be recorded
then and there and signatures of all the concerned obtained as a token of acceptance
of the observations.

(c) For all works costing more than Rs. 2.00 Crores, the Contractor shall submit quality
plan and also show proof of owning Quality Laboratory or having tie -up with an
established Quality Laboratory. The details of Quality Control Test Equipment required
should be incorporated in the Tender Documents. The equipment needed should be
standardized by individual departments depending on nature of work.

For all the works whose agreement value is equal to and less than Rs 2.00 crore, the
testing charges at Departmental QC Lab/TSERL or through other approved
organizations shall be borne by the Contractor only.

(d) All the major contractors should be encouraged to have ISO certification and those
having the same may be given preference in awarding of works.

25) DEFECT LIABILITY PERIOD:


The contractors are responsible for the quality of works executed till the expiry of defect
liability period, which is now prescribed as two years for original works and maintenance
works. Each department should formulate and issue guidelines based on the nature and life
span of works.
27
26) TRAINING:

Up to one percent of the budget allocation shall be set apart to train Engineers of the
Departments at all levels for introducing new technologies, practices, materials in execution
of works.

27) SITE ORDER BOOK:

The site order book shall be maintained as provided for in the Codes and it should contain
the remarks and instruction of all engineers who visit the work viz.,the EE, SE, CE and
Engineer-in-Chief.

28) COMMITTEES TO RESOLVE INTER-DEPARTMENTAL PROBLEMS

In order to expedite execution of works and to remove any difficulty that contractors may
face in obtaining clearances and other infrastructure facilities from various departments such
as shifting of power lines, procurement of blasting materials, power supply connection etc.,
at the District level, the Collector will formulate Committees and take necessary steps. The
Chief Secretary will have periodical review with the concerned Secretaries and Chief
Engineers in order to resolve the difficulties which could not be sorted out at District level.
The Heads of the Departments are directed to constitute suitable committees at different
levels for speedy settlement of the different kinds of or levels of disputes of technical nature
by the Chief Engineers concerned.

28
ANNEXURE – I(A)

FORM OF SOLVENCY CERTIFICATE BY BANKS

I, ________________________________________ Chief General Manager/


General Manager / Manager of _____________________________ Bank Limited do
hereby certify that Sri/ M/s ____________________________________ [here the Names
and addresses of the contractor] is solvent to the extent of
Rs.____________________________________________________________ [Rupees
_________________________________________________________________________
_____________________________ only] as disclosed by the information and record
which are available with the aforesaid bank.

For the ______________________________ Bank

Date:
Place:
Signature of Bank Manager
(Authorized to Sign)

29
ANNEXURE- I(B)

FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT


FACILITIES
This is to certify that M/s. / Sri. ___________ is a reputed company / individual with a
good financial standing.

We shall be able to provide overdraft/credit facilities to the extent of


Rs._______________ lakhs (Rupees ____________ lakhs only) to meet their working
capital requirements for the tendered work of “-----------------------“

Date:

Place:

Signature of senior Bank Manager______________


Name of the Senior Bank Manager______________
Address of the Bank_________________________

30
ANNEXURE – I (C)

BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

WHEREAS ……………………….. (Name of the Contractor) (here in after called "the Bidder") has
submitted his tender response to NIT No…………… dated:……………. for the work
"…………………………………………………………………………………….. " (Name of work)
(hereinafter called "the tender").
KNOWN ALL MEN by these present that we …………………………………
………………………………. (Name and Address of Bank)………………………………….. (hereinafter
called "the Bank" are bound unto) ………………. / (name of the designated S.E) in the sum of *
……………………………………………………………………………………. for which payment will and
truly to be made to the said Department, the Bank binds itself, his successors and assigns by these
presents.

SEALED with the Common Seal of the Bank this ………….. day of………. 20....

THE CONDITIONS of this obligation are:-


(1) If after Tender opening the bidder withdraws or modifies his Bid during the period of bid validity
specified in the Form of Tender.
(2) If the Bidder having been notified of the acceptance of his bid by the Department during the
period of validity.
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Bidders, if required; or
(b) fails or refuses to furnish the balance EMD and additional performance Security in
accordance with the instructions of Bidders.
We undertake to pay to the Department up to the above amount upon receipt of his first written
demand, without the Department having to substantiate his demand, provided that in his
demand the Department will note the amount claimed by him is due to him owning to the
occurrence of one or both of the two conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including the date**……………. After the dead line
for submission of Tenders as such deadline is stated in the Instructions to Tenders or as it may
be extended by the Department, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this Guarantee should reach the Bank not later than the above date.
DATE………….. SIGNATURE OF THE BANK………………...
WITNESS……………… SEAL………………………………….
----------------------------------------------------------------------------------------------------------------------------
(Signature, Name and Address)
----------------------------------------------------------------------------------------------------------------------------
* The Bidder should insert the amount of the EMD in words and figures denominated in Indian
Rupee. This figure should be the same as shown in the NIT.
** 3 months from the deadline date for submission of Tender [As specified in NIT
31
ANNEXURE — I(D)

BANK GUARANTEE FOR BALANCE "E.M.D."

________________________________________________________________________________
___(name & address of Department)
________________________________________________________________________________

WHEREAS.______________________________________________________________________
__________________________________________________________________________ (name
and address of Contractor) (hereinafter called "the Contractor") has undertaken, in pursuance of
Contract No._____ dated: ____ to execute the work of __________________ [name of work];

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a Schedule bank for the sum specified therein as balance
EMD / EMD for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Contractor, up to a total of_______________ [amount of guarantee]
_________________ [in words], such sum being payable and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the limits of
________________ [amount of guarantee] as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the contract documents which may
be made between you and the Contractor shall in any way release us from any liability under this
guarantee, and we hereby waivetnotice of any such change, addition or modification.

This guarantee shall be valid up to………………… i.e., until 28 days from the date of expiry
of the Defects Liability period.

Signature & seal of the Guarantor ____________


Name of Bank____________________________
Address_________________________________
Date________________________________________
32
ANNEXURE — I(E)

BANK GUARANTEE FOR ADDITIONAL FURTHER SECURITY

________________________________________________________________________________
____________ (name and address of Department)
________________________________________________________________________________
________

WHEREAS_________________________ (name and address of Contractor)


(hereinafter called "the Contractor") has undertaken, in pursuance of Contract No.________ dated:
__________ to execute____________ [name of Contract and brief description of works]
(hereinafter called "the Contractor");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a Schedule bank for the sum specified therein as Additional
further security bank guarantee for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Contractor, up to a total of Rs._______________ [amount of guarantee]
_______________ [in words], such sum being payable and we undertake to pay you, upon your first
written demand and without cavil or argument, any sum or sums within the limits of
___________________ [amount of guarantee] as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the contract documents which may
be made between you and the Contractor shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid up to and until 28 days from the date of completion. *

Signature & seal of the Guarantor ____________


Name of Bank____________________________
Address_________________________________
Date____________________________________
33
ANNEXURE - II

RULES FOR REGISTRATION OF CONTRACTORS:

(I) REGISTRATION:

(a) The contractors registered will be called as contractors of all Engineering Departments
of Telangana State Government.

(b) The registration of the contractors will be done in the following categories:
(i) Civil
(ii) Plumbing & Sanitary Works.
(iii) Electrical
(iv) Furniture & Office Automation Equipment
(v) Transport
(vi) Fire Fighting services
(vii) Fabrication and Erection of structural steel.

(c) Registration of contractors in each category will be done in the following classes,
separately under each one or more of the classes as they may desire.

(i) Special Class


(ii) Class. I
(iii) Class. II
(iv) Class. Ill
(v) Class. IV.
(vi) Class. V

(d) The contractors of Special Class, Class. I, Class. II and Class. III are eligible to take
up all PW Depts works throughout the State. The contractors of Class IV can tender
for all PW Dept works invited within the Districts comprised in the jurisdiction of the
circle where the registration is done. The Class V Contractors can tender for all PW
works invited within the District only where registration is done.
34
(e) Procedure for Registration: The contractor shall submit an application in the
proforma given in the Annexure-II to the concerned authority together with necessary
documents in support of his application (as mentioned below). The authority competent
to register the contractor in the concerned class will take action to verify the credentials
and antecedents of the contractor and issue suitable order registering the contractor.
Before registering in any class or category the contractor shall be asked to sign in the
code of conduct which shall be appended to the divisional copy of the APDSS as
adopted for Telangana (Until TSDSS approved by Government of Telangana). A draft
form for issuing orders of registration to be adopted by the registering authority is given
in Annexure-III of this G.O.

(f) The following documents shall be submitted along with the application seeking
registration as a contractor in a particular class or category.

(i) Application form (in the proforma prescribed in the Annexure-II with Rs.100/- court
fee stamp, affixed thereon.
(ii) Payment of registration fees as per Annexure. I

(iii) Solvency Certificate:


(a) The Solvency Certificate being issued by the banks in their proforma as per RBI
guidelines shall be submitted
(b) The Solvency certificate shall be valid for a period of one year from the date of
their issue.
(c) The solvency certificate for registering various class of contractors is fixed as per
Annexure-I, [Link] - (IV) This will apply to all future registrations and renewal of
registrations by existing contractors.
(d) The relaxations / Concession to SC/ST/ Waddera (Sagara) is applicable as per
[Link].59, dated:21-05-2018 Or modified orders of the Government issued
from time to time.

(iv) For Civil Category Works:


The certificate of financial Turn over in civil Engineering works in any one year
during the last 10 (Ten) financial years duly certified by the Chartered
Accountants as filed in their Income Tax returns, 26AS along with List of Civil
35
Engineering works executed during the relevant financial year(s) for Civil category
registrations.
Confirmation and personal verification on copies of Turnover certificate for Civil
Engineering Works issued by CA and also on copies of IT Returns, P&L Statement for
the F.Y considered for Turnover for the corresponding Class of Registration shall be
ensured.
Turnover Certificate & Statement of Civil Engineering Works shall be obtained from
Chartered Accountant in the proforma given in the Annexure-IV(A) & (B).
(v) Other than Civil Category Works:
A list of works executed by the contractor during the past five years duly certified by the
concerned departmental Engineer of the rank of an Executive Engineer or equivalent
officer and countersigned by concerned Superintending Engineer or equivalent officer
for all other categories.
(vi) Latest Income Tax Returns and GST Returns Certificate: The names of the firms /
individuals shall be registered and included in the approved list of contractors only
when they produce income tax returns in the form approved by the Income Tax
authorities. No exemption from this requirement shall be granted even to the
Cooperative Societies / Individual Contractors of SC/ST/ Waddera (Sagara)
communities. Further the firms / individuals shall be registered under GST registration
and GST Returns certificates shall be produced.
Latest GST returns of the preceding quarter shall be submitted.
(vii) Copy of the partnership deed, Proof of Firm's registration, latest Form-A, obtained from
the concerned Registrar of Firms in the case of partnership firms.
(viii) Copy of the Memorandum & Articles of Association, Registration with Registrar of
Companies, Supporting Form-32/ DIR 12 /List of Signatories in the case of Companies.
Or
Any other documents issued by Registrar of companies
(ix) Affidavit /Undertaking on Rs. 100/- Non-judicial Stamp paper solemnly affirming that
the Contractor (individual/partnership firm /Company) that they have not been
blacklisted, that they do not possess any other registration in the same class, either as
an individual / partner in a partnership firm / Director in a Company, and
36
they do not have any Criminal cases, public litigation cases and Vigilance cases
(individual/ partnership firm /Company) pending against them.

(x) A copy of the Engineering Degree in the case of employed Engineering Graduates
(g) Rules for registration:
(i) The registration of contractor in any class once done shall be in force only for five (5)
years in that particular class and Category. The contractor shall register/renew himself
afresh every 5 (five) years thereafter not earlier than 3 months & not later than 1 month
before expiry of validity of existing registration.
(ii) A Contractor can register in different categories [as per 1 (b)] in any class depending
on eligibility.
(iii) The contractor shall not apply for registration in his name and also as a Partner in any
partnership firm / Director in any company in the same class or category at a time.
(iv) Contractors of other States shall get themselves registered in this State before offering
their tender for works in this State.
(v) The particulars furnished by the Contractor for registration as above are to be verified
by the officers concerned who are recommending for registration.
vi) Applications of the Contractors for registration:
Online Registration for Special Class & Class-I
Special Class:

(a) The applications made by the contractor for Special Class in Civil Category in the
online web portal will be allotted in the cyclic order to the following ENC's / CEs:

ENC(AW), I&CAD Dept, ENC(PR), ENC (PH), ENC(RWS&S), CE(R&B).

Class-I:

(b) The applications made by the contractor for Class-I in Civil Category in the online web
portal will be allotted in the cyclic order to the following ENC's/CE's:
ENC(PR), ENC (PH), CE(RWS&S), CE(P)KRMR, CE(R&B), CE(PRLIS),
CE,MI(KB&GB), CE(P)MBNR, CE(NSP), Commissioner, P&D, Godavari Basin.

(c) Special Class and Class-I will be recommended by the concerned Chief
Engineers / Engineer-in-Chief duly processing in all respects and submit
37
online to the Commissioner, COT for placing before Committee of ENCs for its
consideration and decision.
(viii) The contractor already registered in a particular class can form partnership firms in the
same class and category only by a separate registration foregoing his individual
registration.
Note:- The registering authority while issuing the new proceedings shall invariably ensure
the following:
a) To request the previous registering authority to furnish the original registration
proceedings along with the ID-card surrendered by the contractor and the same is
to be cross marked as "CANCELLED" and to inform the new registering authority.
b) To obtain the cancellation proceedings of original registration from the previous
registering authority.
c) The new proceedings should contain the following condition
"If the contractor uses the old registration proceeding after getting the new registration
proceeding he is liable for disciplinary action".
(ix)
(i) In case of partnership firms, any changes in the Partners/ Name of the firm if any,
which are registered as contractors shall intimate the changes in the partnership
deed, if any and produce fresh solvency certificate in the name of the firm with the
substituting partners along with the revised partnership deed and Form-A issued by
Registrar of Firms. Failure to notify the changes to the Registering authority within
one month of such change will entail the firm to forfeit registration and further
the firms will be debarred from tendering for works.
(ii) The companies shall inform the change of Directors, if any, to the Registering Authority
for information duly furnishing an affidavit on Rs.100/- Non Judicial Stamp paper
stating that the incoming director /directors declare that they do not have any other
Contractor Registration either individual or a partner in a firm or a director in a
company. Along with form-32/DIR 12 etc., or any other document to this effect issued
by Ministry of Corporative Affairs.

38
(iii) Merging of individuals /firms/Companies into a new firms/ Company.
Whenever the firms or company (ies) or individual(s) merge into a new firm/company
duly transferring their experiences, assets, liabilities, obligations etc., and seek
registration in the name of the newly formed firm /company On approval, the validity for
such registrations may be restricted to 5 years from the date of issue of original
registration proceedings of the firms/companies /individuals whose validity is least
among the merging firms/ companies /individuals.
Note:
a) In case of Special Class & Class-I(Civil), Changes in Partnership firm, Change of
name of the Firm/ Company & Conversion in same class (i.e., Individual/
Proprietary firm to Partnership firm, Partnership firm to Company, Partnership firm
to LLP/Company & LLP to Company) shall be applied in online only.
b) The file is to be allotted in the cyclic order of that Class/Category. The ENC / CE
to whom the application is allotted shall obtain the confirmations of the existing
registration details from the previous registering authority. The validity of such
registration will be up to the validity of original registration only.
c) Demerger of firms shall be allowed only after completion of on hand works.
(x) The applicant is required to furnish the following certificate. Certified that I/we will
employ qualified technical personnel with suitable complimentary staff to meet the
requirements of the works as specified in the Tender documents.
(xi)
(a) If any applicant seeking registration / Renewal /Upgradation, submits false/ fraudulent
certificates for any Class /category with any Registering Authority, he will not be eligible
for applying for (24) months.
The Registration of contractors shall be done as detailed as per Annexure-I
i) RULES FOR RENEWAL OF EXISTING REGISTRATION:
a) The existing contractors have to apply for renewal within 3 months before the date of
expiry of the existing registration and not later than xl' month from the date of expiry of
existing registration Suitable instructions may be given to all the Registering Authorities
viz: I&CAD Dept, R&B Dept, PH Dept, RWS Dept, Panchayth Raj Dept &. T.W Dept
etc; to complete the registration process within 3 months.
39
b) Application for renewal is to be submitted as per Annexure-II with all relavent
documents.
c) The ENC's/CE's concerned shall obtain the confirmations of the existing registration
details from the previous registering authority. The validity of renewal of existing
registration will be for 5 years with validity starting date from the subsequent date of the
expiry of previous registration date in order to have continuity in the validity of
registration.
d) The acknowledgement for receipt of application for renewal of registration can be
issued by the concerned CE/ENC if the application is received before one month from
the date of expiry of validity of existing registration in full shape.
e) However the acknowledgement/certificate will only be issued after verification of all the
required documents by the concerned (registering authority to whom the renewal
application is allotted) Chief Engineer or Engineer-in-Chief. The
acknowledgement/certificate thus issued shall have validity for 3months from the date
of issue of acknowledgement/certificate. However the Contractor/Firm/ Company shall
furnish the valid registration at the time of concluding agreement
f) The existing practice of verification of documents furnished by the applicants shall be
continued.

(2) DEMOTION OF CONTRACTORS:


(a) The registering authority may demote a contractor to a lower class if he:
i) fails to execute contractor or executes it unsatisfactorily or is proved to be
responsible for constructional defects (or)
ii) has no longer adequate equipment, technical personnel or financial resources: (or)
iii) violates any important conditions of contract:
iv) is responsible for any other matter which may justify his demotion to a lower class.
v) If litigious by nature. (Not completing on hand works but approaching courts for
trivial reasons)
(b) The fact of and the reasons for demotion shall be communicated and two weeks time
shall be given to the contractors to offer his explanation before demoting him.

40
(c) Copies of the order together with a memorandum containing reasons for demotion
should be forwarded to the Government through the concerned Chief Engineer and to
the Engineer-in-Chief.
(d) In case of contractor registered for more than one category or work (viz., civil Public
Health, electrical, and fabrication and erection of structural steel), the order regarding
demotion would apply only to one category unless otherwise stated in orders.

Cancellation of Registration for Elections Participation:


i) Contractor Registrations of such desiring candidates will be cancelled as it is a
statutory and constitutional requirement for contesting in Elections.
ii) In respect of ongoing works of cancelled registrations, prevailing Agreement conditions
and other Codal provisions shall be followed scrupulously at no loss to the
Government.
iii) Re-registration of such candidates may be permitted afresh

(3) SUSPENSION OF BUSINESS:


(a) Suspension of business with a contractor may be ordered by the registering authority
for any indefinite period pending full enquiry into the allegations, the registering
authority is prima facie or the view that the contractor is guilty of an offence in relation
to the business dealings which if established would result in his removal, black listing
and it is not desirable to continue business with the contractor.
(b) The reasons for suspension of business shall not be intimated to the contractor and
two weeks' time shall be given to him to offer his explanation. If the explanation is not
satisfactory, action may be initiated for suspension of business.
(c) Copies of the orders together with a memorandum containing reasons thereof should
be forwarded to the Government trough the concerned Chief Engineer and Engineer-
in-Chief.
(d) Suspension of business with the contractor for a specific period may be ordered to the
registering authority when the contractor is responsible for minor technical offence(s) or
when he fails to furnish the I.T.C. In such a case the fact of the

41
suspension should be communicated to the contractor giving reasons for the same This
action need not be reported to the Government.

(4) REMOVAL FROM THE APPROVED LIST


(a) Registering authority may remove the name of a contractor from the approved list, if
the contractor: -
i) has on more than one occasion failed to execute a contract or has executed it
unsatisfactorily (or)
ii) fails to abide by the conditions of registration or is found to have given false
particulars or information at the time of registration.
iii) If any applicant seeking registration, submits false/fraudulent certificates for any
Class /category with any Registering Authority, will entail removal of contractors
name from the approved list of Registered Contractors for any Class / category
with any other registering authority, if he is already registered as a Contractor,
Further the contractor is not eligible for applying for (24) months from the date of
removal; or
iv) Persistently violates any important condition(s) of the contract; or
v) Is proved to be responsible for construction defects in a number of cases;(or)
vi) Is declared or in the process of being declared bankrupt in solvents wound up
dissolved or partitioned (or)
vii) Persistently violates the labour regulations and rules;

(b) The reasons for removal from the approved list shall be intimated to the contractor and
two weeks' time shall be given to him to offer his explanation. If the explanation is not
satisfactory action may be taken to remove the contractor from the approve list. The
EMD shall also be forfeited.

(c) Copies of orders together with a memorandum containing reasons therefore should be
forwarded by the registering authority to the Government through concerned Chief
Engineer and the Engineer -in-Chief.

