Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 505131 Enquiry/IFB/Tender Notice Number NIT No. 01/2023-24/A3, Dt: 20.02.2024
Name of Work Construction of One watch Tower at CompartmentNo.350, Chandraipalem Beat,Yathalakunta Section of Sathupally Range of Sathupally Forest Division during the Year 2023-24under BIOSOT Scheme Tender Category Works
Tender Type OPEN Estimated Contract Value 1157831.00
Bid Submission Closing Date 07/03/2024 05:01 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name TG FOREST DEPARTMENT Circle/Division TG FOREST DEPARTMENT-Conservator of Forest, Khammam
Tender ID 505131 Enquiry/IFB/Tender Notice Number NIT No. 01/2023-24/A3, Dt: 20.02.2024
Name of Project Construction of Watch Tower Name of Work Construction of One watch Tower at CompartmentNo.350, Chandraipalem Beat,Yathalakunta Section of Sathupally Range of Sathupally Forest Division during the Year 2023-24under BIOSOT Scheme
Estimated Contract Value(INR)
1157831.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 2
Type of Work Civil Works Bidding Type OPEN
Bid Call (Numbers) 2
Tender Category WORKS Currency Type (INR)
Default Currency Indian Rupee - INR Evaluation Type Percentage
Evaluation Criteria Based on Price
Form Of Contract L.S
Not Applicable

Transaction Fee Details
410 (INR)
Tender Dates
Bid Submission Start Date & Time 29/02/2024 05:00 PM Bid Submission Closing Date & Time 07/03/2024 05:01 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids Forest Divisional Officer Sathupally Bid Opening Authority Forest Divisional Officer Sathupally
Address FOREST DIVISIONAL OFFICER, Sathupally DIVISION, KHAMMAM DISTRICT. Contact Details 9505924717
Email fdosathupally@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.11578.00 Forest Divisional Officer Sathupally Online Payment,Challan Generation

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Registration Certificate COMMON Mandatory
2 EMD COMMON Mandatory
3 Transaction Fee COMMON Mandatory
4 Income Tax Document, Pan card, Latest ITR COMMON Mandatory
5 GST Registration / GST Clearance Certificate( COMMON Mandatory
6 Experience certificate should be enclosed for the similar work COMMON Mandatory
7 Signed copies of the Annexure - I to V in the tender document COMMON Mandatory
8 Litigation History COMMON Mandatory

General Terms and Conditions / Eligibility
General Terms & Conditions: 1)Bids are invited on the e-procurement for the above mentioned work from the Contractors/ Contracting firms registered with Government of TELANGANA. The details of Tender conditions and terms can be down loaded from the electronic procurement platform of Government of TELANGANA i.e. https://tender.telangana.gov.in/. 2)Approximate Estimate Contract value of work Rs.AS PER NIT 3)Contractors would be required to register on the e-procurement Market Place https://tender.telangana.gov.in/ and submit their bids online. The Department will not accept any bid submitted in the paper form. 4)EMD to be paid for Rs. AS PER NIT (i.e. 1% of ECV) by way of electronically pay Online by utilizing the Payment Gateway Service on E-Procurement platformin favour of FOREST DIVISIONAL OFFICER, Sathupally DIVISION, Sathupally,failure to pay of EMD through online, the tender will be summarily rejected. 5)The successful bidder shall invariably furnish the original DD towards EMD and balance EMD of1.5% and certificates/documents of the uploaded scanned copies to the tender inviting authority before entering into the 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 bidder. The Department will not take any responsibility for any delay in receipt/non-receipt of original DD towards EMD, certificates/documents, from the successful bidder before the stipulated time 6)Period of completion of work : 02 Months. 7)The bidders can view/ download the tender documents from the ?e? market place i.e., https://tender.eprocurement.gov.in 8)Form of contract : Lump sum contract. a.Issue of tender Documents : As specified in NIT b.Date and time of Receipt of Tenders : As specified in NIT c.Time and date of opening of Tenders. a) Technical Bids : As specified in NIT b) Price Bid : As specified in NIT Note: 1) The date stipulated above is firm and under no circumstances they will be relaxed unless otherwise extended by an official notification or happen to be Public Holidays. 2) Any other conditionsregarding receipt of tenders in conventional method appearing in the tender documents may please be treated as not applicable. TENDER DOCUMENT [Cost of works uptoRs. AS PER NIT Lakhs] INSTRUCTIONS TO TENDERERS A ? GENERAL Name of work Construction of One watch Tower at Compartment No.350, Chandraipalemouth Beat, Yathalakunta Section of Sathupally Range of Sathupally Forest Division during the Year 2023-24 under BIOSAT Scheme. [As specified in ??????????????????????the NIT] ??????????????????????????? 1.1The Forest Divisional Officer(As specified in NIT) concerned invites bids for the above work during the period, for which dates and time specified in the NIT and will be opened by the District Forest Officer concerned or his nominee at his office on the date and time mentioned in the NIT. 1.2The intending bidders would be required to enroll themselves on the ?e?procurement market place at https://tender.telangana.gov.in/. 1.3The tenders should be in the prescribed form invited on e-procurement by the District Forest Officer, Khammam(As specified in NIT) that can be downloaded at free of cost from the website https://tender.telangana.gov.in/. 1.4The dates stipulated in the tender notice are firm and under any circumstances they will not be relaxed unless officially extended. 1.5The Tenderer should upload scanned copies of registration and other documents and submit originals of EMD by way of DD and copies of all uploaded documents before prescribed date to the tender inviting authority. Contractor should produce the originals of all documents for verification if asked for by the Competent Authority. 