Revision of G.O.Ms.No.94 Recommendations
Revision of G.O.Ms.No.94 Recommendations
[Link]/TS/Hyd/Sn.I/A-1/2020-21/28 Date:15-06-2020.
*****
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.
Contd…. 2.
:: 2 ::
Copy to
The JDWAs, Hyderabad and Karimnagar for information.
The PAOs/APAOs concerned for information.
//T.C.F.B.O//
*****
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.
*****
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.
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.
Yours faithfully,
Sd/- B. Nagendra Rao, Dt: 30.01.2020
Engineer-in-Chief (AW)
Irrigation &CAD Department and
Chairman, Board of Chief Engineers
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.
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.
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.
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.
6
Revision of [Link].94,
Irrigation & CAD (PW-COD) Dept.,
Dated 01.07.2003
1
ANNEXURE — I
TENDER PROCEDURES
ii) The Chairman Board of Chief Engineers and Engineer-in-Chief (Admn.), I&CAD
Department shall complete the updation of Standard data.
(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.
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.
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:
The departmental officials should inspect works before technical sanction is accorded
by the competent authority as per the monetary limits indicated below.
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
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%.
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.
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.
(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.
(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.
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)
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).
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.
(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)
(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.
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
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
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.
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.
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.
(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
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.
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.
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.
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.
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.
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.
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.
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
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.
The liquidated damages are imposed on the contractors as per the present practice basing
on the milestones.
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:
(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.
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.
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.
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)
Date:
Place:
Signature of Bank Manager
(Authorized to Sign)
29
ANNEXURE- I(B)
Date:
Place:
30
ANNEXURE – I (C)
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....
________________________________________________________________________________
___(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.
________________________________________________________________________________
____________ (name and address of Department)
________________________________________________________________________________
________
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. *
(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.
(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
(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:
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.
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.
41
suspension should be communicated to the contractor giving reasons for the same This
action need not be reported to the Government.
(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.
44
ANNEXURE - I
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:-
Plumbing & Sanitary The Contractor shall have plumbing license or at least have a
ii)
Works licensed plumber engaged in his employment.
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
SIR,
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………..
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.
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
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.
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.
52
ANNEXURE - IV(A)
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)
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……..
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:
(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.
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
ESTIMATES; ESTIMATES:
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.
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.
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:-
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.
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
7
b) Technical Sanction: B) Technical Sanction:
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
(a) For the works upto Rs. 50 lakhs the tender eligibility criteria on both physical and
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.,
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.
10
Time limit for receipt of
Tenders from the date of
Value of Work Publication
(in Rs)
2nd and subsequent
1st Call
Calls
11
5) COLLECTION OF EMP AT THE TIME OF 5) COLLECTION OF EMD AT THE TIME OF
ISSUING TENDER DOCUMENTS: ISSUING TENDER DOCUMENTS:
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).
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.
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.
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.
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.
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.
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.
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.
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)
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
Note:
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.
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)
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.
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.
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.
31
estimated value. The available bid capacity Assessed Available Bid Capacity: 3 x A x N - B
completion of the works for which tenders which tenders are invited in months / 12]
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.
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.
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:
(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.
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.
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.
39
considered subject to condition that sub-
letting shall not exceed 45% of contract
value.
Note:
40
iii. All payments are to be made to the main
contractor.
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.
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:
(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.
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.
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.
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.
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)
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.
50
ANNEXURE — I(B)
Date:
Place:
51
ANNEXURE – I (C)
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....
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)
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.
53
ANNEXURE – I (E)
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.
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)
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
(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.
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.
(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
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.
(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).
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
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.
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.
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.
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…………..
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
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
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
Fire Fighting
vi) N.A.
services
78
ANNEXURE - II
79
ANNEXURE - III
Government of Telangana
……………….Department
Office of the………………….
………………………………..
[Link]………………………………………………………… dt….………………………….
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. .
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.
82
ANNEXURE — IV(A)
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)
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
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
86