42
(d) In respect of contractors registered various categories of work (civil, Public Health,
Electrical, and fabrication and erection of steel structure) orders regarding the removal
should apply only to the particular category unless otherwise stated.

(5) BLACK LISTING: Only the administrative department will black list the contractor.

(a) The head of the department (Chief Engineer) may blacklist a contractor with the
approval of Government, where:
(i) there are sufficient and strong reasons to believe that the contractor or his
employee has been guilty or malpractice (s) such as irregular practices including
formation of ring, bribery corruption, and fraud including substitution and in
tenders smuggling, pilfering of unauthorized use of disposal of Government
materials issued for specific work.
(ii) A contractor continuously refuses to pay Government dues without showing
adequate reasons.
(iii) A contractor or his partner or his representative has been convicted by a court of
law for offence involving moral turpitude in relation to business dealing (s).
(iv) Security consideration including suspected disloyalty to the State as warrant.
(v) The EMD shall also be forfeited.
(b) Contractor should be given an opportunity of two weeks time for offering his
explanation on the proposal to black list him before taking final decision.
(c) Copies of such orders together with the reasons for the action taken and also the
names of the partners and the list of allied concerned coming within the effective
influence of the blacklisted contractors will be forwarded to the Secretary of the
concerned administrative department who will in turn intimate the other Departments in
the Government for ordering immediate cessation of all future business with the
contractor.
(d) Decision for black listing of a contractor under sub-para 5(c) will be taken by the
concerned Administrative Department (Government) and communicated to the
concerned Registering Authority giving reasons for blacklisting the contractor and also
the names of all the partners of the contractor and allied concerned coming within the
effective influence of the black listed contractor. Blacklisting orders
43
would however be issued by the Registering Authority. The Registering Authority shall
intimate the reasons for blacklisting of the contractor concerned.
(e) Action for blacklisting a contractor should be taken only where it is established that the
offence was committed in order to secure advantage to the contractor and not where
the object may be to secure advantage to any employee or representative of the
contractor personally.
(f) Care should be taken to see that the contractor blacklisted does not transact business
with Government under different name or title.
(g) The administrative department in the Government while examining any case of
blacklisting of a contractor may refer doubtful marginal cases for advice to the Law
Department wherever justified necessary.
(h) Once the blacklisting orders are issued they should ordinarily not to be revoked
unless:-
i) On review the Government is of the opinion that the punishment already
undergone is adequate in the circumstances of the case.
ii) In respect of some offence, the accused has been honorably acquitted by a court
of law.
iii) The Engineer-in-Chief shall be responsible for keeping up to date list of black
listed contractors (including those black listed at the instance of the Government)
and circulate the list periodically to the Registering Authorities of all Engineering
Departments. The Engineer-in-Chief will also circulate every quarter a list of
additions and revocations during the previous quarter.
iv) The revoke proposals of the blacklisted contractor shall be initiated from the
authority by whom the blacklisting proposals are initiated.

(6) RESTORATION: Upgrading a demoted contractor revoking the suspension of business,


restoring registration, withdrawal of blacklisting etc., may be considered at an appropriate
time on the merits of each case by the authority who has passed the original orders. Copies
of restoration orders should also be furnished to the concerned administrative department of
the Government.

44
ANNEXURE - I

STATEMENT SHOWING ……………

I) Monetary limits upto which the Contractors are qualified to tender.


II) Registration fees payable.
III) Authority for Registration. .
IV) Amount for which solvency certificate is to be produced.
V) Certificate of past experience.
VI) Other requirements.

s. DESCRIPTION OF REMARK
[Link] CLASS I CLASS II CLASS III CLASS IV CLASS V
No. ITEM S

1 2 3 4 5 6 7 8 9
I. MONETARY LIMITS UPTO WHICH CONTRACTORS ARE QUALIFIED TO TENDER.
Upto Upto Upto Upto
Upto any Upto Rs.
I i) CIVIL Rs.50.00 Rs.10.00 Rs.4.00 Rs.1.00
amount. 50 Lakh
Crores Crores Crores crores
Upto Upto
ii) Plumbing & Not Upto any Not Not
Rs.50.00 Rs.20.00
Sanitary Works applicable amount applicable applicable
lakhs lakhs
Upto Upto
Not Upto any Not Not
iii) Electrical Rs.50.00 Rs.20.00
applicable amount applicable applicable
lakhs lakhs
iv)Furniture &
Upto Upto
Office Not Upto any Not Not
Rs.50.00 Rs.20.00
Automation applicable amount applicable applicable
lakhs lakhs
Equipment
Upto Rs. Upto
Not Upto any Not Not
v) Transport 100.00 Rs.20.00
applicable amount applicable applicable
lakhs lakhs
Upto Rs. Upto
vi)Fire Fighting Not Upto any Not Not
100.00 Rs.20.00
services applicable amount applicable applicable
lakhs lakhs
vii) Fabrication Upto Upto Rs. Upto
Upto any Not Not
and Erection of Rs.300.00 100.00 Rs.20.00
amount. applicable applicable
structural steel. Lakhs lakhs lakhs

REGISTRATION
II Rs.50,000/- Rs.30,000/- Rs.15,000/- Rs.10,000/- Rs.8,000/- Rs.6,000/-
FEE

Note:- The Registration fee shall be paid through online in favour of PAO/APAO concerned.

45
s.
DESCRIPTION [Link] REMAR
No CLASS I CLASS II CLASS III CLASS IV CLASS V
OF ITEM S KS
.
Committee
District District
consisting
Level Level
of the Chief
Committee Committee
Engineer
Committee Committee comprising comprising
concerned
constituting constituting the the
and
AUTHORITY of of Superinten Superinten Executive
another
FOR Engineers- Engineers- ding ding Engineer of
III Chief
REGISTRATION in- Chief in-Chief Engineers Engineers the Division
Engineer of
: and the and the available in available in concerned
the same
Commission Commissio the district the district
or other
er, COT. ner, COT and a and a
Department
representat representat
and
ive of the ive of the
Member of
COT COT.
COT (CTE)
IV AMOUNT FOR WHICH SOLVENCY OF CERTIFICATE ARE TO BE PRODUCED
Rs.600.00 Rs.300.00 Rs. 100.00 Rs.40.00 Rs.10.00 Rs.5.00 As per
i) CIVIL
lakhs lakhs lakhs lakhs Lakhs lakhs GO 149
Plumbing & Rs.10.00 Rs.5.00 Rs.2.00
ii) N.A N.A N.A.
Sanitary Works lakhs lakhs lakhs
Rs. 10.00 Rs.5.00 Rs.2.00
iii) Electrical N.A N.A N.A.
lakhs lakhs lakhs
Furniture &
Office Rs.10.00 Rs.5.00 Rs.2.00
iv) NA NA NA
Automation lakhs lakhs lakhs
Equipment
Rs.20.00 Rs.10.00 Rs.2.00
v) Transport NA NA NA
lakhs lakhs lakhs
Fire Fighting Rs.30.00 Rs.10.00 Rs.2.00
vi) NA NA NA
services lakhs lakhs lakhs
Fabrication &
Rs.60.00 Rs.30.00 Rs.10.00 Rs.2.00
vii) Erection of N.A N.A.
Lakh lakhs lakhs lakhs
structural steel.
V) Certificate of Financial Turn over in Civil Engineering works in any one year during the last ten financial
(A) years duly certified by charted accountants as filed in their income tax returns.
No
Rs.250.00 Rs.50.00 Rs.20.00 Rs.10.00 Rs.4.00 As per
i) Civil monetary
Lakhs Lakhs Lakhs Lakhs Lakhs GO 66
limit
CERTIFICATE OF PAST EXPERIENCE (VALUE OF GROUP OF WORKS TO HAVE BEEN EXECUTED IN ANY
ONE YEAR DURING THE LAST FIVE FINANCIAL YEARS)
Plumbing & Rs.25.00 Rs. 12.50
ii) N.A. N.A. N.A. N.A.
Sanitary Works lakhs lakhs
Rs.25.00 Rs. 12.50
iii) Electrical N.A. N.A. N.A. N.A.
lakhs lakhs
Furniture & N.A. N.A.
Office Rs.25.00 Rs. 12.50
iv) N.A N.A.
Automation lakhs lakhs
Equipment
Rs.50.00 Rs.25.00 N.A. N.A. N.A.
v) Transport N.A.
lakhs lakhs

46
Fire Fighting Rs.30.00 Rs.10.00 N.A N.A N.A
vi) N.A
services lakhs lakhs
Fabrication &
Rs.100.00 Rs.50.00 Rs.25.00
vii) Erection of N.A. - -
lakhs lakhs lakhs
structural steel.
V) Certificate of Financial Turn Over in Civil Engineering works in any one year during the last ten
(B) financial years duly certified by charted accountants as filed in their income tax returns.
The
applicant
should
have
functioned
as an
agent or
an
employee
under
Rs.250.00 Rs.50.00 Rs.20.00 Rs.10.00 Rs.4.00
(i) Civil registered.
Lakhs Lakhs Lakhs Lakhs Lakh
Class-Ill or
above
Contractor
for a
minimum
period of
one year
and
Certificate
to that
extent
shall be
produced.
CERTIFICATE OF PAST EXPERIENCE (VALUE OF SINGLE WORK TO HAVE BEEN EXECUTED IN
ANY ONE YEAR DURING THE LAST FIVE FINANCIAL YEARS
Plumbing & Rs.12.50 Rs.6.25 NA NA NA
ii) NA
Sanitary Works lakhs lakhs
Rs.12.50 Rs.6.25 NA NA NA
iii) Electrical NA
lakhs lakhs
Furniture & NA NA NA
Office Rs. 12.50 Rs.6.25
iv) NA
Automation lakhs lakhs
Equipment
Rs.25.00 Rs.6.25 NA NA NA
v) Transport NA
lakhs lakhs
Fire Fighting Rs. 15.00 Rs.6.25 NA NA
vi) NA NA
services lakhs lakhs
Fabrication & NA NA NA
Rs.50.00 Rs.25.00 Rs.12.50
vii) Erection of
lakhs lakhs lakhs
structural steel.

47
VI OTHER REQUIREMENT:-

i) Civil Contractor Nil

Plumbing & Sanitary The Contractor shall have plumbing license or at least have a
ii)
Works licensed plumber engaged in his employment.

The contractor himself shall have a valid Electrical License or


iii) Electrical
have a licensed electrician engaged in his employment

Furniture &. Office


iv) Automation N.A.
Equipment

The Transport comprises of conveyance of construction


materials etc. The [Link] contractors shall possess at least
one Transport Vehicle of suitable capacity of carrying long
v) Transport structures (10 MTs or more) in his name as per the
Registration book. The [Link] contractors shall possess
three such vehicles in his name. Class.I contractor shall
possess five such vehicles in his name.

vi) Fire Fighting services N.A.

VII Fabrication and erection of Structural Steel Contractors

The Class III Contractor shall be capable of acquiring or commandeering basic lifting
tackles such as tripods, sheaves and pulleys. The Class II contract shall also be
capable of acquiring or commending winches of suitable capacity and single derrick of
20 ft., lift besides the capacity mentioned for class III above. The Class I contractor
shall be capable of acquiring or commandeering all the requirements mentioned for
Class. II contractor and in addition he must be capable of acquiring or
commandeering a welding set of suitable capacity and the services of one qualified
welder must be made available. The Special Class contractor shall also acquire
suitable hydraulic jacks, sleepers, Mobile crane of 15 to 20 tons capacity. The
contractor must have been the partner or a Director of Registered structural factory
within the meaning of Factory Act,1948.

48
ANNEXURE - II

FORM OF APPLICATION FOR REGISTRATION OF CONTRACTORS IN CIVIL / PLUMBING & SANITARY


WORKS / ELECTRICAL / FURNITURE & OFFICE AUTOMATION EQUIPMENT / TRANSPORT / FIRE
FIGHTING SERVICES /FABRICATION AND ERECTION OF STRUCTURAL STEEL.
TO .
THE ENGINEER-IN-CHIEF/ CHIEF ENGINEER/SUPERINTENDING ENGINEER/EXECUTIVE ENGINEER,
_________
______.

SIR,

Sub : Contractor - ………… Dept - Application for registration as Special Class/Class - I /


II/III/IV/V Contractor - submitted.

I, Sri ……………………………………. Managing partner of


(in the case or firm)
M/s……………………………………. Engineers and Contractors, PWD, Resident …………….
Village…………….. Taluk………… District………….. a Registered Class………
Contractors…………….. of Govt. / Corporation etc., request you to kindly register my name / our firm
as class Contractor in the category of Civil / Plumbing & Sanitary Works / Electrical / Furniture &
Office Automation Equipment / Transport / Fire Fighting Services /Fabrication and erection of
structural steel / Contractors and communicate orders.

2. In this connection, I enclose the following prescribed documents for your information
i) Treasury Challan /DD No……… Dated: ………for Rs………. creditable to the
EE……………., Division / PAO…………. towards Registration fees.
ii) Solvency certificate issued by Scheduled/Nationalised Bank for Rs…………. (The solvency
certificate shall be not more than one year old).
iii) The certificate of financial turn over in civil engineering works for Civil category in any one
year during the last 10 financial years duly certified by the Chartered Accountants as filed in
their income tax returns / Past experience certificates issued by EE or equivalent and
countersigned by the SE or equivalent for other categories.
iv) GST registration and latest GST Returns certificate, PAN Card & latest IT Returns
v) Certified copy of the partnership deed, Form-C, Form-A (in the case of firm).
vi) Copy of Memorandum & Articles of Association, Form.32/12, Proof of Registration of
Company (in case of companies).
vii) Copy of the Engineering degree certificate issued by the Recognized University (in the case
of Engineering Degree holders seeking Registration).
viii) Affidavit/Undertaking on Rs.100/- Non-judicial stamp paper towards Blacklisting/Criminal
cases/No other Registration etc.

3. I enclose a certificate to the effect whether the applicant or any of the partner or share holders or
any of the personnel working under the applicant is / are dismissed Government servants)

4. I certified that I would not get myself registered under more than one name.

5. I will get my registration renewed within 5 years from the date of Registration

49
ANNEXURE-III

Government of Telangana
………………….Department
Office of the…………………..
………………………………..
[Link]…………………………………………………………………………………………………….....
dt………..

Present Committee: 1) ……………………. (name) ……………… (designation)


2)

Sub: ……………… Department - Registration as Contractor by Committee of…………


Under Special Class/ Class.I/II/III/IV/V in the category of………………. - Orders
Issued.

Ref: 1) xxx.
2) ……………
3) Commr, COT [Link]………….……. dt………. communicating Minutes of……….
(1st/2nd………) Committee of ENC's meeting held on…..……….
***
………………. (Name of the contractor/firm/company/proprietary concern), a registered
…………….(lower) class contractor with Regn No……….. vide Proc. No………., dt…………. and its
validity is up to……………., Sri………………………… Proprietor/ Managing Partner / Managing
Director of……………………. has applied for registration under Special Class/ Class.I/II/III/IV/V in the
category of…………………. vide reference……………… cited.

2) The Committee of………………………... in its (1st/2nd……) meeting held on……………


examined the application received from Sri…………….. / M/s…………. for registration in Special
Class/ Class.I/II/III/IV/V in the category of…………………., and approved at [Link]……….. of Minutes
of meeting dt………….. communicated vide reference………… cited, for registration in
Class……........(……….. category) for all branches of Engineering Departments of the State
Government subject to certain conditions.

3) Accordingly, the name of the following individual/firm/company is registered as follows:-

50
S. Name and addresses of the Name of the Contractor Registered Class & Category Registration
No. registered contractor including all partners/ No.,
Directors, if any. assigned

1 Sri / M/s…………… Name Special Class (……………). ……(as


Individual/ Proprietor Class.I (…………….). assigned
Address:…………………… (with fathers name) [Link] (…………….). by the
………………………………. [Link] (…………….). registering
………………………………. All Managing Partners [Link] (…………….). authority in
………………………………. & Partners Class.V (…………….). the minutes
Phone:…………………… All Managing Directors of meeting).
Firm No………../CIN No………… & Directors
PAN:
GST Regn No…………………..

4) The above contractor is qualified to tender for value of works costing


Rs…………….lakhs, in all branches of Engineering Departments of the State
Government, subject to the following conditions.

a) This registration will be valid up to 5 (five) years from the date/renewal of


registration. The Registration authority reserves the right to cancel or demote or
review the registration ordered, without notice and without assigning any reasons.

b) Application for renewal of registration if desired, in full shape shall be submitted to


the concerned Registering authority, (3) three months in advance to the date of
completion of 5 years / expiry of the validity of this registration, as the case may
be. Failure to furnish the application in full shape and well within the time
stipulated, does not confer any right to the applicant for registration and resulting
delay / consequences etc, if any, the Registering Authority shall not be held
responsible.

c) The contractor registered in…………….. Class.... (………… category) can also


tender for works falling under lower classes in the said category.

d) The assets, liabilities, works and experiences etc, of Sri……………… /M/s…………


shall stand transferred to the firm/ company…………………….. (now registered),
duly cancelling all the previous registrations.

51
e) (In case of partnership firms) Any changes in the partners/ name of the firm if any,
which are now registered as contractor shall intimate the changes to the registering
authority within one month of such changes along with Revised Partnership deed,
Form-A issued by Registrar of Firms concerned, fresh Solvency certificate after
changes, Registration fee, and other relevant documents etc., as required. Failure
to notify the changes to the Registering authority within one month of such change
will entail the firm to forfeit registration and further the firms will be debarred from
tendering for works.

f) (In case of individuals / proprietor) They shall intimate to the concerned Registering
Authority within one month of change, in case of joining any firm as Partner or any
company as Directors etc., Failure to notify the changes to the Registering
authority within one month of such change will entail the firm to forfeit registration
and further the firms will be debarred from tendering for works.

g) The existing registrations (if any in lower class in same category), issued to the
Contractor Sri………………… / M/s………………. vide reference………….. /
Proceedings………….….. Dt…………., by ENC/CE/SE/EE……………………..dvn.,
stands cancelled with immediate effect. Further all other registrations, if any in the
same specialization/category in different classes in the name of the
individual/proprietor /firm (including all partners)/ company (including all directors)
stands cancelled with immediate effect.

h) The ……………………… Sri/M/s (individual/firm/company) now registered is


requested to upload the Bio-data in the website [Link]

ENC/CE/SE/EE
To.
Sri /Ms………………
Address.
Copy to All the Registering Authorities in Engineering Departments for having a similar
Database.
Copy to the Engineers-in-Chief / Chief Engineers / Superintending Engineers of State
Government.
Copy submitted to the Commissioner, Commissionerate of Tenders, 1st floor, Ground Water
Building, Chintal Basthi, Khairatabad, Hyderabad for information.
Copy to the Managing Director, TSTS, Hyderabad for information.
Copy to Stock file.

Note: Strike out whichever is not applicable.

52
ANNEXURE - IV(A)

Format of Chartered Accountant Certificate


C.A Certificate (Letter Head)

This is to certify that M/s …………………………………….. Civil Contractors office situated at


……………………………… is in the Business of Civil Contract Works and achieved the
following turnover in Civil Engineering works for last………………… Years is given below as
filed in their Income Tax Returns.

S.N
Financial Year Turnover in Civil Engg works (in Rs.) Any other Turnover (in Rs) Remarks
o

Enclosures:
Copy of the IT Returns as filed by M/s……. along with P&L Statement, Form 26AS for the
Financial Years …………. are enclosed.

Signature.
Chartered Accountant.
Membership Number,
Seal

Date:………….

Place:…………

53
ANNEXURE – IV(B)

Proforma for Statement of Civil Engineering Works


C.A Letter Head

Statement showing the details of Financial Turnover in Civil Engineering Works during the
F.Y.... certified by me, as filed in Income Tax Returns for M/s……..

Name of Agency from Turnover / Value


Description of Financia
[Link] Name of work whom the amount is of Civil Engg work Remarks
work & Agt No. l Year
received and details of executed (in Rs.)

This certificate is issued at specific request made by the contractor.

Signature.
Chartered Accountant.
Membership Number,
Seal
Date:..……….

Place:……….

54
A) ONLINE REGISTRATIONS:

(i) The list of contractors should also have columns mentioning PAN No, GST No
and VIEW PROCEEDINGS.

(ii) The Provision for uploading the proceedings by department using already given
login ID and Passwords.

(iii) The Contractor can view only his proceeding and can take a printout only from
his login ID and Password.

(iv) All the departments including COT can view all the list of contractors and can
also view proceedings uploaded by all departments, and no download or
printout facility should be given.

B) OFFLINE REGISTRATIONS:

The Committee of Engineers-in-Chief have decided to request all the contractor


registering authorities to upload the list of contractors in online Web portal along with
proceedings of Special Class & Class-I who have registered in Govt, of Telangana
from dt:02.06.2014. In this regard the CGG is requested to make the following
provisions in the online contractor registration web portal to facilitate the registering
authorities to upload the same.