1.6The Tender opening Authority will not consider any tender received after expiry of date and time fixed (As specified in NIT) for receipt of tenders. 1.7Tenderers shall furnish declaration that they have not been blacklisted in any department in Erstwhile Andhrapradesh andTelangana State. Any wrong declaration in this regard which comes to notice at a later date will disqualify them and the tenders so received will be rejected. 1.8The successful tenderer is expected to complete the work within the time period specified in the NIT. 2.Firms Eligible to Tender: 2.1The Firms who i)possess the valid registration in the class and category mentioned in the NIT and satisfy all the conditions therein. ii)are not blacklisted or debarred or suspended by the Government for whatever the reason, prohibiting them not to continue in the contracting business iii) have complied with the eligibility criteria specified in the NIT. are the eligible tenderers. 2.2Firms Ineligible to Tender: i)A retired officer of the Govt. of erstwhile AP& Telangana or Govt. of India executing works is disqualified from tendering for a period of two years from the date of retirement without the prior permission of the Government. ii)The Tenderer who has employed any retired officer as mentioned above shall be considered as an ineligible tenderer. iii)The contractor himself or any of his employees is found to be Gazetted Officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor?s employment within a period of 2 years from the date of his retirement. iv)The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor?s service. v) Contractor shall not be eligible to tender for works in the division / circle where any of his near relatives are employed in the rank of Forest Range Officer, Forest Divisional Officer or District Forest Officers and above on the Forest side and Divisional Accounts Officer and above on the administrative side. The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed. He shall also furnish a list of Gazetted /Non-Gazetted, State Government Employees related to him. Failure to furnish such information tenderer is liable to be removed from the list of approved contractors and his contract is liable for cancellation. Note: Near relatives include 1.Sons, step sons, daughters, and step daughters. 2.Son-in-law, and daughter-in-law. 3.Brother-in-law, and sister-in-law. 4.Brothers and Sisters. 5.Father and Mother. 6.Wife / Husband. 7.Father-in-law and Mother-in-law 8.Nephews, nieces, uncle and aunties 9.Cousins and 10.Any person residing with or dependent on the contractor. 3.Qualification data of the Tenderers 3.1The tenderer shall furnish the following particulars in the formats provided online and supported documentary evidence shall be uploaded. a)Attested copies of documents relating to the Registration of the firm, Registration as Civil Contractor, Partnership deed, Articles of Association. Note: The Partnership firms, which are registered as Contractors shall intimate the change in partnership deed, if any, as per GO Ms No.58, I & CAD, dt.23.4.2002 within one month of such change. Failure to notify the change to the registration authority in time will entail the firms to forfeit their registration and their tender will be rejected. The intimation of change of partners if any and the acceptance by the Registration authority may be enclosed. 3.2Even though the tenderers meet the above qualifying criteria, they are liable to be disqualified / debarred / suspended / blacklisted if they have ?Furnished false / fabricated particulars in the forms, statements and /annexures submitted in proof of the qualification requirements and/or ?Not turned up for entering into agreement, when called upon. ?record of poor progress such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. and/or ?participated in the previous bidding for the same work and had quoted unreasonably high tender percentage and ?even while execution of the work, if found that the work was awarded to the Contractor based on false / fake certificates of experience, the Contractor will be blacklisted and work will be taken over invoking clause 61 of PS to APSS. 3.3For tendersupto25% less than the estimated contract value of work, no additional security deposit is required. But for tenders less than 25% of the estimated Contract Value of work, the difference between the tendered amount and 75% of the estimated contract value, shall be paid by the successful tenderer at the time of concluding agreement as an additional security to fulfill the contract through a Demand Draft on a Nationalised Bank / Scheduled bank in the prescribed format valid till completion of the work in all respects 3.4a) If the percentage quoted by a tenderer is found to be either abnormally high or with in the permissible ceiling limits prescribed but under collusion or due to unethical practices adopted at the time of tendering process, such tenders shall be rejected. b) A tenderer submitting a Tender which the tender accepting authority considers excessive and or indicative of insufficient knowledge of current prices or definite attempt of profiteering will render himself liable to be debarred permanently from tendering or for such period as the tender accepting authority may decide. The tenderer overall percentage should be based on the controlled prices for the materials, if any, fixed by the Government or the reasonable prices permissible for the tenderer to charge a private purchaser under the provisions of clause-6 of the hoarding and profiteering prevention ordinance of 1943 as amended from time to time and on similar principle in regard to labour supervision on the construction. 