(i) To create list of contractors with the details in below mentioned 15 columns
proforma under the menu OFFLINE REGISTRATIONS FROM 02.06.2014 for
different classes and categories.

No Name of the Contractor Type Class Category PAN No GST Application Type Fresh/
Contractor Individual/ No Renewal/Change of
Proprietary Partner/ Change of name of
Firm /Partnership Firm & Company
Firm/ Company
1 2 3 4 5 6 7 8

Mobile e-Mail ENC/CE COT Valid Valid VIEW Upload letter of the Cancellation
No [Link] Regn. From upto Proceeding closing addressed to Proceeding
No the contractor (as per
104th meeting of
ENC's dt:06.07.2019)
9 10 11 12 13 14 15 16 17

(ii) Upload facility to all the registering authorities with their login ID and Password.

55
(iii) The list should display in the order of COT registration number in different
classes and categories.

The Engineer-in-Chief / Chief Engineer shall invariably upload letter of closing of


contractor registration application addressed to the contractor in the online
registration web portal. The CGG is requested to make a provision in online web
portal to upload letter of the closing addressed to the contractor and also to
send a message to the e-mail ID and mobile number of the contractor to that
effect. Further, the CGG is also requested to give access to the applicants only
after a period of Six months who's applications are declared closed by the
Department for not submitting the Pre-requisite particulars in the required
proforma & signed hard copy in full shape within the stipulated period after
Online submission of their applications.

Sd/- B. Nagendra Rao, Dt: 30.01.2020


Engineer-in-Chief (AW)
Irrigation &CAD Department and
Chairman, Board of Chief Engineers

56
Minutes of Board of Chief Engineers (BOCEs) on Revision of GO Ms
No.94, I&CAD (PW-COD) Dept., dated 01.07.2003

TENDERS PART

1
(Existing) (Recommended)
ANNEXURE — I
(Enclosure to GO Ms No 94, I&CAD (PWW)
Department Dt. 01-07-2003.) ANNEXURE-I
TENDER PROCEDURES
(Compendium of orders issued in GO Ms
No.132, TR&B Department, dt. 11.8.1998, TENDER PROCEDURES

GO Ms No.23,1 & CAD Department, dt.


5.3.1999 & GO Ms No.8, TR&B Department,
dt.8.1.2003)

(1) PREPARATION OF REALISTIC (1) PREPARATION OF REALISTIC

ESTIMATES; ESTIMATES:

(a) Standard Data: A. Standard Data:

i) The standard data which forms basis i) The standard data which forms basis

for preparation of estimates for all Civil for preparation of estimates for all Civil
Engineering works shall be updated taking Engineering works shall be updated taking
the improved construction technology in to the improved construction technology in to
consideration. consideration.

ii) The Chairman Board Chief ii)


of The Chairman Board of Chief

Engineers and Engineer-in-Chief (Admn.) Engineers and Engineer-in-Chief (Admn.)


I&CAD Department shall complete the I&CAD Department shall complete the
updation of Standard data. updation of Standard data.

2
(b) Finalization of Standard Schedules of B. Finalization of Schedules of Rates
Rates (SSRs) (SoRs)
The SSRs shall be finalized before June The SoRs shall be finalized before June
without exception every year. The without exception every year. The
preparation of SSR shall be made more preparation of SoRs shall be made more
transparent by associating the transparent by associating the
representatives of Construction Industry, representatives of Construction Industry
National Academy of Construction and the (Builders Association of India), National
Institution of Engineers (India) [Link] Academy of Construction and the Institution
Centre, at the time of finalization. For cities of Engineers (India) Telangana State Centre
like Hyderabad and Visakhapatnam, Unit at the time of finalization.
rates will be prepared for various component The Chairman, BOCEs shall finalize the
items. SoRs every year.

(c) Provisions to be made in the


C. Provisions to be made in the
estimates:
estimates:
In order to prepare realistic estimates, the
following provisions are permitted to be In order to prepare realistic estimates, the
added in the estimate. following provisions are permitted to be
i) Tax at the rate of 2% for items relating added in the Part -2 of the estimate.
to canal digging, lining, repairing road works
etc., where the earth work excavation and
embankment is involved and for works other
than the above, tax at 4% shall be added in
the data.
ii) A lump sum provision shall be made A lump sum provision shall be made in
in the abstract estimate towards Insurance the estimate towards
considering the agreement period and defect
liability period of two year for the original (i) GST as per [Link].67, I&CAD
works and one year for maintenance works, (Reforms) Dt:04.07.2018 or as per the
by obtaining details of Insurance premium orders of the Government issued from
from Insurance Organizations. time to time.

3
iii) A Lump sum provisions shall be made (ii) Labour Cess as per GO MS No:112,
in abstract estimates to meet the expenditure Labour Employment Training and
to be incurred by the Contractor on engaging Factories (Lab-II) dt :15.12.2009 or as per
Technical Personnel based on number of the orders of the Government issued
persons indicated in the tender document from time to time.
and permissible wages as per SSRs.
(iii) NAC as per GO MS No:19 TR&B(R-
II) Dept dt 24.04.2015.) or as per the
orders of the Government issued from
iv) A lump sum provisions shall be made
time to time.
in the abstract estimate towards Banker's
Charges for obtaining Bank guarantees for
(iv) Seigniorage Charges as per
payment of E.M.D., performance security
[Link] No 67, Industries & Commerce
and release of retention amount as per
(Mines-I) Department Dt: 26.09.2015 or as
prevailing procedure based on the period
per the orders of the Government issued
i.e., period of completion plus defect liability
from time to time.
period. The Chief Engineer concerned shall
assess duly obtaining the details thereof (v) DMF & SMET as per G.O Ms No 71,
from the Scheduled Banks and suitable Industries & Commerce (Mines-I)
provision shall be made. Till than, no Department Dt: 30.11.2016 &
provision for this item need be provided. [Link].38, Industries & Commerce
(Mines-I) Dept., Dt: 31.05.2018 or as per
the orders of the Government issued
v) A provision at 1 percent of the cost of from to time.
Cement towards construction of temporary
(vi) A provision of 0.5% or subject to a
store shed shall be added on the data of
maximum of Rs 50.00 Lakhs in the
relevant items.
estimate towards Department for all
Project allied and Miscellaneous items
like foundation stone, pylons,
inaugurations etc.,

4
Note:-

At the time of preparation of estimates,


proper care should be taken to provide
the lump sum provisions for the aforesaid
(d) At the time of preparation of estimates,
items and necessary conditions also
proper care should be taken to provide the
should be incorporated in the tender
lump sum provisions for the aforesaid items
document for suitable reimbursement to
and necessary conditions also should be
the contractors from the above provisions
incorporated in the tender document for
suitable reimbursement to the contractors (D) Other Provisions:
from out of the above provisions, however
not exceeding the amounts indicated against (i) The Contractor shall engage Technical
each, on production of the Insurance agents as specified in the agreement and
policies, copies of appointment orders with if necessary the contractor shall produce
payments vouchers, Bank Guarantee etc., required copies of appointment orders of
Failing to comply with the above, Technical personnel at the time of
reimbursement shall not be allowed but agreement. Failing to comply with the
suitable penalty shall be imposed for not above, suitable penalty (SoRs Rate x 3
engaging technical personnel and the times) shall be imposed for not engaging
Engineer -in- Charge shall take Insurance technical personnel and the Engineer -
policy at the cost of contractor duly in- Charge shall take necessary action
deducting the premium from the contractor's for employment of key personnel duly
bills. Contractor has to take policy in favor of meeting the expenditure from the penalty
the employer i.e., Department. so levied.

(ii) The contractor should employ Skilled


labour not less than 25% of the total
required labour.

5
(e) Rates for Earth work Excavation [with E. Rates for Earth work Excavation [with
Machine]. Machinery].

Machine rates are to be adopted in all the Machinery rates are to be adopted in all the
cases for earth work excavation where the cases for earth work excavation where the
quantities exceed 1000 cum, with relaxation quantities exceed 1000 cum, with relaxation
on the following items of works: on the following items of works:

i) Earth work excavation for seating to i) Earth work excavation for seating to
lining for a depth of 0.10 m to 0.15m for lining for a depth of 0.10 m to 0.15m for
Canals / Channels Canals / Channels.
ii) Removal of silt and slushy soils from the ii) Removal of silt and slushy soils from the
Canals / Channels where depth or Canals / Channels where depth of
removal is less than 0.30m removal is less than 0.30m
iii) Earthwork excavation for restricted iii) Earthwork excavation for restricted
foundation for small structures building foundation for small structures, building
foundations etc., foundations etc.,
iv) Silt in slushy soils removal in lined iv) Silt in slushy soils removal in lined
canals, where movement of machinery canals, where movement of machinery
is restricted is restricted
v) Earthwork excavation for model sections v) Earthwork excavation for model
chutes etc., where the movement of sections, chutes etc., where the
machinery is restricted. movement of machinery is restricted.

(2) SANCTION OF ESTIMATES: (2) SANCTION OF ESTIMATES:


a) Administrative Approval: A. Administrative Approval:
Administrative approval for Major & Medium Administrative approval for all
Irrigation schemes as well as Schemes Schemes/ Works/Projects will be
relating to R&B Dept., will be issued in two issued in two stages.
stages.

6
I) In stage-1, the administrative approval will be I) In stage-1. For preparation of detailed Project
accorded for the following items which will reports.
help in preparation of detailed project reports.
i) Detailed investigation.
i) Detailed investigation.
ii) Preparation of EIA and EMP reports,
ii) Preparation of EIA and EMP reports, R&R plan, forest clearance etc.,
R&R plan, forest clearance etc.,
iii) Preparation of detailed designs /
iii) Preparation of detailed designs / drawings
drawings
iv) Obtaining of necessary clearances
iv) Obtaining of necessary clearances
v) Acquisition and possession of minimum
v) Acquisition of minimum lands required lands required

vi) Completion of R&R, EMP etc. vi) Completion of R&R, EMP etc.

vii) Shifting of utilities for R&B Works vii) Shifting of Infrastructural utilities

II) In staqe-II for Projects Construction: Projects


II) In stage-II projects will be prioritized and
will be prioritized and adequate funds will be
adequate funds be provided to complete them in
provided to complete them in realistic time
realistic time frame. The second stage
frame. The second stage administrative
administrative approval will be issued only after
approval will be issued only after designs are
designs are finalized, detailed investigation
finalized, detailed investigation is completed
completed and lands are acquired for taking up
and lands are acquired for taking up works
works without interruption for the first two years.
without interruption for the first two years.
However, in respect of certain works such two
However, in respect of certain works such
approvals will be given straightaway on
two approvals will be given straightaway on
certification by the Engineer -in-Chief / Chief
certification by the Engineer -in-Chief / Chief
Engineer concerned that the Stage-I approval is
Engineer concerned that the Stage-I
not needed and that the designs are finalized,
approval is not needed and that the designs
detailed investigation completed, lands are
are finalized, detailed investigation is
acquired and utilities are shifted for taking up the
completed, lands are acquired and utilities
work without interruption in the first two years.
are shifted for taking up the work without
interruption in the first two years.

7
b) Technical Sanction: B) Technical Sanction:

Notwithstanding anything contained in the Notwithstanding anything contained in the


relevant codal provisions, APSS and relevant Codal provisions, APSS as adopted
Government orders with regard to the for Telangana State and Government orders
procedure of according the technical sanction, with regard to the procedure of according the
enhanced powers are delegated to the field technical sanction, enhanced powers are
officers as follows: delegated to the field officers as follows:

[Link] upto : Rs.10 lakhs. Executive Engineers up to: Rs 50.00 Lakhs.

[Link] upto : Rs.50 lakhs Superintending Engineers up to: Rs 100.00


Lakhs.
[Link] upto : value of the administrative
approval. ENCs/Chief Engineers up to value of the
administrative approval.
c) Limits of Technical sanction and
inspection of works: (Note: No Work should be split to come under
this sanction purview)
The departmental officials should inspect
works before technical sanction is accorded C) Limits of inspection of works for issue
by the competent authority as per the of Technical sanction:
monetary limits indicated below. The departmental officials should inspect
 For Engineers-in-Chief/ Chief Engineers :: works before technical sanction is accorded
Rs.500.00 lakhs and Above. by the competent authority as per the
monetary limits indicated below.
 For Superintending Engineers :: Rs.50.00
Lakhs to below 500.00 lakhs  For Engineers-in-Chief / Chief
Engineers : Rs.1000.00 Lakhs and
 For Executive Engineers :: upto Rs. 50.00
above.
lakhs
 For Superintending Engineers : above
Scrutiny of estimates should be taken up
Rs.100.00 Lakhs to below Rs 1000.00
at random by authority one level higher than
Lakhs
that competent to issue technical sanction to
the estimates except in the case of Chief  For Executive Engineers : up to Rs.
Engineer / Engineer-in-chief. 100.00 Lakhs

8
3) TENDER NOTICE / DOCUMENTS: Scrutiny of estimates should be taken up at

(i) Tender Notice or Notice Inviting Tenders random by authority one level higher than

(NIT) will be approved by the Engineers for that competent to issue technical sanction to

the works for which they are competent to the estimates except in the case of Chief

accord technical sanction. Engineer / Engineer-in-chief.

(ii) The Tender documents will be 3) TENDER NOTICE / DOCUMENTS:

prepared by the concerned Engineers, A) Tender Notice or Notice Inviting Tenders


bringing greater transparency indicating, the (NIT) will be approved by the Engineers for
provisions made in the estimates for items the works for which they are competent to
which are reimbursable to the contractors accord technical sanction.
with relevant conditions therefor relating to
B) The Tender documents will be
the implementation of the Contract and
prepared by the concerned Engineers,
other eligibility criteria on both physical and
bringing greater transparency indicating the
financial requirements in addition to the
provisions made in the estimates for items
conditions contained in the APSS, APPWD
which are reimbursable to the contractors
code.
with relevant conditions therewith relating to
4) TENDERS, INVITATION AND FINALIZATION: the implementation of the Contract and other

(a) For the works upto Rs. 50 lakhs the tender eligibility criteria on both physical and

notice shall be published in District editions financial requirements in addition to the

of two Telugu dailies with the largest conditions contained in the APSS as adopted

circulation. For works costing more than Rs. for Telangana State and PW D-Code etc.,

50 lakhs, the tender notices will be 4) TENDERS INVITATION:


published in one Telugu daily and one
A. For the works up to Rs. 100 Lakhs the
English daily having largest circulation at the
tender notice shall be published in District
State level. To reduce the cost of each
editions of two Telugu dailies with wide
publication, the format for the tender notice
circulation. For works costing more than Rs.
in the newspaper shall be finalized by the
100 Lakhs, the tender notices shall be
Board of Chief Engineers so that the cost
published in one Telugu daily and one
English daily having wide circulation at the
State level. The notice shall be in short
format to minimize the cost of publishing.

9
of the advertisement is kept to the minimum.

(b) The tender schedules should contain not B. The tender schedules should contain not
only the quantities but also the rates worked only the quantities but also the rates worked
out by the Dept. and the amount for each out by the Dept. and the amount for each
item and the total value of the contract. The item and the total value of the contract. The
tenderer will not be required to quote item tenderer will not be required to quote item
wise. He should indicate his willingness to wise. He should indicate his willingness to
do the work either at the estimated value of do the work either at the estimated value of
the work of at a percentage in excess of the the work or at a percentage in excess of the
estimated value of the work or at a estimated value of the work or at a
percentage less than the estimated value of percentage less than the estimated value of
the work. the work.

C. The time allowed from the date of sale of


Bid documents to the date of receipt of
tenders shall be as follows

10
Time limit for receipt of
Tenders from the date of
Value of Work Publication
(in Rs)
2nd and subsequent
1st Call
Calls

i) Up to 2 crore 7 days 7 days


ii) Above 2 crore 14 days 7 days

If the last day falls on holiday, next


working day is treated as last date of
receipt of tenders

D. In case of no response/no technically


qualified bidders for the first call, the time
allowed for second and subsequent calls
from the date of sale of Bid documents to
the date of receipt of tenders shall be 7
days. Further, the qualification criteria
under para 10 can be reduced to 50%.

E. If any ENC/CE/SE/EE desires to invite short


tender notice necessary permission shall be
obtained from Tender approving authority.

11
5) COLLECTION OF EMP AT THE TIME OF 5) COLLECTION OF EMD AT THE TIME OF
ISSUING TENDER DOCUMENTS: ISSUING TENDER DOCUMENTS:

In order to discourage purchase of tender a) In case EMD is paid in the form of BG


documents by non-serious bidders, tender
In order to discourage purchase of tender
documents shall be issued to contractors on
documents by non-serious bidders, tender
payment of Earned Money Deposit, at 1% of
documents shall be issued to contractors on
the estimate contract value. Successful
payment of Earnest Money Deposit at 1% of
bidder will pay balance EMD of V/2%
the estimate contract value (ECV). The
contractor value at the time of concluding
successful bidder shall pay EMD at the time
the agreement.
of concluding the agreement i.e., 2 1/2% of
Agreement value duly taking back earlier
paid EMD @ 1% ECV.

b) In case EMD is paid online

The successful bidder shall pay balance


EMD at the time of concluding the
agreement i.e., 2 1/2% of Agreement value
minus 1% of ECV which is already paid.

6) PREVENTION OF COLLUSION OF 6) PREVENTION OF COLLUSION OF


CONTRACTORS: CONTRACTORS:
(Applicable for off line tenders only)
With a view to prevent collusion or the
formation into a ring by contractors, the following With a view to prevent collusion or the
orders are issued:- formation into a ring by contractors, the
following orders are issued:
(a) Tender schedules shall be issued till a date
prior to the last date of submission of A. Tender schedules shall be issued till a date
tenders prior to the last date of submission of
tenders
(b) once a contractor buys a tender schedule he
shall not be permitted to B. Once a contractor buys a tender schedule
he shall not be permitted to

12
return the schedule. After buying a tender- return the schedule. After buying a tender-
schedule, if a contractor does not tender for schedule, if a contractor does not tender for
the work, his EMD shall be forfeited (cash or the work, his EMD shall be forfeited (cash or
bank guarantee or both). bank guarantee or both).

7) RECEIPT OF TENDERS: 7) RECEIPT OF TENDERS:

A. For off line tenders.


(i) The tender schedule shall be issued upto
i) The tender schedule shall be issued up to
one day prior to the last day of submission
one day prior to the last day of submission
of Tenders. The tenders shall be received at
of Tenders. The tenders shall be received at
the place and time as specified in the
the places and time as specified in the
Tender Notice. The contractor shall be
Tender Notice. Preferably at Executive
allowed to submit the tender either
Engineer / Superintending Engineer/
personally or through his agent or by post.
Chief Engineer and at Superintendent of
In case of submission of tender by post the
Police office concerned. The contractor
risk and responsibility for either loss or
shall be allowed to submit the tender either
delays in transit of the same is to be borne
personally or through his agent or by post.
by the contractor. The tender opening
In case of submission of tender by post the
authority will not consider any tender
risk and responsibility for either loss or
received by him after the expiry of date and
delays in transit of the same is to be borne
time fixed for receipt of tenders.
by the contractor. The tender opening
(ii) Tender will be received in two parts in 2
authority will not consider any tender
different sealed covers. Cover-A and Cover-
received by him after the expiry of date and
B. The Cover-A shall contain the
time fixed for receipt of tenders.
qualification data viz Annual Turnover and
(ii) Tender will be received in two parts in 2
value of works under execution etc., as at
different sealed covers. Cover-A and Cover-
para (10). The Cover B will contain the
B. The Cover-A shall contain the
financial bid for the work in question. The
qualification data viz Annual Turnover and
cover A and Cover B will be sealed and kept
value of works under execution etc., as at
in another sealed envelope (cover C)
para (10). The Cover B will contain the
financial bid for the work in question. The
cover A and Cover B will be sealed and kept
in another sealed envelope (cover C)

13
supplied by the department while issuing supplied by the department while issuing
Tender Schedules. Tender Schedules

(iii) The EEs and SEs delegated with the power (iii) The EEs and SEs delegated with the power
to invite the tenders will opened evaluate to invite the tenders will open and evaluate
the tenders as per the qualification criteria. the tenders as per the qualification criteria.
While opening the tenders care should be While opening the tenders care should be
taken to first open Cover-C in the presence taken to first open Cover-C in the presence
of the tenders or their authorized of the tenderers or their authorized
representative and other officials concerned representative and other officials concerned
on the specified date and time and also to on the specified date and time and also to
verify whether the Cover-A and Cover-B are verify whether the Cover-A and Cover-B are
properly sealed and minutes by recorded to properly sealed and minutes shall be
this effect then and there only. In case the recorded to this effect then and there only.
Covers A&B or any one of them are found / In case the Covers A&B or any one of them
unsealed, such tenders will not be opened are found / unsealed, such tenders will not
and summarily rejected. be opened and summarily rejected.

(iv) First cover (cover -A) with superscription as (iv) First cover (cover -A) with superscription as
"TECHNICAL BID" which shall contain the "TECHNICAL BID" which shall contain the
qualification data as described at para 3.02 qualification criteria data will be opened.
will be opened.
(v) Second Cover (Cover-B) with the
superscription of "PRICE BID" shall contain
(v) Second Cover (Cover-B) with the
the Schedule-A i.e., the statement of
superscription of "PRICE BID" shall contain
description of work, quantity, estimate rate
the Schedule-A i.e., the statement of
and amount. Price bid (Cover -B) of those
description of work, quantity, estimate rate
tenderers who are determined as qualified
and amount, price bid (Cover -B) of those
as per eligibility criteria will be opened on
tenderers who are determined as qualified
the date specified in the tender notice and
as per eligibility criteria will be opened on
the Cover - B of un-qualified tenderers will
the date specified in the tender notice and
not be opened and kept in the safe custody
the Cover - B of un-qualified tenderers will
till the tenders are finalized and there after
not be opened and kept in the safe custody
shall be returned to them along with EMD.
till the tenders are finalized and there after
The Schedule-A of
shall be returned to them along with

14
EMD. The Schedule-A of price bid shall contain price bid shall contain the working items
the working items indicated as Part-1 and indicated as Part-I and LS provision as Part
LS provision as Part -11. The premium or -II.. The premium or discount quoted by the
discount quoted by the Contractor shall be Contractor shall be applicable only for Part-I.
applicable only for Part-I. However, the However, the provisions contained in the
provisions contained in the Part-II will be Part-II will be operable basing on the
operable basing on the conditions provided conditions provided in the tender Schedules.
in the tender Schedules. The tenderers will The tenderers will have to state clearly their
have to state clearly their willingness to willingness to execute the work at the
execute the work at the percentage excess percentage excess or less or at par over the
or less or at par over the ECV indicated at ECV indicated at Part-I at the space
Part-I at the space provided therein. provided therein.

(vi) Before recommending / accepting the (vi) The tender Inviting authority shall verify
tender, the tender accepting authority shall the correctness of certificates submitted to
verify the correctness of certificates meet the eligibility criteria and specifically for
submitted to meet the eligibility criteria and experience, the authenticated agreements
specifically for experience, the authenticated of previous works executed by the lowest
agreements of previous works executed by tenderer, shall be called for, before
the lowest tenderer, shall be called for. concluding the agreement

(vii) The EMD will be returned to the qualified but (vii) The EMD will be returned to all the un-
unsuccessful tenderer either after successful tenderers either after concluding
finalization of tenders or on expiry of validity the agreement or on expiry of validity of
of tenders whichever is earlier. tenders whichever is earlier.

(B) FOR TENDERS INVITED ON e-


PROCUREMENT PLATFORM

(i) The tenderers need to contact the tender


inviting Authority for any information/
clarifications required to submit their
tenders on e-procurement platform.

(ii) The tenderers / suppliers need to register


on the electronic

15
procurement platform of Government of
Telangana, i.e., [Link].
For obtaining digital signature certificate the
tenderers/ supplier may contact TSTSL,
Hyderabad. On registration with the e-
procurement platform they will be provided
with a user ID and password by the system
using which they can submit their tenders on
line.
(iii) After registering on the e procurement
platform, tenderers need to scan and
upload the required documents as per
the tender requirements on to their
profile.
(iv) The tenderers shall authenticate the
tender with their digital certificate for
submitting the tender electronically on e-
procurement Platform and the tenders
not authenticated by Digital certificate of
the tenderer will not be accepted on the
e-procurement platform
(v) The bidder shall mandatorily pay the
transaction fee to M/S TSTSL,
HYDERABAD through the electronic
payment Gateway.
(vi) A minimum of 3 days gap between
Technical Bid opening date & Price Bid
opening date shall be provided.
(vii) The tenderers who participate in e-
procurement platform shall submit their
technical bids, price bids etc., through
online in the standard prescribed in the
NIT and tender documents,

16
displayed at e-procurement platform. The
tenderers should upload the scanned
copies of all the relevant and required
certificates, documents etc., in the e-
procurement platform in support of their
technical bids. The tenderers shall sign
on all the statements, documents,
certificates, uploaded by him, owning
responsibility for their correctness /
authenticity.

(viii) All the tenderers shall invariably


upload the scanned copies of Online
payment through Net Banking / RTGS /
NEFT /Credit Card / Debit Card / BG
towards EMD in e-Procurement system
and this will be the primary requirement
to consider the bid as responsive.

(ix) The tenderer shall furnish a declaration


in online on Rs.100/- Non-Judicial Stamp
Paper stating that the soft copies
uploaded by them are genuine. Any
incorrectness /deviation noticed will be
viewed seriously and apart from
canceling the work duly forfeiting the
EMD, criminal action will be initiated
including suspension of business.

(x) Submission of original Hard Copies of


uploaded scanned copies of Online
payment through Net Banking / RTGS /
NEFT /Credit Card / Debit Card /BG
towards EMD by Participating tenderers
to the

17
tender inviting authority before opening
of the price bid is dispensed with.
However, if the tender inviting authority
requested the tenderers for the same by
written demand in case of necessity
during the technical bid evaluation, the
same shall be produced by the tenderers
for clarification with in stipulated period,
without fail.

(xi) The tenders will be opened Online in e-


procurement platform by the
Superintending Engineer/ Executive
Engineer or his nominee at his office on
the date and time specified in the NIT. All
the statements, documents, certificates,
Online payment through Net Banking /
RTGS / NEFT /Credit Card / Debit Card /
BG etc., uploaded by the tenderers will
be down loaded for technical bid
evaluation. The clarifications, particulars
if any required from the bidders will be
obtained by addressing the tenderers.
The technical bids will be evaluated
against the specified parameters/
criteria; same as in the case of
conventional tenders and the technically
qualified tenderers will be identified.

(xii) The Department shall carry out the


technical bid evaluation

18
solely based on the Uploaded Certificates /
documents, Online payment through Net
Banking / RTGS / NEFT /Credit Card / Debit
Card / BG towards EMD in the e-procurement
System and open the Price bids of the
responsive tenderers. The result of technical
bid evaluation will be displayed on the e
platform, which can be seen by all the
tenderers who participated in the tenders.

(xiii) The price-bids of such tenderers, who are


determined to have complied with the
eligibility criteria, will only be opened by the
Executive Engineers/ Superintending
Engineer or his nominee at his office after
getting permission from the next higher
authority, on the date and time specified in
the NIT. If the office happens to be closed on
the dates specified in the NIT, the respective
activity will be performed at the designated
time on the next working day without any
notification.

(xiv) Any objections on the Technical bid


evaluation/ disqualification made by the bid
inviting authority shall be represented within
10 days from the date of opening of price
bids and proper acknowledgement shall be
obtained invariably. The
representations/petitions received after the
specified period of 10 days will not be
entertained.

(xv) The Department will notify the successful


tenderer for

19
submission of original hard copies of all
Uploaded documents, Online payment
through Net Banking / RTGS / NEFT
/Credit Card / Debit Card / BG towards
EMD prior to entering into the
Agreement.
(xvi) The successful tenderer shall invariably
furnish the originals Of Online payment
through Net Banking / RTGS / NEFT
/Credit Card / Debit Card / BG towards
EMD, certificates / documents of the
uploaded scanned copies to the Tender
inviting Authority before entering into
agreement either personally or through
courier or post and the receipt of the
same within the stipulated date shall be
the responsibility of the successful
tenderer. The Department will not take
any responsibility for any delay in receipt
/ non-receipt of Online payment through
Net Banking / RTGS / NEFT /Credit Card /
Debit Card / original BG towards EMD,
certificates / documents from the
successful tenderer before the stipulated
time. On receipt of documents, the
Tender inviting authority shall ensure the
genuineness of the Online payment
through Net Banking / RTGS / NEFT
/Credit Card / Debit Card / BG towards
EMD and all other certificates/
documents uploaded by the tenderer in
e-procurement system in support of the
qualification criteria before concluding
the
20
agreement.

(xvii) If any successful tenderer fails to


submit the original hard copies of
uploaded certificates / documents,
Online payment through Net Banking /
RTGS / NEFT /Credit Card / Debit Card /
BG towards EMD within the stipulated
time or if any variation is noticed
between the uploaded documents and
the hard copies submitted by the
tenderer, the successful tenderer will be
suspended from participating in the
tenders on e-Procurement platform for a
period of 3 years by the tender inviting
authority duly getting approval from the
next higher authority. The e- Procurement
system would deactivate the user ID of such
defaulting successful tenderer based on the
trigger / recommendation by the tender
Inviting Authority in the system. Besides
this, the Department shall invoke all
processes of law including criminal
prosecution of such defaulting tenderer as
an act of extreme deterrence to avoid delays
in the tender process for execution of the
development schemes taken up by the
Government. The information to this extent
will be displayed in the e-procurement
platform website.

21
8) FINALISATION OF TENDFRS: 8) FINALISATION OF TENDERS:

(i) Tenders will be finalized by the EES / SEs (i) The Executive Engineer shall finalize the
for the works costing upto their powers to tenders of E.C.V., up to Rs.50.00 Lakhs,
accord technical sanctions. Superintending Engineer above Rs.50.00
Lakhs upto Rs.100.00 Lakhs; the
Engineer-in-Chief/Chief Engineer above
100.00 Lakhs upto Rs.1000.00 Lakhs and
Commissionerate of Tenders (COT)
above Rs.1000.00 Lakhs respectively and
as per orders of the Government issued
from time to time.

(ii) The Chief Engineer shall finalize the tenders (ii) Negotiations are not permitted to be
upto Rs.2 crore. The tenders for the works conducted at any level. However, good
costing more than Rs.2 crore will be referred gesture rebate, if offered by the lowest
to COT along with Technical Bid evaluation bidder voluntarily prior to finalization of
and Price Bid evaluation for consideration. Tenders may be accepted by the Tender
The COT shall scrutinize the tenders accepting authority.
submitted by Engineers- in-Chief / Chief
Engineers / Project Administrators in
accordance with the conditions stipulated in
the Tender document and in case of any
discrepancy or non-adherence to the
conditions, the same shall be communicated
which will be binding both on the Tender
Concluding Authority and the Contractor. In
case of any ambiguity, the decision take by
the COT on tender shall be final.

(iii) Negotiations are not permitted to be


conducted at any level.

22
(iv) The time allowed from the date of publication of 9) VERIFICATION OF CERTIFICATES AND
tender notices to the date of receipt of tenders is EXPERIENCE:
14 days for the first call and 7 days for the second
call. The tenders will be received following three a) A website will be created and maintained by
box system i.e., at SEs office, if the SP of the Commissioner of Tenders wherein details of
District where the SE's office is located and one in all contractors will be made available.
the office of the ENC or by post to the SE Existing Contractors should submit the
concerned.
details of their experiences with an affidavit
9) VERIFICATION OF CERTIFICATES AND
before the Commissioner of Tenders. The
EXPERIENCE:
Commissioner of Tenders should place all
a) A website will be created and maintained by these details on the web site. Those having
Commissioner of Tenders wherein details of objections should file before the
all contractors will be made available. Commissioner of Tenders, within a period of
Existing Contractors should submit the one month from the date of placement of
details of their experiences with an affidavit experience particulars on the website. The
before the Commissioner of Tenders. The Commissioner of Tenders should conduct
Commissioner of Tenders should place all the investigation on the objections of the
these details on the web site. Those having contractors filed and final experience
objections should file before the certificate should be displayed on the
Commissioner of Tenders, within a period of website within one month from the date of
one month from the date of placement of receipt of objections filed by the contractors.
experience particulars on the website. The If any contractor submits false information,
Commissioner of Tenders should conduct the he will be liable for blacklisting. The
investigation on the objections of the Commissioner of Tenders should send
contractors filed and final experience proposals recommending to the
certificate should be displayed on the website Government with proper justification for
within one month from the date of receipt of black listing such of those contractors who
objections filed by the contractors. If any furnish false information.
contractor submits false information, he will
be liable for blacklisting. The Commissioner
of Tenders should send proposals
recommending to the Government with
proper justification for black listing such of
those contractors who furnish false

23
information. b) All Executive agencies in different

b) All Executive agencies in different departments departments will be given a password for
will be given a password for making necessary making necessary entries in the website from
entries in the website from time to time. Updation time to time. Updating of the information on
of the information on the website shall be done by the website shall be done by the awarding
the awarding authority as and when a work is authority as and when a work is awarded.
awarded. Similarly if a work is cancelled, the Similarly, if a work is cancelled, the same
same should also be reflected in the website by
should also be reflected in the website by
canceling authority. Verification of certificates by
canceling authority. Verification of certificates
sending to various agencies should be done away
by sending to various agencies should be
with while examining the eligibility. Instead, the
done away with while examining the
information in the website should be used by all.
This information should be cross checked by the eligibility. Instead, the information in the
Commissioner of Tenders every year. The website should be used by all. This
Commissioner of Tenders will also examine the information should be cross checked by the
objections as and when received. Those giving Commissioner of Tenders every year. The
false of objections shall be penalized upto an Commissioner of Tenders will also examine
amount of Rs. 10, 000/-. Detailed orders in this the objections as and when received. Those
regard will be issued separately for which
giving false of objections shall be penalized
proposals shall be sent by Commissioner of
upto an amount of Rs. 10, 000/-. Detailed
Tenders. The Commissioner of Tenders can also
orders in this regard will be issued separately
examine and have details verified suo-moto.
for which proposals shall be sent by
Commissioner of Tenders. The
Commissioner of Tenders can also examine
c) The Commissioner of Tenders should issue and have details verified suo-moto.
pass books to each contractor containing all
c) The Commissioner of Tenders should issue
the details covering experience, financial
pass books to each contractor containing all
capacity etc. The contractors should enclose
the details covering experience, financial
a Xerox copy of the pass book along with
capacity etc. The contractors should enclose
tender applications. Works awarded /
a Xerox copy of the pass book along with
cancelled should be entered in the passbook
tender applications. Works awarded /
by an officer not lower than the rank of
cancelled should be entered in the passbook
Executive Engineer. The details in the
by an officer not lower than the rank of
passbook should tally with those in the
Executive Engineer. The details in the
website.

24
Duplicate pass books can be issued on passbook should tally with those in the
payment of an amount of Rs.5000/ on the website.
first occasion and Rs.25,000/- subsequently. Duplicate pass books can be issued on
payment of an amount of Rs.5000/ on the
first occasion and Rs.25,000/ - subsequently.

d) Contractors who execute their works within d) Contractors who execute their works within
time as per specifications shall be issued a time as per specifications shall be issued a
merit certificate acknowledging their timely merit certificate acknowledging their timely
completion ensuring good quality. The merit completion ensuring good quality. The merit
certificate shall be given in a public function certificate shall be given in a public function
wit due publicity to increase the prestige and wit due publicity to increase the prestige and
standing of the contractors in the society. standing of the contractors in the society.
While giving works on nomination the While giving works on nomination the
contractors who have received the merit contractors who have received the merit
certificates for quality and timely certificates for quality and timely
performance, shall be given preference over performance, shall be given preference over
others. The performance of the contractors others. The performance of the contractors
on the works shall be obtained and on the works shall be obtained and
maintained in the offices of the Registering maintained in the offices of the Registering
authorities viz., EEs, SEs, CEs and Board of authorities viz., EEs, SEs, CEs and Board of
CEs. The performance shall be assessed CEs. The performance shall be assessed
annually and the results shall be made use of annually and the results shall be made use of
while considering applications for renewal of while considering applications for renewal of
contractor's registrations. contractor's registrations.

e) INCENTIVE: The Contractor who


completes the work within agreement
time period shall be paid additionally 1.5%
of value of the work executed as an
incentive. The incentive would be paid
after completion of the work within the
agreement period. The 1.5% of the
amount to be paid would be on the total
value of executed work

25
with agreement rates excluding all the
taxes as applicable and price adjustment
amounts. This incentive will not be
applicable for the works extended beyond
agreement period for any reason.
(Note: This Incentive clause is optional and
shall be applicable for such identified and
Specialized Technical works as approved by
the concerned Chief Engineer/ Engineer-in-
Chief only)

10. QUALIFICATION CRITERIA FOR OPENING


10. QUALIFICATION CRITERIA
OF THE PRICE BID.
A. To qualify for award of the Contract, each A) To qualify for opening the Price Bid each
bidder in its name should have, during the bidder in its name, during the last Ten
last five years (specified financial years i.e. financial years*** (i.e. from ……. to ………)
they should be immediately preceding the should comply with the following.
financial year in which tenders are invited) (Note: Specify the financial years; those
immediately preceding the financial year in
which the tenders are invited)

i) Satisfactorily completed not less than 90% of


a) Satisfactorily completed as a prime physical contract value as a PRIME
contractor, similar works of value not less CONTRACTOR or as a sub-contractor ( duly
than Rs. /- @ (usually not less than 50% of certified by the Executive Engineer/Payment
Estimated value of contract) in any one year. certifying authority and counter signed by
Superintending Engineer /equivalent
rank/Person above the payment certifying
authority) similar works………/……./………
(indicate broad nature of work) of value not
less than Rs:…………. lakhs (usually 50% of
Estimate contract value (ECV) of the work
per year) in any one financial year, during
last ten financial years*** as specified above

26
b) Executed in any one year, the following updated to current price level giving a
minimum quantities of works: weightage of 10% per year,

- Cement concrete including RCC and ii) Executed in any one financial year during last
PSC Cum. ten financial years*** the following minimum
physical quantities (Usually 50% of the
- Earth work in both excavation and
expected peak quantities of construction per
Embankment Cum.
year).
- (relevant principal items be indicated
[Link]. Principal Items Minimum
of Work Required quantity
- (usually 50 percent of the expected peak
1
quantities of construction per year)
2

(For the period of work up to 6 months,


Qualification Criteria for 10 (A) shall be taken
as half year and for more than 6 months and
up to one year, Qualification Criteria for 10(A)
shall be taken as one year)

Note:

1. Only items which have i) 25% or more


weightage for Normal items and ii) 10% or
more weightage for Specialized items
shall be mentioned.
In case of specialized items, the Tender
document approving authority shall invariably
justify the same. Generic item quantities can
be clubbed.
2. The qualification criteria at clause 10 (A)
shall not be made applicable for the Civil
category works costing Rs 10.00 crore
(ECV) and below.
*** In case, the current financial year is claimed
by the bidder, the last (10) ten financial years
would be including the current financial year
otherwise the last

27
B. Each bidder shall further demonstrate (10) ten financial years would be excluding
the current financial year.
a) Availability (either owned or leased or
B. Each bidder shall further demonstrate
to be procured against mobilization
with documentary evidence.
advances) of the following Key and
critical equipment for the work.
(a) Availability of the following Key and
---
critical equipment (either owned or
---
leased) costing more than Rs 10.00
---
lakh for the work.

i) In case of owned equipment, the bidder


has to upload either a certificate issued
by the Executive Engineer, with in the
block period (or) a Declaration on non-
judicial stamp paper worth Rs. 100/- as
prescribed in Statement-V along with
sufficient proof of documents in support
of owning key and critical equipment
such as Invoice / certificate of registration
by the competent authority.

ii) In case of Leased equipment, the bidder


shall invariably upload the lease
agreement for the work along with
sufficient proof of documents in support
of owning leased equipment by the lease,
such as certificate issued by the
Executive Engineer (or) / certificate of
registration by the competent authority in
proof of owning the key and critical
equipment.

28
b) Availability of the Key personnel with (Note. The Tender Inviting Authority should
adequate experience as required should be mention the minimum required quantity of
indicated based on the requirement for the Major equipment costing more than Rs 10.00
work to be executed. lakh only)

b) Availability of the Key personnel with


adequate experience as required should be
indicated based on the requirement for the
work to be executed. No two or more works
can have same persons simultaneously after
the award of works. (The Contractor/Agency
should give declaration to that effect. The
responsibility solely lies with the agency)

c) Credit facilities:
c) Liquid assets/credit facilities of not less than
[Link] (credit lines/letter of i. For works whose ECV > 2.00 Crores :
credit/solvency certificates from Banks etc. Credit facility certificate shall be
shall be equivalent of the estimated cash furnished in the name of tendered work
flow for three months in peak construction as per Annexure-I -B from Scheduled
period) banks for the required amount i.e.,
equivalent to three (3) months estimated
average cash flow in peak construction
period as per bid condition.

ii. For works whose ECV < 2.00 Crores :

Credit facility certificate as per Annexure-


I-B in the name of tendered work or
Solvency certificate being issued by
Banks in their own proforma or the Net
worth certificate issued by Chartered
Accountant shall be furnished for the
required amount i.e., equivalent to three
(3) months estimated average cash flow

29
d) EMD in the shape of Bank Guarantee in the in peak construction period as per bid
standard format enclosed, for Rs……… (one condition.
percent of the estimated contract value) to
d) EMD in the shape of Online payment
be valid for the period as indicated at para
through Net Banking / RTGS / NEFT /
1.03 (d) i.e., period of completion plus defect
Credit Card / Debit Card / Bank Guarantee
liability period.
in the standard format as per Annexure-I
(C) enclosed, for Rs……./- (one percent of
the estimated contract value). In case of
BG, it should be valid for 6 months.

NOTE 1: Procedure for Payment of


Performance Security Deposit (2 ½ % of
TCV) at the time of Agreement.
i) For the bidders who have paid EMD @ 1%
of ECV through Online Payment they may
pay the performance security deposit amount
of Rs………… (difference of 2 ½ % TCV and
1% ECV) through Online Payment/ Challan
Generation.
Or
They may furnish BG for an amount of
Rs……… (difference of 2 ½ % TCV and 1%
ECV in the proforma of Performance
Security Deposit, Annexure-(D).
ii) For the bidders who have paid EMD i.e., 1%
of ECV through BG they should furnish the
BG for Performance security deposit Rs……
( 2 ½ % TCV ) in the proforma Annexure-I(D)
duly collecting the earlier paid (1% ECV)
EMD BG.
NOTE 2: All the payments towards EMD
should be paid through Net Banking / RTGS /
NEFT /Credit Card / Debit Card / B.G only

30
e) Experience relating to the works executed in e) Experience relating to the works executed
State/Central Government departments or in State/ Central Government
State/Central Government undertakings shall departments or State/ Central Public
only be considered Sector undertakings / Quasi Government
organization shall only be considered.
The certificate to be issued by the
Engineer-in-Charge of Government
department / undertaking not below the
rank of Executive Engineer or equivalent
and countersigned by the rank of SE or
equivalent shall be considered.

f) Sub-contractor's experience, in his name


shall be taken in to account in
determining the Tenderer's compliance
with the Qualification criteria, if it is as
per Clause 15 below

g) In case of Joint venture works, the


experience gained to the extent of the
tenderer's share shall be taken in to
account in determining the tenderers
compliance with the qualification criteria

11) BID CAPACITY:


11) BID CAPACITY:
A) The tenderers who meet the requirement
a) The sub contractor's / GPA holder's
qualification criteria will be qualified only
experience shall not be taken into account in
if their available bid capacity is more than
determining the bidders compliances with the
the estimated value. The available bid
qualifying criteria. The tenderers who meet
capacity will be calculated as under:
the requirement qualification criteria will be
qualified only if their available bid capacity is
more than the

31
estimated value. The available bid capacity Assessed Available Bid Capacity: 3 x A x N - B

will be calculated as under: Assessed where


Available Bid Capacity : A x N x 2 - B
A= Maximum value of civil engineering works
Where executed in any one year during the last Ten
A= Maximum value of civil engineering works years (updated………. * price level) taking
executed in any one year during the last five into account the completed as well as works
years (updated…….. * price level) taking into in progress.
account the completed as well as works in N= Number of years prescribed for
progress. completion of the work for which Tenders are

N= Number of years prescribed for invited [Period of completion of work for

completion of the works for which tenders which tenders are invited in months / 12]

are invited. *Period up to 6 months to be taken as half


B= Value of existing commitments and year and more than 6 months up to 1 year
ongoing works to be completed during period to be taken as 1 year].
of completion of works for which tenders are B) Updated value (at current Price level) of
invited. all Balance works to be completed in
proportion to the Period of completion of
the work for which Tenders are invited
and also works allotted to the Tenderer as
LOA. (Letter of Acceptance)

32
Note: The statement showing the value of Note:
existing commitments and ongoing works as i. The statement showing the value of existing
well as the stipulated period of completion commitments and ongoing works as well as
remaining for each of the works listed should the stipulated period of completion remaining
be issued by the Engineer-in-Charge of for each of the works listed should be issued
Government department / undertaking not by the Engineer-in-Charge of Government
below the rank of Executive Engineer or department / undertaking not below the rank
equivalent and countersigned by the rank of of Executive Engineer or equivalent and
SE or equivalent. The statement to the countersigned by the rank of SE or
above effect will be clearly enclosed to the equivalent. The statement to the above effect
Bidding document, and the tenderer shall will be clearly enclosed to the Bidding
furnish the particulars invariably in the same document, and the tenderer shall furnish the
format failing which the tender shall be particulars invariably in the same format
treated as incomplete and summarily failing which the tender shall be treated as
rejected. incomplete and summarily rejected.

@ = at .... * Price level. Financial turnover @ = at.... * Price level. Financial turnover
and cost of completed works of previous and cost of completed works of previous
years shall be given weightage of 10% per years shall be given weightage of 10% per
year to bring them to…………, price level * year to bring them to………, price level *

* The financial year in which bids are invited. * The financial year in which bids are invited.

(a) Even though the tenderer meets the above ii. Even though the tenderer meets the above
qualification criteria, he/she is subject to be qualification criteria, he/she shall be
disqualified if he/she is found to have misled disqualified if he/she is found to have misled
or made false representation in the forms, or made false representation in the forms,
statements submitted in proof of the statements submitted in proof of the
qualification requirements of record of poor qualification requirements of record of poor
performance such as abandoning works not performance such as abandoning works not
properly completed in the contract, inordinate properly completed in the contract, inordinate
delays in completions, litigation delays in completions, litigation history

33
history and or financial failures and / or and or financial failures and / or participated
participated in the previous tendering for the in the previous tendering for the same works
same works and had quoted unreasonably and had quoted unreasonably high bid
high bid prices. In addition to the above, prices. In addition to the above, even while
even while execution of the work, if found execution of the work, if found that the
that the Contractor had produced false/fake Contractor had produced false/fake
certificates of experience, he/she will be certificates of experience, he/she will be
black listed and work will be taken over black listed and work will be taken over
invoking clause 60 (a) of PS to APSS. invoking clause 60 (a) of PS to APSS as
adopted for Telangana
(b) Tenders shall be valid for a period of 1/2/3
months as the case may be. Before the iii. Tenders shall be valid for a period of 3
expiry of the validity, the authority competent months. Before the expiry of the validity,
to call for tenders shall seek for further the authority competent to call for
extension of validity from the contractors and tenders shall seek for further extension of
in case the validity is not extended his /her validity from the qualified contractors and
tender will not be considered and the EMD in case the validity is not extended his /
shall be returned. During the period of her tender will not be considered and the
validity if any tenderer withdraws his tender, EMD shall be returned. During the period
his/her EMD shall be forfeited. of validity if any tenderer withdraws his
tender, his/her EMD shall be forfeited and
12) QUALIFICATION CRITERIA FOR WORKS
suspended from business for one year.
COSTING Rs.10 LAKHS AND BELOW:
12) QUALIFICATION CRITERIA FOR WORKS
The qualification criteria at para. 10 as well
COSTING Rs.1000.00 LAKHS AND
as modified procedure of collecting EMD in
BELOW:
the shape of Bank Guarantee will not be
made applicable for the works costing Rs.10 a) The qualification criteria at para.10(A) will
lakhs (ECV) and below. For above works not be made applicable for Civil works
single cover system shall be followed and category costing below Rs.1000.00 Lakhs
the EMD shall be submitted along with the (ECV) in all State Government
completed Tender Schedule. Departments / State Government
Undertakings / Corporations.

34
b) The qualification criteria at para.10 (A) will
not be made applicable for all other
categories (other than civil category) of
works, costing below Rs 20.00 Lakhs (ECV)
in all State Government Departments / State
Government Undertakings / Corporations.

c) For all categories of works irrespective of


cost, collection of EMD shall be Online
payment through Net Banking / RTGS /
NEFT /Credit Card / Debit Card / BG/Challan
generation

13) TENDER PREMIUM:


13) TENDER PREMIUM:
(a) Ceiling of Tender Premium:
(i) Ceiling of Tender Premium:

For all works the ceiling of tender premium For all works the ceiling of tender premium

shall be 10% . As per the guidelines, even shall be 5%. If the tender premium quoted is

after two calls if the tender premium quoted more than 5%, the matter should be referred

is more than 10%, the matter should be refer to the Government and the Government may

to the Government and the Government may order for a fresh call or may constitute a

order for a fresh call or may constitute a committee to award the work.

committee to avoid the work on nomination


to a reputed contractor from the list to be
maintained by the Department on the basis
of performance of contractors.
(b) Discount Tenders:
ii) Discount Tenders:
(Percentage less than estimated cost) : For
(Percentage less than estimated cost) :
tenders up to 10% less than
Tenders upto 15% less than the

35
estimate may be accepted but for tenders the estimated contract value (ECV)of
which are less by more than 15% of the work, no additional security deposit
estimate, a bank guarantee or demand draft (ASD) is required. But for tenders less by
for the difference between the tendered more than 10% of the estimated Contract
amount and 85% of the estimate value Value of work, Online payment through
should be taken so that the tenderer leaves Net Banking / RTGS / NEFT /Credit Card /
the works midway and the department is Debit Card/BG (As per Annexure -1(E) for
forced to call for tenders for the work once the difference between the tendered
again, the bank guarantee or demand draft amount and 90% of the estimated
shall be used to finance the re-tendered contract value shall be collected from the
work. successful Bidder before concluding the
agreement so that if the tenderer leaves the
works midway and the department is forced
to call for tenders for the work once again,
the bank guarantee or Online payment
through Net Banking / RTGS / NEFT /
Credit Card / Debit Card /BG shall be used
to finance the re-tendered work

Note:

ASD amount=90% of ECV-TCV

(14) (i) ENTRUSTMENT OF WORKS ON Release of ASD can be done only after
SELCTION BASIS: completion of 50% of work

a) The tenders received are found to have (14) (i) ENTRUSTMENT OF WORKS ON
abnormally high percentage or within the SELCTION BASIS:
permissible ceiling limits prescribed but
a) The tenders received are found to have
under collusion or due to unethical practices
abnormally high percentage (offline tenders)
adopted at the time of tendering process,
or within the permissible ceiling limits
shall be rejected.
prescribed but under collusion or due to
unethical practices adopted at the time of
tendering process, shall be rejected.

36
b) When such situation arises that even for b) When such situation arises that even for
second tender call, the reasonable second tender call, the reasonable
percentage in fair and free environment is percentage in fair and free environment is
not received, the works will be entrusted on not received/ when there is no response
selection basis from out of the list of for three calls, the works may be entrusted
contractors who are possessing the eligibility on selection basis from out of the list of
criteria and with proven track record as contractors who are possessing the eligibility
specified in the tender document will be criteria and with proven track record as
selected in turns of 5 contractors at each specified in the tender document will be
time and will be asked to file their price bids selected in turns of 5 contractors at each
at a specified place and time before the time and will be asked to file their price bids
competent committees as stated at para at a specified place and time before the
14.11 to entrust the work. The committee competent authority. The committee
assessing the reasonableness of excess assessing the reasonableness of excess
percentage quoted will recommend to award percentage quoted will recommend to award
the work to the lowest of all the contractors the work to the lowest of all the contractors
participated. The contractor to whom the participated. The contractor to whom the
work is entrusted on selection basis will be work is entrusted on selection basis will be
provided necessary security and protection if provided necessary security and protection if
requested at his cost. requested at his cost.

(ii) COMMITTEES TO ENTRUST WORKS ON (ii) COMMITTEES TO ENTRUST WORKS ON


SELECTION BASIS. SELECTION BASIS.
For the purpose of above selection and
For the purpose of above selection and
entrustment of works to contractors the
entrustment of works to contractors the
composition of the committees at District and
composition of the committees at District and
State level and powers delegated to them
State level and powers delegated to them
are as under:
are as under:
(a) For the works costing up to Rs.200.00
(a) For the works costing upto Rs.1 Crore, a
Lakhs, a committee consisting of the
committee consisting of the Collector of the
Collector of the District in which work is
District in which work is located, the SE
located, the SE concerned with the work and
concerned with the work and two
two Superintending Engineers of two other
Superintending Engineers of two other works
works Departments

37
Departments viz., Panchayat Raj, R&B and viz., Panchayat Raj, R&B and the Irrigation
the Irrigation will recommend to the Department will recommend to the
competent authority to award the work. competent authority to award the work.

(b) For the works costing above Rs.1 Crore, the (b) For the works costing above Rs.200.00
committee consisting of the COT and the Lakhs up to Rs.1000.00 Lakhs, the
Chief Engineer concerned and Engineer-in- committee consisting the Chief Engineer
Chief (Irrigation) will recommend and award concerned Department and Engineer-in-
the works on the selection basis. Chief and Chief Engineer of other
department will recommend and award the
(iii) ENTRUSTMENT OF WORKS ON
works on the selection basis, up to a ceiling
NOMINATION/ SELECTION BASIS:
of 5% Tender premium.
(a) For giving works on selection lists of
(c) For the works costing more than
contractors with good track record will be
Rs.1000.00 Lakhs, the Committee of
prepared. In preparing these lists the volume
Commissionerate of Tenders along with
of works done by the quality of works done
CE /ENC of the concerned department
by them, the infrastructure possessed by
and Chief Engineer of other department
them and also works on hand and their
will entrust the work on the selection
capability will also be considered. The list of
basis.
contractors should be prepared and
published in advance regularly i.e., once in (iii) ENTRUSTMENT OF WORKS ON
6 months. From these lists contractors will NOMINATION BASIS:
be called for negotiations in groups of 5 in
(a) For giving works on Nomination, the lists of
rotation. The contractor offering to do the
contractors with good track record will be
work at the lowest rate will
prepared by CE/ENC concerned. In
preparing these lists the volume of works
done by them, quality of works done by
them, the infrastructure possessed by them
and also works on hand and their capability
will also be considered. The contractor
offering to do the work at the lowest rate will
be given the work. Time allowed for selection
by the Committee will be 5 days.

38
be given the work. Time allowed for selection
by the Committee will be 5 days.

(b) The total value of works grounded in any


year including works given through tenders
or through nomination shall not exceed the
budget provided to each division.

15) SUB-CONTRACTS: 15) SUB-CONTRACTS:

If the prime contractor desires to sub-let a If the prime contractor desires to sub-let a
part of the work he should submit the same part of the work he should submit the same
at the time of filing tenders itself or during at the time of filing tenders itself or during
execution, giving the name of the proposed execution, giving the name of the proposed
Sub-Contractor, along with details of his Sub-Contractor, along with details of his
qualification and experience. The Tender qualification and experience. The Tender
Accepting Authority should verify the Accepting Authority should verify the
experience of the Sub-Contractor and if the experience of the Sub-Contractor and if the
Sub-Contractor satisfies the qualification Sub-Contractor satisfies the qualification
criteria in proportion to the value of work criteria in proportion to the value of work
proposed to be sub-let, he may permit the proposed to be sub-let, he may permit the
same. The total value of works to be same. The total value of works to be
awarded on sub-letting shall not exceed 50% awarded on sub-letting shall not exceed 45%
of contract value. The extent of subletting of contract value. The extent of subletting
shall be added to the experience of the sub- shall be added to the experience of the sub-
contractor and to that extent deducted from contractor and to that extent deducted from
that of the main contractor. that of the main contractor.

If the value of subcontracting portion of work If the value of subcontracting portion of


is less than Rs.200.00 Lakhs qualification work is less than Rs.1000.00 Lakhs
criteria of clause 10(A) shall not be qualification criteria of clause 10(A) shall
considered. not be

39
considered subject to condition that sub-
letting shall not exceed 45% of contract
value.

No qualification criteria shall be


considered for Sub-letting the works up
to Rs.50.00 crore for the works costing
more than Rs.100.00 crore for supporting
local entrepreneurs verified with Aadhar
Card subject to condition that sub-letting
shall not exceed 45% of contract value.
However, for the works costing up to
Rs.100.00 crore, Sub-letting of works
without qualification criteria shall be
limited to Rs.10.00 crore only. The
Principal contractor/JV is responsible for the
required Technical competency/expertise in
executing the sub-letting works.

Note:

i. As the entire Agreement is subsisting,


acceptance of sublet proposals will not
reduce the responsibility of the Main
contractor for completion of the work in
accordance with Agreement conditions. The
sublet proposals are accepted only to
facilitate contractor of early completion of the
work.

ii. For the above stated reasons, no separate


agreement is to be concluded with the sub-
contractor.

40
iii. All payments are to be made to the main
contractor.

iv. The extent of subletting shall be added to the


experience of the sub-contractor and to that
extent to be deducted from that of the main
contractor.

v. The genuineness and correctness of all the


documents furnished by the proposed sub-
contractor shall be verified by the Competent
Authority for genuineness and correctness.

vi. It may be ensured that the proposed sub-


contractor possesses the Key and critical
equipment, Technical Personnel, required for
the work as per tender conditions and
verified by the Competent Authority.
Availability of technical persons with the sub-
contractor may be ensured.

vii. Performance Security continues to be


supplied and maintained by the main
contractor.

viii. Main contractor is not discharged from any


liability arising out of the Agreement.

ix. Subletting among JV members shall not be


entertained as it is against the principle of
JV.

x. The contractor to whom sublet is proposed


shall execute the work sublet to him only
after receipt of the proceedings of approval
by Competent authority. Experience
certificate will be given to the subcontractor
for that part of sublet work only.

41
xi. In case of specialized items like Electro-
Mechanical and Hydro-Mechanical works the
sub-contract is allowed only after ensuring
respective eligibility criteria pertaining to
these items.

16) PRICE ADJUSTMENT:


16) PRICE ADJUSTMENT:
Price adjustment shall be granted where Price Adjustment Clause shall apply for
administered prices are enforced and that Steel, Cement, Bitumen and POL for all the
too for works estimated at more than Rs. works irrespective of estimated cost & time
2.00 Crores and having completion period of period Price adjustment in respect of Steel,
more than 18 months. This should be Cement, POL and Bitumen will only be
applicable within the original contract period considered when the difference between the
or extended period owing to departmental estimated rate and its current price for the
delays. This will not apply to cases attributed period under consideration is more or less
to contractors fault. than by 5%. Thus, if the price increase is
10%, payment will be made only to the
extent of 5% (10%-5%) and vice versa in
case of decrease in rates The final Rates of
Steel, Cement, POL and Bitumen to be
considered for Price adjustment shall be 28
days prior to the last date of measurement
recorded to which a particular bill of payment
is related Price Adjustment Clause shall
apply for labour and other materials only
for the works where the estimate contract
value is Rs. 2.00 Crore and above and
irrespective of time period
i) The price adjustment shall be applicable
within original contract period or period
extended on grounds of the departmental
delays and valid reasons and shall not be
applicable to the extensions granted on
account of the contractor's fault.

42
17) MOBILISATION ADVANCE: ii) For the works taken up in externally aided
projects, the guidelines specified thereon
The contractor shall have the facility of shall be followed.
obtaining mobilization advance upto 10 % of
17. MOBILISATION ADVANCE
contract value on works costing more than
Rs. 1 crore against Bank Guarantee which Advances to Contractors as a rule
will attract suitable rate of interest. The prohibited and discouraged. For any
advance and interest shall be recovered from specific requirements approval from the
the contractor's bills in appropriate Government shall be obtained.
installments. 18) CONSTRUCTION MATERIALS:
18) CONSTRUCTION MATERIALS: The present practice that the contractor has
The present practice that the contractor has to procure at his own cost the principal
to procure at his own cost the principal construction materials like cement, steel,
construction materials like cement, steel, bitumen, sand metal soils etc., shall
bitumen, sand metal soils etc.,., shall continue.
continue. 19) SEIGNIORAGE CHARGES:
19) SEIGNIORAGE CHARGES: The Seigniorage charges will be
The Seigniorage charges will be recovered recovered from Contractors bills for the
from Contractors bills as per the rates materials used on the work as per the
prescribed in the contract documents for the rates prescribed in the contract
materials used on the work only. The present documents and orders of the Government
practice of insisting for production of issued from time to time.
documentary evidence for having paid the Seigniorage charges along with DMF and
seigniorage charges in items of GO Ms No. SMET will be kept under reimbursable
243, Dated 8.5.1986 and in the absence of items in Part-II of Schedule-A of Tender
such production of the evidence, the document
Imposition of five times penalty is dispensed
with.

43
20) SALES TAX: (Note: While according Technical sanction
the concerned Engineer-in- Charge should
For sales tax / tax on works contract,
ensure that, the relevant Seigniorage
contractors are given an option to opt for the
charges are reconciled separately duly
composing schemes under section 5 (g) of
excluding from the data, so that, the above
the APGST Act and those opting for it are
Seigniorage charges are not affected by
subject to a tax deduction of 2 % at source
quoted Tender percentage.)
on the total value of the contract. In such
case, the departments will not insist on 20) GST (Goods and Services Tax):
production of clearance certificate and no
GST is applicable on Works Contract and
assessment of tax will be needed.
shall be implemented as per GST Act and
guidelines/orders of the Government
21) LIQUIDATED DAMAGES: issued from time to time.
The liquidated damages are imposed on the 21) LIQUIDATED DAMAGES:
contractors as per the present practice
The liquidated damages are imposed on the
basing on the milestones.
contractors as per the present practice
basing on the milestones.
22) PAYMENT OF BILLS:
22) PAYMENT OF BILLS:
The contractors will be permitted to submit
their work bils once in a month and payment The contractors will be permitted to submit
will be made after proper check of quantity their work bills once in a month and payment
and quality within a reasonable time limit. will be made after proper check of quantity
The final payment of the contractor should and quality within a reasonable time limit.
not be delayed for want of certificate from the The final payment of the contractor should
quality control staff. not be delayed for want of certificate from the
quality control staff.

44
23) PAYMENT FOR EXCESS QUANTITIES: 23) PAYMENT FOR EXCESS QUANTITIES:

Payments for execution of quantities, in Payments for execution of quantities, in


excess of agreement quantities, should be excess of agreement quantities, should
made without delay and the EEs should take be made without delay and the EEs
prompt action to obtain the approvals of the should take prompt action to obtain the
competent authority to make the payment to approvals of the competent authority to
the contractors. Failure in this regard shall make the payment to the contractors.
result in disciplinary action being taken Failure in this regard shall result in
against the concerned engineers. Similarly, disciplinary action being taken against
final payments to contractors should not be the concerned engineers. Similarly, final
delayed for want of a certificate from the payments to contractors should not be
Quality Control Staff. The Chief Engineers delayed for want of a certificate from the
should ensure proper performance of the Quality Control Staff. The Chief Engineers
Quality Control Wing and see that they give should ensure proper performance of the
the certificates in time on pain of disciplinary Quality Control Wing and see that they
action to avoid delays in the payment of final give the certificates in time on pain of
bills to the contractors. disciplinary action to avoid delays in the
payment of final bills to the contractors.

24) QUALITY CONTROL: 24) QUALITY CONTROL:

(a) The Contractor and the Engineers in charge (a) The Contractor and the Engineers in charge
of construction / maintenance are of construction / maintenance are
responsible for the quality of construction / responsible for the quality of construction /
maintenance. The departmental executing maintenance. The departmental executing
Engineers will act as Quality Assurance Engineers will act as Quality Assurance
Engineers. The Quality Control Officials are Engineers. The Quality Control Officials are
accountable for the quality of the work where accountable for the quality of the work where
certification issued by them. They should certification issued by them. They should
also act as Quality Audit also act as Quality Audit

45
Engineers. Engineers. Quality Control Inspection shall
be taken up at critical stages of the work.

QC certificate/ QC Inspection Report (as the


case may be) from the concerned shall be
submitted for the Work bills at the following
defined levels.

i) For all the works whose agreement value is


equal to and less than Rs 50.00 lakh,
requisite QC certificate/QC Inspection report
shall be submitted at final bill level.

ii) For all the works whose agreement value is


more than Rs 50.00 lakh

(a) QC certificate/QC Inspection report shall be


submitted at l/3rd, 2/3rd and final stages of
work.

(b) In respect of major Structures like Dams,


Buildings and other CM&CD works etc., the
QC certificate/QC Inspection report shall be
submitted at critical stages of construction
i.e., Foundation level, Superstructure level
and Final level

(c) If the work is completed by 1&Final and


2&Final, the QC certificate/QC Inspection
report shall be submitted at final bill level. If,
the 1st RA bill of 2&Final exceeds 1/3rd value,
it shall be mandated for QC concurrence.

iii) In addition to the above stages of ii) (a) (b)


and (c), for all the RA bills

46
of more than Rs 2.00 crore, they shall
invariably have requisite QC certificate/QC
Inspection report (as the case may be) from
the concerned.
(b) If external agencies are engaged, for
(b) If external agencies are engaged, for
conducting quality audit, the following
conducting quality audit, the following
methodology given below should be
methodology given below should be
adopted.
adopted.
i) Before inspecting the work, the external
i) Before inspecting the work, the external
agency should inform the Head of the
agency should inform the Head of the
Department. It should conduct quality
Department. It should conduct quality
control tests as per the standard
control tests as per the standard
procedures in the presence of
procedures in the presence of
Construction and Quality Control
Construction and Quality Control
Engineers and the Contractor who is
Engineers and the Contractor who is
executing the work.
executing the work.
ii) The observations of the external
II) The observations of the external agencies on the quality of work should be
agencies on the quality of work should be recorded then and there and signatures
recorded then and there and signatures of all the concerned obtained as a token
of all the concerned obtained as a token of acceptance of the observations.
of acceptance of the observations. (c) For all works costing more than Rs. 2.00
(c) For all works costing more than Rs. 2.00 Crores, the Contractor shall submit quality
Crores, the Contractor shall submit quality plan and also show proof of owning Quality
plan and also show proof of owning Quality Laboratory or having tie -up with an
Laboratory or having tie -up with an established Quality Laboratory. The details
established Quality Laboratory. The details of Quality Control Test Equipment required
of Quality Control Test Equipment required should be incorporated in the Tender
should be incorporated in the Tender Documents. The equipment needed should
Documents. The equipment needed should be standardized by individual departments
be standardized by individual departments depending on nature of work.
depending on nature of work. For all the works whose agreement value is
equal to and less than

47
(d) All the major contractors should be Rs 2.00 crore, the testing charges at
encouraged to have ISO certification and Departmental QC Lab/TSERL or through
those having the same may be given other approved organizations shall be borne
preference in awarding of works. by the Contractor only.

(d) All the major contractors should be


encouraged to have ISO certification and
those having the same may be given
preference in awarding of works.

25) DEFECT LIABILITY PERIOD: 25) DEFECT LIABILITY PERIOD:

The contractors are responsible for the The contractors are responsible for the

quality of works executed till the expiry of quality of works executed till the expiry of

defect liability period, which is now defect liability period, which is now

prescribed as two years for both original prescribed as two years for original works

works and maintenance works. Each and maintenance works. Each department

department should formulate and issue should formulate and issue guidelines based

guidelines based on the nature and life span on the nature and life span of works.

of works.

48
26) TRAINING: 26) TRAINING:

Upto one percent of the budget allocation Up to one percent of the budget allocation
shall be set apart to train Engineers of the shall be set apart to train Engineers of the
Departments at all levels for introducing new Departments at all levels for introducing new
technologies, practices, materials in technologies, practices, materials in
execution of works execution of works.

27) SITE ORDER BOOK: 27) SITE ORDER BOOK:

The site order book shall be maintained as The site order book shall be maintained as
provided for in the Codes and it should provided for in the Codes and it should
contain the remarks and instruction of all contain the remarks and instruction of all
engineers who visit the work viz.,the EE, SE, engineers who visit the work viz., the EE,
CE and Engineer-in-Chief. SE, CE and Engineer-in-Chief.

28) COMMITTEES TO RESOLVE INTER- 28) COMMITTEES TO RESOLVE INTER-


DEPRTMENTAL PROBLEMS DEPARTMENTAL PROBLEMS

In order to expedite execution of works and In order to expedite execution of works and
to remove any difficulty that contractors may to remove any difficulty that contractors may
face in obtaining clearances and other face in obtaining clearances and other
infrastructure facilities from various infrastructure facilities from various
departments such as shifting of power lines, departments such as shifting of power lines,
procurement of blasting materials, power procurement of blasting materials, power
supply connection etc., at the District level, supply connection etc., at the District level,
the Collector will formulate Committees and the Collector will formulate Committees and
take necessary steps. The Chief Secretary take necessary steps. The Chief Secretary
will have periodical review with the will have periodical review with the
concerned Secretaries and Chief Engineers concerned Secretaries and Chief Engineers
in order to resolve the difficulties which could in order to resolve the difficulties which could
not be sorted out at District level. The Heads not be sorted out at District level. The Heads
of the Departments are directed to constitute of the Departments are directed to constitute
suitable committees at different levels for suitable committees at different levels for
speedy settlement of the different kinds of or speedy settlement of the different kinds of or
levels of disputes of technical nature by the levels of disputes of technical nature by the
Chief Engineers concerned. Chief Engineers concerned.

49
ANNEXURE — I(A)

FORM OF SOLVENCY CERTIFICATE BY BANKS

I, __________________________ Chief
General Manager / General Manager /
Manager of_______________ Bank Limited do
hereby certify that Sri/
M/s______________________________ [here
the Names and addresses of the contractor]
is solvent to the extent of
Rs.____________________________ [Rupees
_______________________________________
___________________ only] as disclosed by
the information and record which are
available with the aforesaid bank.

For the__________________ Bank


Date:
Place:
Signature of Bank Manager
(Authorized to Sign)

50
ANNEXURE — I(B)

FORMAT FOR EVIDENCE OF ACCESS TO OR


AVAILABILITY OF CREDIT FACILITIES

This is to certify that M/s./Sri__________ is a


reputed company/ individual with a good
financial standing.

We shall be able to provide overdraft/credit


facilities to the extent of Rs.___________
lakhs (Rupees________________ lakhs only)
to meet their working capital requirements for
the tendered work of"---------------------“

Date:

Place:

Signature of senior Bank Manager________


Name of the Senior Bank Manager_______
Address of the Bank___________________

51
ANNEXURE – I (C)

BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

WHEREAS…………………………… (Name of the Contractor) (here in after called "the Bidder") has
submitted his tender response to NIT No…………………… dated:…………… for the work
"………………………………………………………" (Name of work) (hereinafter called "the tender").
KNOWN ALL MEN by these present that we………………………………………….. (Name and Address of
Bank)……………………………… (hereinafter called "the Bank" are bound unto)…………………. / (name of the
designated S.E) in the sum of *……………………… ……………………………..for which payment will and truly
to be made to the said Department, the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the Bank this…………… day of …………. 20....

THE CONDITIONS of this obligation are:-


(1) If after Tender opening the bidder withdraws or modifies his Bid during the period of bid
validity specified in the Form of Tender.
(2) If the Bidder having been notified of the acceptance of his bid by the Department during the
period of validity.
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidders, if required; or
(b) fails or refuses to furnish the balance EMD and additional performance Security in
accordance with the instructions of Bidders.
We undertake to pay to the Department up to the above amount upon receipt of his first
written demand, without the Department having to substantiate his demand, provided that in
his demand the Department will note the amount claimed by him is due to him owning to the
occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This Guarantee will remain in force up to and including the date**………….. after the dead
line for submission of Tenders as such deadline is stated in the Instructions to Tenders or as
it may be extended by the Department, notice of which extension(s) to the Bank is hereby
waived. Any demand in respect of this Guarantee should reach the Bank not later than the
above date.
DATE…………. SIGNATURE OF THE BANK ………………..

WITNESS……………. SEAL…………………………
----------------------------------------------------------------------------------------------------------
(Signature, Name and Address)
---------------------------------------------------------------------------------------------------------
* The Bidder should insert the amount of the EMD in words and figures denominated in Indian
Rupee. This figure should be the same as shown in the NIT.
** 3 months from the deadline date for submission of Tender [As specified in NIT

52
ANNEXURE – I(D)

BANK GUARANTEE FOR BALANCE "E.M.D."

_______________________________________________________ (name & address of Department)


________________________________________________

WHEREAS_______________________________________________________________________________
_____________ (name and address of Contractor) (hereinafter called "the Contractor") has undertaken, in
pursuance of Contract No.______________ dated:___________ to execute the work
of______________________ [name of work];

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a Schedule bank for the sum specified therein as balance EMD / EMD for
compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of
the Contractor, up to a total of________________________________________ [amount of guarantee]
_________________________ [in words], such sum being payable and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the
limits of ______________________________ [amount of guarantee] as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting
us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.

This guarantee shall be valid up to ……………. i.e., until 28 days from the date of expiry of the
Defects Liability period.

Signature & seal of the Guarantor__________________


Name of Bank_________________________________
Address______________________________________
Date_________________________

53
ANNEXURE – I (E)

BANK GUARANTEE FOR ADDITIONAL FURTHER SECURITY

_________________________________________________________.(name and address of Department)


______________________________________________________

WHEREAS____________________ (name and address of Contractor) (hereinafter called "the


Contractor") has undertaken, in pursuance of Contract No.____________ dated:________ to
execute___________________ [name of Contract and brief description of works] (hereinafter called "the
Contractor");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you
with a Bank Guarantee by a Schedule bank for the sum specified therein as Additional further security bank
guarantee for compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of
the Contractor, up to a total of Rs._____________________________________ [amount of guarantee]
_________________________ [in words], such sum being payable and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the limits
of____________________________ [amount of guarantee] as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before presenting
us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the contract documents which may be made between you
and the Contractor shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition or modification.
This guarantee shall be valid up to and until 28 days from the date of completion.

Signature & seal of the Guarantor__________________


Name of Bank_________________________________
Address______________________________________
Date__________________________________________

54
Registrations Part

55
(EXISTING) (RECOMMENDED)
ANNEXURE - II
ANNEXURE - II
(Enclosure to GO Ms No.94 I&CAD (PW: COD)
Department dt 01-07-2003)

RULES FOR REGISTRA TION OF CONTRACTORS: RULES FOR REGISTRATION OF CONTRACTORS:

(As issued in GO Ms No. 521, I & CAD (I) REGISTRATION:


Department, dated. 10.12.1984 and as amended
(a) The contractors registered will be called as
in GO Ms No. 8, TRM Department, dt. 8.1.2003).
contractors of all Engineering Departments
(1) REGISTRATION: of Telangana State Government.
(a) The contractors registered will be called as (b) The registration of the contractors will be
contractors of all Engineering Departments done in the following categories:
of A. P. State Government. (i) Civil
(b) The registration of the contractors will be (ii) Plumbing & Sanitary Works.
done in the following categories: (iii) Electrical
(i) Civil contractors (of all public works (iv) Furniture & Office Automation
departments) Equipment
(ii) Public Health Engineering. (v) Transport
(iii) Furniture (vi) Fire Fighting services
(iv) Electrical (vii) Fabrication and Erection of structural
(v) Transport steel.
(vi) Fabrication and Erection of structural
scheme. (c) Registration of contractors in each category
will be done in the following classes,
(c) Registration of contractors in each category separately under each one or more of the
will be done in the following classes, separately classes as they may desire.
under each one or more of the classes as they (i) Special Class
may desire. (ii) Class. I
(i) Special Class
(ii) Class. I
(iii) Class. II

56
(iv) Class. Ill (iii) Class. II
(v) Class. IV (iv) Class. Ill
(vi) Class. V (v) Class. IV
(vi) Class. V

(d) The contractors of Special Class, Class. I, (d) The contractors of Special Class, Class. I,
Class. II and CIass. Ill are eligible to take up Class. II and [Link] are eligible to take up
the works throughout the State. The all PW Depts works throughout the State.
contractors of Class. IV and Class. V can The contractors of Class IV can tender for all
tender for works only within the circle where PW Dept works invited within the Districts
registration is done comprised in the jurisdiction of the circle
where the registration is done. The Class V
Contractors can tender for all PW works
invited within the District only where
registration is done.

(e) Procedure for registration: The contractor (e) Procedure for Registration: The contractor
shall submit an application in the proforma shall submit an application in the proforma
given in the Annexure-IV to the concerned given in the Annexure-II to the concerned
authority together with necessary documents authority together with necessary documents
in support of his application (as mentioned in support of his application (as mentioned
below). The authority competent to register below). The authority competent to register
the contractor in the concerned class will the contractor in the concerned class will
take action to verify the credentials and take action to verify the credentials and
antecedents of the contractor and issue antecedents of the contractor and issue
suitable order registering the contractor. suitable order registering the contractor.
Before registering in any class or category Before registering in any class or category
the contract shall be asked to sign in the the contractor shall be asked to sign in the
code of conduct which shall be appended to code of conduct which shall be appended to
the divisional copy of the APDSS. A draft the divisional copy of the APDSS as adopted
form for issuing orders of registration to be for Telangana (Until TSDSS approved by
adopted by the registering authority is given Government of Telangana). A draft form for
in Annexure-VI of this G.O. issuing orders of registration to be adopted
by the registering authority is given in
Annexure-III of this G.O.

57
(f) The following documents shall be submitted (f) The following documents shall be submitted
along with the application seeking along with the application seeking
registration as a contractor in a particular registration as a contractor in a particular
class or category. class or category.

(i) Application form (in the proforma prescribed (i) Application form (in the proforma prescribed
in the Annexure-VI with Rs.2/- court fee in the Annexure-II with Rs.100/- court fee
stamp, affixed thereon. stamp, affixed thereon.

(ii) Proof of payment of registration fees (ii) Payment of registration fees as per
Annexure. I

(iii) Solvency Certificate: (iii) Solvency Certificate:

(a) The Solvency Certificate for the amounts (a) The Solvency Certificate being issued by the
shown under item (iv) of the Annexure-III banks in their proforma as per RBI guidelines
shall be obtained from the officer of the shall be submitted
Revenue Department, of the rank not below (b) The Solvency certificate shall be valid for a
the of the Tahsildar in the proforma in period of one year from the date of their
Annexure(V)(a) issue.
(b) The certificates may also be obtained from a (c) The solvency certificate for registering
scheduled bank in the proforma given in the various class of contractors is fixed as per
Annexure (V)(b). Annexure-I, [Link] - (IV) This will apply to all
(c) The Solvency certificate shall be valid for a future registrations and renewal of
period of one year from the date of their registrations by existing contractors.
issue. (d) The relaxations / Concession to SC/ST/
(d) The solvency for registering various class of Waddera (Sagara) is applicable as per
contractors is fixed as 10% of the minimum [Link].59, dated:21-05-2018 Or
monetary limit of that class. This will apply to modified orders of the Government issued
all future registrations and renewal of from time to time.
registrations by existing contractors.

58
(iv) For Civil Category Works:
The certificate of financial Turn over in civil
(iv) A list of works executed by the contractor
Engineering works in any one year during
during the past five years duly certified by
the last 10 (Ten) financial years duly certified
the concerned departmental Engineer of the
by the Chartered Accountants as filed in their
rank of an Executive Engineer or equivalent
Income Tax returns, 26AS along with List of
officer.
Civil Engineering works executed during the
relevant financial year(s) for Civil category
registrations.
Confirmation and personal verification on copies
of Turnover certificate for Civil Engineering
Works issued by CA and also on copies of IT
Returns, P&L Statement for the F.Y considered
for Turnover for the corresponding Class of
Registration shall be ensured.

Turnover Certificate & Statement of Civil


Engineering Works shall be obtained from
Chartered Accountant in the proforma given in
the Annexure-IV(A) & (B).

(v) Other than Civil Category Works:


A list of works executed by the contractor during
the past five years duly certified by the
concerned departmental Engineer of the rank of
an Executive Engineer or equivalent officer and
countersigned by concerned Superintending
Engineer or equivalent officer for all other
categories.
(vi) Latest Income Tax Returns and GST
Returns Certificate: The names of the firms
/ individuals shall be registered and included
(v) Latest Income Tax and Sales Tax in the approved list of contractors only when
Clearance Certificate: The names they produce income tax returns in the form
approved by

59
of the firms / individuals shall be registered the Income Tax authorities. No exemption
and included in the approved list of from this requirement shall be granted even
contractors only when they produce income to the Cooperative Societies / Individual
tax clearance certificate in the form approved Contractors of SC/ST/ Waddera (Sagara)
by the Income Tax authorities. No exemption communities. Further the firms / individuals
from this requirement shall be granted even shall be registered under GST registration
to the Cooperative Societies. and GST Returns certificates shall be
produced.

Latest GST returns of the preceding quarter


shall be submitted.

(vii)Copy of the partnership deed, Proof of Firm's


registration, latest Form-A, obtained from the
concerned Registrar of Firms in the case of
partnership firms.

(vi) Copy of the partnership deed in the case of (viii) Copy of the Memorandum & Articles of
registration of partnership / partners / Association, Registration with Registrar of
companies Companies, Supporting Form-32/ DIR 12 /
List of Signatories in the case of Companies.
Or
(vii)Form' C ' issued by the Registrar of Firms in
Any other documents issued by Registrar of
the case of partnership / companies.
companies

(ix) Affidavit /Undertaking on Rs.100/- Non-


judicial Stamp paper solemnly affirming that
the Contractor (individual/partnership firm
/Company) that they have not been
blacklisted, that they do not possess any
other registration in the same class, either as
an individual / partner in a partnership firm /
Director in a Company, and they do not have
any Criminal cases, public litigation cases
and Vigilance cases (individual/ partnership
firm /Company) pending against them.

60
(viii) A copy of the Engineering Degree in the (x) A copy of the Engineering Degree in the case
case of employed Engineering Graduates of employed Engineering Graduates.

(g) Rules for registration: (g) Rules for registration:

(i) The registration of contractor in any class (i) The registration of contractor in any class
once done shall be in force only for five (5) once done shall be in force only for five (5)
years in that particular class. The contractor years in that particular class and Category.
shall register himself afresh every five (5) The contractor shall register/renew himself
years thereafter. The registration shall afresh every 5 (five) years thereafter not
however be done only twice in a year i.e., earlier than 3 months & not later than 1
January and June. The existing contractors month before expiry of validity of existing
shall be given six months time for registration registration.
as contractors afresh under these rules, from
(ii) A Contractor can register in different
the date of issue of this order.
categories [as per 1 (b)] in any class
(ii) While submitting the application for fresh depending on eligibility.
registration in the same class or for
(iii) The contractor shall not apply for registration
registration in higher class, the contractor
in his name and also as a Partner in any
shall furnish the certificate of his
partnership firm / Director in any company in
performance issued by the Executive
the same class or category at a time.
Engineer in charge of the works as detailed
(iv) Contractors of other States shall get
in Annexure. Ill, SI. No. 5 and Note. II against
themselves registered in this State before
the item.
offering their tender for works in this State.
(iii) The cases for firms or companies, through
(v) The particulars furnished by the Contractor
newly framed may be considered provided
for registration as above are to be verified by
concerned firms or companies have recruited
the officers concerned who are
or already consist of highly skilled
recommending for registration.
professional Engineers and experts, in their
organization. vi) Applications of the Contractors for
registration:
(iv) A Contractor can register his name in more
than one category.

61
(i) The contractor shall not apply for Online Registration for Special Class & Class-I
registration in his name and also in the Special Class:
name of partnership / company which runs (a) The applications made by the contractor
in his name in the same class or category for Special Class in Civil Category in the
at a time. online web portal will be allotted in the
(vi) Contractors of other States shall get cyclic order to the following ENC's / CEs:
themselves registered in this State before ENC(AW), I&CAD Dept, ENC(PR), ENC
offering their tender for works in this State. (PH), ENC(RWS&S), CE(R&B).

(vii) Application of the contractors for Class-I:


registration in Special Class and Class-I (b) The applications made by the contractor for
may be recommended by the individual Class-I in Civil Category in the online web
Chief Engineers to the Engineer-in- Chief portal will be allotted in the cyclic order to the
for placing them before the Committee of following ENC's/CE's:
ENCs for its consideration and decision. ENC(PR), ENC (PH), CE(RWS&S),
CE(P)KRMR, CE(R&B), CE(PRLIS),
CE,MI(KB&GB), CE(P)MBNR, CE(NSP),
Commissioner, P&D, Godavari Basin.

(c) Special Class and Class-I will be


recommended by the concerned Chief
Engineers / Engineer-in-Chief duly
processing in all respects and submit
online to the Commissioner, COT for
placing before Committee of ENCs for its
consideration and decision.
(viii) The contractor already registered in a
particular class can form partnership firms (viii) The contractor already registered in a

in the same class and category only by a particular class can form partnership firms

separate registration foregoing his in the same class and category only by a

individual registration at the time of separate registration foregoing his

biennial registration as mentioned in Class individual registration.

(i) above. Note:- The registering authority while issuing the


new proceedings shall invariably ensure
the following:

62
a) To request the previous registering authority
to furnish the original registration
proceedings along with the ID-card
surrendered by the contractor and the same
is to be cross marked as "CANCELLED" and
to inform the new registering authority.
b) To obtain the cancellation proceedings of
original registration from the previous
registering authority.
c) The new proceedings should contain the
following condition
"If the contractor uses the old registration
proceeding after getting the new registration
proceeding he is liable for disciplinary
action".

(ix)
(ix) In the case of partnership / Companies any
(i) In case of partnership firms, any changes in
changes in the partners shall be reported
the Partners/ Name of the firm if any, which
to the registering authorities within one
are registered as contractors shall
month of the date of such change.
intimate the changes in the partnership
As per Government Memo No deed, if any and produce fresh solvency
51644/COD/2004 Dt:02.04.2004 certificate in the name of the firm with the
The managing partner /Partners of Firm substituting partners along with the revised
if any, which are now registered as partnership deed and Form-A issued by
contractors shall intimate the changes Registrar of Firms. Failure to notify the
in the partnership deed, if any and changes to the Registering authority
produce fresh solvency certificate in the within one month of such change will
name of the firm with the substituting entail the firm to forfeit registration and
partners along with the revised further the firms will be debarred from
partnership deed and Form-A issued by tendering for works.
Register of Firms. Failure to notify the (ii) The companies shall inform the change of
changes to the Registering authority Directors, if any, to the Registering Authority
within one month of such change will for information duly furnishing an affidavit on
entail the firm to forfeit registration Rs.100/- Non Judicial

63
and further the firms will be debarred from Stamp paper stating that the incoming director /
tendering for works. directors declare that they do not have any other
Contractor Registration either individual or a
partner in a firm or a director in a company. Along
with form-32/DIR 12 etc., or any other document
to this effect issued by Ministry of Corporative
Affairs.
b) Merging of individuals /firms/Companies into a
new firms/ Company.
Whenever the firms or company (ies) or
individual(s) merge into a new firm/company duly
transferring their experiences, assets, liabilities,
obligations etc., and seek registration in the name
of the newly formed firm /company On approval,
the validity for such registrations may be
restricted to 5 years from the date of issue of
original registration proceedings of the
firms/companies/individuals whose validity is
least among the merging firms/companies /
individuals.

Note:
a) In case of Special Class & Class-I(Civil),
Changes in Partnership firm, Change of name of
the Firm/ Company & Conversion in same class
(i.e., Individual/ Proprietary firm to Partnership
firm, Partnership firm to Company, Partnership
firm to LLP/Company & LLP to Company) shall
be applied in online only.
b) The file is to be allotted in the cyclic order of that
Class/Category. The ENC / CE to whom the
application is allotted shall obtain the
confirmations of the existing registration details
from the previous registering authority. The
validity of such registration will be up to the
validity of original registration only.

64
(x) The applicant is required to furnish the following c) Demerger of firms shall be allowed only after
certificate. Certified that I will employ qualified completion of on hand works.
technical personnel with suitable complimentary (x) The applicant is required to furnish the following
staff to meet the requirements of the works as certificate. Certified that I/we will employ qualified
specified in the Tender documents. technical personnel with suitable complimentary
staff to meet the requirements of the works as
(h) Registration of contractors which is presently
specified in the Tender documents.
being done in each specialization in Special
Class and Class-I is dispensed with. In future, (xi)
Registration under these categories will be done (a) If any applicant seeking registration / Renewal
without any specialization as is being done in /Upgradation, submits false/ fraudulent
respect of other categories of contractors. certificates for any Class /category with any
Existing contractors of Special Class and Class-1 Registering Authority, he will not be eligible for
will be eligible for all categories of works unless applying for (24) months.
otherwise specified in the tender process,
The Registration of contractors shall be done as
specialization if required for any works shall be
detailed as per Annexure-I
specified clearly in the qualification criteria in
i) RULES FOR RENEWAL OF EXISTING
REGISTRATION .
a) The existing contractors have to apply for
renewal within 3 months before the date of expiry
of the existing registration and not later than T
month from the date of expiry of existing
registration Suitable instructions may be given to
all the Registering Authorities viz: I&CAD Dept,
R&B Dept, PH Dept, RWS Dept, Panchayth Raj
Dept & T.W Dept etc; to complete the registration
process within 3 months.
b) Application for renewal is to be submitted as per
Annexure-II with all relavent documents.
c) The ENC's/CE's concerned shall obtain the
confirmations of the existing registration details
from the previous registering authority. The
validity of

65
the tender process. renewal of existing registration will be for 5
The years with validity starting date from the
Regis
tration subsequent date of the expiry of previous
of
contra MONETA registration date in order to have continuity in
CLASS
ctors RY
shall
OF
LIMITS
REGISTERING the validity of registration.
CONTRA AUTHORITY
be OF
CTORS (4)
done
(2)
WORKS d) The acknowledgement for receipt of
as (3)
detail application for renewal of registration can be
ed.
[Link] issued by the concerned CE/ENC if the
(1)
application is received before one month
Committee of
(1) Above Engineer-in-Chief and from the date of expiry of validity of existing
Special
Rs. 10.00 the Commissioner,
class
Crores Commissionerate of registration in full shape.
Tenders.
Above Committee of
e) However the acknowledgement/certificate
Rs. 2 Engineer-in Chief and
(2) Class -I Crores the Commissioner, will only be issued after verification of all the
up to Rs. Commissionerate of
10 Cores Tenders. required documents by the concerned
Committee consisting
of the Chief Engineer (registering authority to whom the renewal
concerned, another
Chief Engineer of the application is allotted) Chief Engineer or
Above same or other
Rs. 1 Department and
Engineer-in-Chief. The acknowledgement/
(3) Class -II Crore up Member certificate thus issued shall have validity for
to Rs. 2 Commissioner of
Crores Tenders to be 3months from the date of issue of
nominated by the
Commissioner, acknowledgement/ certificate. However the
Commissionerate of
Tenders. Contractor/Firm/ Company shall furnish the
District level
Committee valid registration at the time of concluding
comprising the
Superintending
agreement
Rs. 50
Engineers available in
Lakhs to f) The existing practice of verification of
(4) Class -III the district and a
Rs. 1
representative /
Crore documents furnished by the applicants shall
nominated by the
Commissioner,
Commissionerate of
be continued.
Tenders.
District level
Committee
Above
comprising the
Rs. 10
Superintending
(5). Class-IV Lakhs
Engineers available in
upto Rs.
the district and a
50 lakhs
representative /
nominated by the

66
Commissioner,
Commissionerate of
Tenders.
Executive Engineer of
UptoRs.
(6) Class- V the Division
10 lakhs
concerned.

(2) DEMOTION OF CONTRACTORS:


(2) DEMOTION OF CONTRACTORS:
(a) The registering authority may demote a
(a) The registering authority may demote a
contractor to a lower class if he:
contractor to a lower class if he:
i) fails to execute contractor or executes it
i) fails to execute contractor or executes it
unsatisfactorily or is proved to be responsible
unsatisfactorily or is proved to be
for constructional defects (or)
responsible for constructional defects (or)
ii) has no longer adequate equipment, technical
ii) has no longer adequate equipment,
personnel or financial resources: (or)
technical personnel or financial
iii) violates any important conditions of contract: resources: (or)
iv) is responsible for any other matter which iii) violates any important conditions of
may justify his demotion to a lower class. contract:
v) If litigious by nature. iv) is responsible for any other matter which
may justify his demotion to a lower class.

v) If litigious by nature. (Not completing on


hand works but approaching courts for

67
(b) The fact of and the reasons for demotion trivial reasons)
shall be communicated and two weeks
(b) The fact of and the reasons for demotion
time shall be given to the contractors to
shall be communicated and two weeks
offer his explanation before demoting
time shall be given to the contractors to
him.
offer his explanation before demoting
him.

(c) Copies of the order together with a (c) Copies of the order together with a
memorandum containing reasons for memorandum containing reasons for
demotion should be forwarded to the demotion should be forwarded to the
Government through the concerned Chief Government through the concerned Chief
Engineer and to the Engineer-in-Chief. Engineer and to the Engineer-in-Chief.

(d) In case of contractor registered for more (d) In case of contractor registered for more
than one category or work (viz., civil than one category or work (viz., civil
sanitary, electrical, transport and Public Health, electrical, and fabrication
fabrication and erection of structural and erection of structural steel), the order
steel), the order regarding demotion regarding demotion would apply only to
would apply only to one category unless one category unless otherwise stated in
otherwise stated in orders. orders.

Cancellation of Registration for Elections


Participation:

i) Contractor Registrations of such desiring


candidates will be cancelled as it is a
statutory and constitutional requirement for
contesting in Elections.
ii) In respect of ongoing works of cancelled
registrations, prevailing Agreement
conditions and other Codal provisions shall
be followed scrupulously at no loss to the
Government.
iii) Re-registration of such candidates may be
permitted afresh

68
(3) SUSPENSION OF BUSINESS: (3) SUSPENSION OF BUSINESS:

(a) Suspension of business with a contractor (a) Suspension of business with a contractor
may be ordered by the registering authority may be ordered by the registering authority
for any indefinite period pending full enquiry for any indefinite period pending full enquiry
into the allegations, the registering authority into the allegations, the registering authority
is prima facie or the view that the contractor is prima facie or the view that the contractor
is guilty of an offence in relation to the is guilty of an offence in relation to the
business dealings which if established would business dealings which if established would
result in his removal, black listing and it is not result in his removal, black listing and it is not
desirable to continue business with the desirable to continue business with the
contractor. contractor.

(b) The reasons for suspension of business shall (b) The reasons for suspension of business shall
not be intimated to the contractor and two not be intimated to the contractor and two
weeks' time shall be given to him to offer his\ weeks' time shall be given to him to offer his
explanation. If the explanation is not explanation. If the explanation is not
satisfactory, action may be initiated for satisfactory, action may be initiated for
suspension of business. suspension of business.

(c) Copies of the orders together with a (c) Copies of the orders together with a
memorandum containing reasons thereof memorandum containing reasons thereof
should be forwarded to the Government should be forwarded to the Government
trough the concerned Chief Engineer and trough the concerned Chief Engineer and
Engineer-in-Chief. Engineer-in-Chief.

(d) Suspension of business with the contractor (d) Suspension of business with the contractor
for a specific period may be ordered to the for a specific period may be ordered to the
registering authority when the contractor is registering authority when the contractor is
responsible for minor technical offence(s) or responsible for minor technical offence(s) or
when he fails to furnish the I.T.C. In such a when he fails to furnish the I.T.C. In such a
case the fact of the suspension should be case the fact of the suspension should be
communicated to the contractor giving communicated to the contractor giving
reasons for the same This action need not reasons for the same This action need not
be reported to the Government be reported to the Government.

69
(4) REMOVAL FROM THE APPROVED LIST: (4) REMOVAL FROM THE APPROVED LIST

(a) Registering authority may remove the name (a) Registering authority may remove the name
of a contractor from the approved list, if the of a contractor from the approved list, if the
contractor contractor: -

i) has on more than one occasion failed to i) has on more than one occasion failed to
execute a contract or has executed it execute a contract or has executed it
unsatisfactorily (or) unsatisfactorily (or)

ii) fails to abide by the conditions of registration ii) fails to abide by the conditions of registration
or is found to have given false particulars or or is found to have given false particulars or
information at the time of registration. information at the time of registration.

iii) Persistently violates any important iii) If any applicant seeking registration, submits
condition(s) of the contract; or false/fraudulent certificates for any Class /
category with any Registering Authority, will
iv) Is proved to be responsible for construction
entail removal of contractors name from the
defects in a number of cases;(or)
approved list of Registered Contractors for
v) Is declared or in the process of being
any Class / category with any other
declared bankrupt in solvents wound up
registering authority, if he is already
dissolved or partitioned (or)
registered as a Contractor, Further the
vi) Persistently violates the labour regulations contractor is not eligible for applying for (24)
and rules; months from the date of removal; or

(b) The reasons for removal from the approved iv) Persistently violates any important
list shall be intimated to the contractor and condition(s) of the contract; or
two weeks time shall be given to him to offer
his explanation. If the explanation is not
v) Is proved to be responsible for construction
satisfactory action may be taken to remove
defects in a number of cases;(or)
the contractor from the approve list. The
EMD shall also be forfeited.
vi) Is declared or in the process of being
(c) Copies of orders together with a
declared bankrupt in solvents wound up
memorandum containing reasons therefore
dissolved or partitioned (or)

70
should be forwarded by the registering vii) Persistently violates the labour regulations
authority to the Government through and rules;
concerned Chief Engineer and the Engineer (b) The reasons for removal from the approved list
-in-Chief. shall be intimated to the contractor and two
weeks' time shall be given to him to offer his
(d) In respect of contractors registered various
explanation. If the explanation is not satisfactory
categories of work (civil, technical, transport
action may be taken to remove the contractor
and fabrication and erection of steel from the approve list. The EMD shall also be
structure) orders regarding the removal forfeited.
should apply only to the particular category (c) Copies of orders together with a
unless otherwise stated. memorandum containing reasons therefore
should be forwarded by the registering
authority to the Government through
concerned Chief Engineer and the Engineer
-in-Chief.
(d) In respect of contractors registered various
categories of work (civil, Public Health, Electrical,
and fabrication and erection of steel structure)
orders regarding the removal should apply only to
the particular category unless otherwise stated.

(5) BLACK LISTING: Only the administrative (5) BLACK LISTING: Only the administrative

department will black list the contractor, department will black list the contractor,
(a) The head of the department (Chief Engineer)
(a) The head of the department (Chief Engineer)
may blacklist a contractor with the approval
may blacklist a contractor with the approval
of Government, where:
of Government, where:
(i) there are sufficient and strong reasons to
(i) there are sufficient and strong reasons to
believe that the contractor or his employee
believe that the contractor or his employee
has been guilty or malpractice (s) such as
has been guilty or malpractice (s) such as
irregular practices including formation of ring,
irregular practices including formation of ring,
bribery corruption, and fraud including
bribery corruption, and fraud including
substitution and in tenders smuggling,
substitution and in tenders smuggling,
pilfering of unauthorized use of disposal of
pilfering of unauthorized use of disposal of
Government materials issued for specific
Government materials issued for specific
work.
work.

71
(ii) A contractor continuously refuses to pay (ii) A contractor continuously refuses to pay
Government dues without showing adequate Government dues without showing adequate
reasons. reasons.
(iii) A contractor or his partner or his (iii) A contractor or his partner or his
representative has been convicted by a court representative has been convicted by a court
of law for offence involving moral turpitude in of law for offence involving moral turpitude in
relation to business dealing (s). . relation to business dealing (s).
(iv) Security consideration including suspected (iv) Security consideration including suspected
disloyalty to the State as warrant. disloyalty to the State as warrant.
(v) The EMD shall also be forfeited. (v) The EMD shall also be forfeited.
(b) Contractor should be given an opportunity of
(b) Contractor should be given an opportunity of
two weeks time for offering his explanation
two weeks time for offering his explanation
on the proposal to black list him before
on the proposal to black list him before
taking final decision.
taking final decision.
(c) Copies of such orders together with the
(c) Copies of such orders together with the
reasons for the action taken and also the
reasons for the action taken and also the
names of the partners and the list of allied
names of the partners and the list of allied
concerned coming within the effective
concerned coming within the effective
influence of the blacklisted contractors will be
influence of the blacklisted contractors will be
forwarded to the Secretary of the concerned
forwarded to the Secretary of the concerned
administrative department who will in turn
administrative department who will in turn
intimate the other Departments in the
intimate the other Departments in the
Government for ordering immediate
Government for ordering immediate
cessation of all future business with the
cessation of all future business with the
contractor.
contractor.
(d) Decision for black listing of a contractor
(d) Decision for black listing of a contractor
under sub-para 5 (c) will be taken by the
under sub-para 6.1 ( c) will be taken by the
concerned Administrative Department
concerned administrative department and
(Government) and communicated to the
communicated to the concerned Chief
concerned Registering Authority giving
Engineer giving reasons for blacklisting the
reasons for blacklisting the contractor and
contractor as also the names of all the
also the names of all the partners of the
partners of the contractor and allied
contractor and allied concerned coming
concerned coming within the effective
influence of the black listed contractor.
72
Blacklisting of orders would however be within the effective influence of the black
issued by the Chief Engineer. The Chief listed contractor. Blacklisting orders would
Engineer shall intimate the reasons for however be issued by the Registering
blacklisting of the contractor concerned. Authority. The Registering Authority shall
intimate the reasons for blacklisting of the
(e) Action for blacklisting a contractor should be
contractor concerned.
taken only where it is established that the
offence was committed in order to secure (e) Action for blacklisting a contractor should be
advantage to the contractor and not where taken only where it is established that the
the object may be to secure advantage to offence was committed in order to secure
any employee or representative of the advantage to the contractor and not where
contractor personally. the object may be to secure advantage to
any employee or representative of the
(f) Care should be taken to see that the
contractor personally.
contractor blacklisted does not transact
business with Government under different (f) Care should be taken to see that the
name or title. contractor blacklisted does not transact
business with Government under different
(g) The administrative department in the
name or title.
Government while examining any case of
blacklisting of a contractor may refer doubtful (g) The administrative department in the
marginal cases for advice to the Law Government while examining any case of
Department wherever justified necessary. blacklisting of a contractor may refer doubtful
marginal cases for advice to the Law
(h) Once the blacklisting orders are issued they
Department wherever justified necessary.
should ordinarily not be revoked unless:-
(h) Once the blacklisting orders are issued they
i) On review the Government is of the opinion
should ordinarily not to be revoked unless: -
that the punishment already
i) On review the Government is of the opinion
that the punishment already undergone is
adequate in the circumstances of the case.

ii) In respect of some offence, the accused has


been honourably acquitted by a court of law.

73
undergone is adequate in the circumstances iii) The Engineer-in-Chief shall be responsible
of the case. for keeping up to date list of black listed
contractors (including those black listed at
ii) in respect of the some offence, the accused
the instance of the Government) and
has been honorably acquitted by a court of
circulate the list periodically to the
law.
Registering Authorities of all Engineering
iii) The Engineer -in-Chief shall be responsible
Departments. The Engineer-in-Chief will also
for keeping up to date list of black listed
circulate every quarter a list of additions and
contractors ( including those black listed at
revocations during the previous quarter.
the instance of the Government) and
iv) The revoke proposals of the blacklisted
circulate the list periodically to the Chief
contractor shall be initiated from the authority
Engineers of al the engineering departments.
by whom the blacklisting proposals are
The Engineer -in-Chief will also circulate
initiated.
every quarter a list of additions and
revocations during the previous quarter.
(6) RESTORATION: Upgrading a demoted
contractor revoking the suspension of
(6) RESTORATION: Upgrading a demoted
business, restoring registration, withdrawal of
contractor revoking the suspension of
blacklisting etc., may be considered at an
business, restoring registration, withdrawal of
appropriate time on the merits of each case
blacklisting etc., may be considered at an
by the authority who has passed the original
appropriate time on the merits of each case
orders. Copies of restoration orders should
by the authority who has passed the original
also be furnished to the concerned
orders. Copies of restoration orders should
administrative department of the
also be furnished to the concerned
Government.
administrative department of the
Government.

74
ANNEXURE- I
STATEMENT SHOWING…………..

I) Monetary limits upto which the Contractors are qualified to tender.


II) Registration fees payable.
Ill) Authority for Registration.
IV) Amount for which solvency certificate is to be produced.
V) Certificate of past experience.
VI) Other requirements.

DESCRIPTION CLASS
S. NO [Link] CLASS I. CLASS II CLASS IV CLASS.V REMARKS
OF ITEM III

1 2 3 4 5 6 7 8 9

I. MONETARY LIMITS UPTO WHICH CONTRACTORS ARE QUALIFIED TO TENDER.

Upto Upto Rs. Upto Upto


Upto any Upto Rs.
I i) CIVIL . Rs.50.00 10.00 Rs.4.00 Rs.1.00
amount 50 Lakh
Crores Crores Crores crores

Upto Upto
ii) Plumbing & Not Upto any Not Not
Rs.50.00 Rs.20.0
Sanitary Works applicable amount applicable applicable
lakhs 0 lakhs
Upto Upto
Not Upto any Not Not
iii) Electrical Rs.50.00 Rs.20.0
applicable amount applicable applicable
lakhs 0 lakhs
iv) Furniture &
Upto Upto
Office Not Upto any Not Not
Rs.50.00 Rs.20.0
Automation applicable amount applicable applicable
lakhs 0 lakhs
Equipment
Upto Rs. Upto
Not Upto any Not Not
v) Transport 100.00 Rs.20.0
applicable amount applicable applicable
lakhs 0 lakhs
Upto Upto
vi)Fire Fighting Not Upto any Not Not
Rs.100.00 Rs.20.0
services applicable amount applicable applicable
lakhs 0 lakhs
vii) Fabrication Upto Upto Upto
Upto any Not Not
. and Erection of Rs.300.00 Rs.100.00 Rs.20.0
amount applicable applicable
structural steel. Lakhs lakhs 0 lakhs
REGISTRATION Rs. Rs.
II Rs.50,000/- Rs.30,000/- Rs.8,000/- Rs.6,000/-
FEE 15,000/- 10,000/-

Note:-

The Registration fee shall be paid through online in favour of PAO/APAO concerned.

75
S. DESCRIPTION [Link] CLASS. REMAR
CLASS I. CLASS II CLASS III CLASS IV
NO OF ITEM S V KS
Committee
consisting District Level
Committee District Level
of
comprising Committee
the Chief
Engineer the comprising
Committee Committee concerned Executive
Superintendin the
constituting of constituting of and Engineer
III AUTHORITY FOR Engineers-in- Engineers-in- another g Engineers Superintendin of the
Chief ***
REGISTRATION: Chief and the Chief and the g Engineers Division
Commissione Commissione Engineer available in concerne
r, COT r, COT of the the district available in d
same or
and a the district
other
and a
Departme representative representative
nt and
of the COT of the COT.
Member of
COT
(CTE)
IV AMOUNT FOR WHICH SOLVENCY OF CERTIFICATE ARE TO BE PRODUCED

Rs.600.00 Rs.300.00 Rs.100.0 Rs.40.00 Rs.10.00 Rs.5.00 As per


i) CIVIL
lakhs lakhs 0 lakhs lakhs Lakhs lakhs GO 149

Plumbing & Rs. 10.00 Rs.5.00 Rs.2.00


ii) N.A. N.A. N.A.
Sanitary Works lakhs lakhs lakhs

Rs. 10.00 Rs.5.00 Rs.2.00


iii) Electrical N.A N.A. N.A.
lakhs lakhs lakhs

Furniture & Office


Rs.10.00 Rs.5.00 Rs.2.00
iv) Automation NA NA NA
lakhs lakhs lakhs
Equipment
Rs.20.00 Rs.10.00 Rs.2.00
v) Transport NA NA NA
lakhs lakhs lakhs

Fire Fighting Rs.30.00 Rs.10.00 Rs.2.00


vi) NA NA NA
services lakhs lakhs lakhs
Fabrication &
Rs.60.00 Rs.30.00 Rs.10.00 Rs.2.00
vii) Erection of N.A. N.A.
Lakh lakhs lakhs lakhs
structural steel.
V) Certificate of Financial Turn over in Civil Engineering works in any one year during the last ten financial
(A) years duly certified by charted accountants as filed in their income tax returns.
No
Rs.250.00 Rs.50.00 Rs.20.00 Rs.10.00 Rs.4.00 As per
i) Civil monetar
Lakhs Lakhs Lakhs Lakhs Lakhs GO 66
y limit
CERTIFICATE OF PAST EXPERIENCE (VALUE OF GROUP OF WORKS TO HAVE BEEN EXECUTED IN ANY
ONE YEAR DURING THE LAST FIVE FINANCIAL YEARS)
Plumbing & Rs.25.00 Rs.12.50
ii) N.A. N.A. N.A. N.A.
Sanitary Works lakhs lakhs
Rs.25.00 Rs.12.50
iii) Electrical N.A. N.A. N.A. N.A.
lakhs lakhs
Furniture & Office
Rs.25.00 Rs.12.50
iv) Automation N.A. N.A. N.A. N.A.
lakhs lakhs
Equipment

76
Rs.50.00 Rs.25.00 N.A. N.A. N.A.
V) Transport N.A.
lakhs lakhs
Fire Fighting Rs.30.00 Rs.10.00 N.A. N.A. N.A.
vi) N.A.
services lakhs lakhs
Fabrication & - -
Rs.100.00 Rs.50.00 Rs.25.00
vii) Erection of N.A.
lakhs lakhs lakhs
structural steel.
Certificate of Financial Turn over in Civil Engineering works in any one year during the last ten financial
V) (B)
years duly certified by charted accountants as filed in their income tax returns.
The applicant
should have
functioned as an
agent or an
employee under
registered. Class-Ill
Rs.250.00 Rs.50.00 Rs.20.00 Rs.10.00 Rs.4.00
(i) Civil or above
Lakhs Lakhs Lakhs Lakhs Lakh Contractor for a
minimum period of
one year and
Certificate to that
extent shall be
produced.
CERTIFICATE OF PAST EXPERIENCE (VALUE OF SINGLE WORK TO HAVE BEEN EXECUTED IN ANY
ONE YEAR DURING THE LAST FIVE FINANCIAL YEARS
NA NA NA
Plumbing & Rs.12.50 Rs.6.25
ii) NA
Sanitary Works lakhs lakhs

Rs.12.50 Rs.6.25 NA NA NA
iii) Electrical NA
lakhs lakhs
Furniture & NA NA NA
Office Rs.12.50 Rs.6.25
iv) NA
Automation lakhs lakhs
Equipment
Rs.25.00 Rs.6.25 NA NA NA
v) Transport NA
lakhs lakhs
Fire Fighting Rs. 15.00 Rs.6.25 NA NA NA
vi) NA
services lakhs lakhs
Fabrication & NA NA NA
Rs.50.00 Rs.25.00 Rs.12.50
vii) Erection of
lakhs lakhs lakhs
structural steel.
VI OTHER REQUIREMENT:-
i) Civil Contractor Nil
Plumbing & The Contractor shall have plumbing license or at least have a licensed plumber engaged in his
ii)
Sanitary Works employment.

77
The contractor himself shall have a valid Electrical License or have a licensed electrician
iii) Electrical
engaged in his employment

Furniture &
Office
iv) N.A.
Automation
Equipment

The Transport comprises of conveyance of construction materials etc. The [Link]


contractors shall possess at least one Transport Vehicle of suitable capacity of carrying
V) Transport long structures (10 MTs or more) in his name as per the Registration book. The [Link]
contractors shall possess three such vehicles in his name. Class.I contractor shall
possess five such vehicles in his name.

Fire Fighting
vi) N.A.
services

VII Fabrication and erection of Structural Steel Contractors


The Class III Contractor shall be capable of acquiring or commandeering basic lifting tackles such as
tripods, sheaves and pulleys. The Class II contract shall also be capable of acquiring or commending
winches of suitable capacity and single derrick of 20 ft., lift besides the capacity mentioned for class III
above. The Class I contractor shall be capable of acquiring or commandeering all the requirements
mentioned for Class. II contractor and in addition he must be capable of acquiring or commandeering a
welding set of suitable capacity and the services of one qualified welder must be made available. The
Special Class contractor shall also acquire suitable hydraulic jacks, sleepers, Mobile crane of 15 to 20 tons
capacity. The contractor must have been the partner or a Director of Registered structural factory within
the meaning of Factory Act, 1948.

78
ANNEXURE - II

FORM OF APPLICATION FOR REGISTRATION OF CONTRACTORS IN CIVIL / PLUMBING & SANITARY


WORKS / ELECTRICAL / FURNITURE & OFFICE AUTOMATION EQUIPMENT / TRANSPORT / FIRE
FIGHTING SERVICES /FABRICATION AND ERECTION OF STRUCTURAL STEEL.
TO
THE ENGINEER-IN-CHIEF/ CHIEF ENGINEER/SUPERINTENDING ENGINEER/EXECUTIVE ENGINEER,
SIR,
Sub : Contractor - Dept - Application for registration as Special Class/Class - I / II/III/IV/V
Contractor - submitted.
I, Sri……………………………………………. Managing partner of
(in the case or firm)
M/s…………………………………………….Engineers and Contractors, PWD, Resident…………..
Village……………… Taluk……………. District…………….. a Registered Class………….
Contractors…………………… of Govt. / Corporation etc., request you to kindly register my name /
our firm as……………class Contractor in the category of Civil / Plumbing & Sanitary Works /
Electrical / Furniture & Office
Automation Equipment / Transport / Fire Fighting Services /Fabrication and erection of structural
steel / Contractors and communicate orders.
2. In this connection, I enclose the following prescribed documents for your information
i) Treasury Challan /DD No…………. Dated:………. for Rs………… creditable to the
EE……….., Division / PAO………………. Towards Registration fees.
ii) Solvency certificate issued by Scheduled/Nationalised Bank for Rs……………. (The
solvency certificate shall be not more than one year old).
iii) The certificate of financial turn over in civil engineering works for Civil category in any one
year during the last 10 financial years duly certified by the Chartered Accountants as filed
in their income tax returns / Past experience certificates issued by EE or equivalent and
countersigned by the SE or equivalent for other categories.
iv) GST registration and latest GST Returns certificate, PAN Card & latest IT Returns
v) Certified copy of the partnership deed, Form-C, Form-A (in the case of firm).
vi) Copy of Memorandum & Articles of Association, Form.32/12, Proof of Registration of
Company (in case of companies).
vii) Copy of the Engineering degree certificate issued by the Recognized University (in the
case of Engineering Degree holders seeking Registration).
viii) Affidavit/Undertaking on Rs.100/- Non-judicial stamp paper towards Blacklisting/Criminal
cases/No other Registration etc.
3. I enclose a certificate to the effect whether the applicant or any of the partner or share
holders or any of the personnel working under the applicant is / are dismissed Government
servants)
4. I certified that I would not get myself registered under more than one name.
5. I will get my registration renewed within 5 years from the date of Registration

79
ANNEXURE - III

Government of Telangana
……………….Department
Office of the………………….
………………………………..
[Link]………………………………………………………… dt….………………………….

Present Committee: 1) ………………… (name) …………….. (designation)


2)
Sub: …………… Department - Registration as Contractor by Committee of…………..
Under Special Class/ Class.I/II/III/IV/V in the category of……………… - Orders
Issued.

Ref: 1) xxx.
2) …………….
3) Commr, COT [Link]………….., dt…………… communicating Minutes of………..
(1st /2nd ……) Committee of ENC's meeting held on………..
***
…………………. (Name of the contractor/firm/company/proprietary concern), a
registered……………. (lower) class contractor with Regn No…………. vide Proc. No……….,
dt……….. and its validity is up to……………….., Sri……………….. …… Proprietor / Managing
Partner / Managing Director of……………………… has applied for registration under Special Class/
Class.I/II/III/IV/V in the category of………………………. vide reference…………… cited.

2) The Committee of………….. in its…….. (1 st /2nd …….) meeting held on………… examined the
application received from Sri…………………. / M/s…………….. for registration in Special Class/
Class.I/II/III/IV/V in the category of…………………, and approved at [Link]…………… of Minutes of
meeting dt……………. communicated vide reference………….. cited, for registration in
Class………….. (………….. category) for all branches of Engineering Departments of the State
Government subject to certain conditions. .

3) Accordingly, the name of the following individual/firm/company is registered as follows:-

80
Name of the
Registration
S. Name and addresses of Contractor including Registered Class &
No.,
No. the registered contractor all partners/ Category
assigned
Directors, if any.
1 Sri / M/s…………… Name Special Class (……………) ……(as
Individual/ Proprietor Class.I (…………….)
assigned by
Address:…………………… (with fathers name) [Link] (…………….)
………………………………. [Link] (…………….) the registering
………………………………. All Managing Partners [Link] (…………….)
authority in the
………………………………. & Partners Class.V (…………….)
Phone:…………………… All Managing Directors minutes of
Firm No………../CIN No……
& Directors meeting).
PAN:
GST Regn No………………..

4) The above contractor is qualified to tender for value of works costing Rs ………. lakhs, in all
branches of Engineering Departments of the State Government, subject to the following
conditions.
a) This registration will be valid up to 5 (five) years from the date/renewal of registration. The
Registration authority reserves the right to cancel or demote or review the registration
ordered, without notice and without assigning any reasons.
b) Application for renewal of registration if desired, in full shape shall be submitted to the
concerned Registering authority, (3) three months in advance to the date of completion of 5
years / expiry of the validity of this registration, as the case may be. Failure to furnish the
application in full shape and well within the time stipulated, does not confer any right to the
applicant for registration and resulting delay / consequences etc, if any, the Registering
Authority shall not be held responsible.
c) The contractor registered in……….. Class….... (category) can also tender for works falling
under lower classes in the said category.
d) The assets, liabilities, works and experiences etc, of Sri……………. /M/s…………. shall
stand transferred to the firm/ company……………. (now registered), duly cancelling all the
previous registrations.
e) (In case of partnership firms) Any changes in the partners/ name of the firm if any, which
are now registered as contractor shall intimate the changes to the registering authority
within one month of such changes along with Revised Partnership deed, Form-A issued by
Registrar of Firms concerned, fresh

81
Solvency certificate after changes, Registration fee, and other relevant documents etc., as
required. Failure to notify the changes to the Registering authority within one month of such
change will entail the firm to forfeit registration and further the firms will be debarred from
tendering for works.
f) (In case of individuals / proprietor) They shall intimate to the concerned Registering
Authority within one month of change, in case of joining any firm as Partner or any
company as Directors etc., Failure to notify the changes to the Registering authority within
one month of such change will entail the firm to forfeit registration and further the firms will
be debarred from tendering for works.

g) The existing registrations (if any in lower class in same category), issued to the Contractor
Sri……………. /M/s………… vide reference………. / Proceedings……………
Dt………., by ENC/CE/SE/EE…………… dvn, stands cancelled with immediate effect.
Further all other registrations, if any in the same specialization/category in different classes
in the name of the individual/proprietor /firm (including all partners)/ company (including all
directors) stands cancelled with immediate effect.

h) The…………….Sri/M/s (individual/firm/company) now registered is requested to upload the


Bio-data in the website [Link]
ENC/CE/SE/EE
To.
Sri /Ms……….
Address.
Copy to All the Registering Authorities in Engineering Departments for having a similar Database.
Copy to the Engineers-in-Chief/ Chief Engineers / Superintending Engineers of State Government.
Copy submitted to the Commissioner, Commissionerate of Tenders, 1st floor, Ground Water Building,
Chintal Basthi, Khairatabad, Hyderabad for information.
Copy to the Managing Director, TSTS, Hyderabad for information.
Copy to Stock file.

Note: Strike out whichever is not applicable.

82
ANNEXURE — IV(A)

Format of Chartered Accountant Certificate


C.A Certificate (Letter Head)
This is to certify that M/s………………………. Civil Contractors office studied at ……………. Is in the
Business of Civil Contract Works and achieved the following turnover in Civil Engineering works for
last………………… years is given below as filed in their Income Tax Returns.

S.
Financial Year Turnover in Civil Engg Works (in Rs.) Any other Turnover (in Rs.) Remarks
No.

Enclosures:
Copy of the IT Returns as filed by M/s……………… along with P&.L Statement, Form 26AS for the
Financial Years………… are enclosed.
Signature.
Chartered Accountant.
Membership Number,
Seal
Date:........
Place:......

83
ANNEXURE — IV(B)

Proforma for Statement of Civil Engineering Works


C.A Letter Head

Statement showing the details of Financial Turnover in Civil Engineering Works during the F.Y ....
certified by me, as filed in Income Tax Returns for M/s……….

Name of
Turnover /
Agency from
Value of Civil
S.N Description of whom the
Name of work Financial Year Engg work Remarks
o work & Agt No. amount is
executed
received and
(in Rs.)
details of

This certificate is issued at specific request made by the contractor.

Signature.
Chartered Accountant.
Membership Number,
Seal
Date:
Place:

84
A) ONLINE REGISTRATIONS:

(i) The list of contractors should also have columns mentioning PAN No, GST No and VIEW
PROCEEDINGS.
(ii) The Provision for uploading the proceedings by department using already given login ID and
Passwords.
(iii) The Contractor can view only his proceeding and can take a printout only from his login ID
and Password.
(iv) All the departments including COT can view all the list of contractors and can also view
proceedings uploaded by all departments, and no download or printout facility should be
given.

B) OFFLINE REGISTRATIONS:

The Committee of Engineers-in-Chief have decided to request all the contractor registering
authorities to upload the list of contractors in online Web portal along with proceedings of Special
Class & Class-I who have registered in Govt, of Telangana from dt:02.06.2014. In this regard the
CGG is requested to make the following provisions in the online contractor registration web portal to
facilitate the registering authorities to upload the same.

(i) To create list of contractors with the details in below mentioned 15 columns proforma under
the menu OFFLINE REGISTRATIONS FROM 02.06.2014 for different classes and
categories.
Contractor
Application Type
Type
Fresh/
Individual/
Name of Renewal/Change
Proprietary
[Link] the Class Category PAN No GST No of Partner/
Firm
Contractor Change of name
/Partnership
of Firm &
Firm/
Company
Company
1 2 3 4 5 6 7 8

Upload letter of Cancellation


the closing Proceeding
addressed to the
COT
Mobile ENC/CE Valid Valid VIEW contractor (as
e-Mail Regn.
No [Link] From upto Proceeding per 104th
No
meeting of
ENC's
dt:06.07.2019)
9 10 11 12 13 14 15 16 17
(ii) Upload facility to all the registering authorities with their login ID and Password.
(iii) The list should display in the order of COT registration number in different classes and categories.
85
The Engineer-in-Chief / Chief Engineer shall invariably upload letter of closing of contractor
registration application addressed to the contractor in the online registration web portal. The CGG is
requested to make a provision in online web portal to upload letter of the closing addressed to the
contractor and also to send a message to the e-mail ID and mobile number of the contractor to that
effect. Further, the CGG is also requested to give access to the applicants only after a period of Six
months who's applications are declared closed by the Department for not submitting the Pre-
requisite particulars in the required proforma & signed hard copy in full shape within the stipulated
period after Online submission of their applications.

Sd/- B. Nagendra Rao, Dt: 30.01.2020


Engineer-in-Chief (AW)
Irrigation &CAD Department and
Chairman, Board of Chief Engineers

86

You might also like