4.One Tender per Tenderer: 4.1Each Tenderer shall submit only one Tender for the work. A Tenderer who submits more than one Tender will cause dis-qualification of all the Tenders submitted by the Tenderer. 5.Cost of Tendering 5.1The Tenderer shall bear all costs associated with the preparation and submission of his Tender and the tender inviting authority will in no case be responsible and liable for those costs. 6.Site Visit. 6.1The Tenderer, at the Tenderer?s own responsibility and risk is advised to visit and examine the Site of Work and its surroundings and obtain all information that may be necessary for preparing the Tender for entering into a contract, for construction of the work. The costs of visiting the site shall be at the Tenderer?s own expense. B. Tender Document 7.Contents of Tender document. 7.1One set of Tender document, comprises of the following: Technical bid 1) Notice Inviting Tenders (NIT) 2) Instruction to Tenderers 3)Forms of Tender and qualification information 4) Conditions of Contract. 5) Specifications. 6) Drawings. 7) Forms of Securities. i.e., EMD, Additional Security etc. Price bid Bill of Quantities and Price bid. 8.Clarification on Tender Documents 8.1A prospective Tenderer requiring any clarification on Tender documents may contact the Tender Inviting Officer at the address indicated in the NIT. The Tender Inviting Officer will also respond to any request for clarification, received through post. 9.Amendment to Tender Documents 9.1Before the last date for submission of Tenders, the Tender Inviting Officer may modify any of the Contents of the Tender Notice, Tender documents by issuing amendment / Addendum. 9.2Any addendum/amendments issued by the Tender Inviting Officer shall be part of the Tender Document and it shall either be communicated in writing to all the purchasers of the Tender documents or notified in the News Papers in which NIT was published. 9.3To give prospective Tenderers reasonable time to take an addendum into account in preparing their bids, the Tender Inviting Officer may extend if necessary, the last date for submission of tenders. C.PREPARATION OF TENDERS. 10.Language of the Tender. 10.1All documents relating to the tender shall be in the English Language only. 11.Documents comprising of the Tender. 11.1The tender comprise the following. (a) Technical Bid, and drawings. [Both are available online at https://tender.telangana.gov.in/ ]. (b)Qualification information and supporting documents [to be uploaded by the tenderer]. (c)Price bid containing bill of quantities (Schedule ?A) and the Bid offer. [both are available online at https://tender.telangana.gov.in/ ]. 12.Bid Offer: 12.1Bill of Quantities called Schedule ?A? and the bid offer accompanies the tender document as Volume-II. It shall be explicitly understood that the Tender Inviting Officer does not accept any responsibility for the correctness or completeness of this schedule ?A? and this schedule ?A? is liable to alterations by omissions, deductions or additions at the discretion of the ChiefConservator of Forests or as set forth in the conditions of the contract. The Schedule ?A?shall contain the items of work indicated as part? I and LS provisions as part?II. The percentage quoted by the contractor shall be applicable only to part ?I. However, the provisions contained in the part ?II will be operable basing on the conditions provided in the Tender Document. The tenderers will have to state clearly their willingness to execute the work at certain specific percentage of excess or less or at par of the ECV indicated in Part-I at the space provided therein in Schedule ?A?. The L.S. amounts indicated in part-II are maximum reimbursable amounts. The tenderer should however quote his lumpsum tender based on this schedule of quantities. He should quote his offer as a overall tender percentage. The overall tender percentage should be written both in words and figures. The bid offers i.e., percentage shall be written both in figures and words legibly and free from errors. 12.2The Schedule ?A (or Price-bid) contains not only the quantities but also the rates worked out by the Department and the amount for each item and total value of the estimated contract. The tenderer should workout his own rates keeping in view the work, site conditions and quote his overall tender percentage with which he intends to execute the work. 12.3The bid offer shall be for the whole work and not for individual items / part of the work. 12.4The tendered contract amount as computed based on overall tender percentage is subject to variation during the performance of the Contract in accordance with variation in quantities etc. 13.Validity of Tenders: 13.1Tenders shall remain valid for a period of not less than three months from the last date for receipt of Tender specified in NIT. 13.2During the above mentioned period no plea by the tenderer for any sort of modification of the tender

General Technical Terms and Conditions (Procedure)
Conditions of Contract A. General 1.Interpretation: 1.1In interpreting these Conditions of Contract, singular also means plural, male also means female, and vice-versa. Headings have no significance. Works have their normal meaning under the language of the contract unless specifically defined. The Forest Range Officer-in-charge will provide instructions clarifying queries about the conditions of Contract. 1.2The documents forming the Contract shall be interpreted in the following order of priority: 1)Agreement 2)Letter of Acceptance, notice to proceed with the works 3)Contractor?s Tender (Technical bid) 4)Conditions of contract 5)Specifications 6)Drawings 7)Bill of quantities (Price-bid) 8)Any other document listed as forming part of the Contract. 2.District Forest Officer?s Decisions: 2.1Except where otherwise specifically stated, the District Forest Officer will decide the contractual matters between the Department and the Contractor in the role representing the Department. 3.Delegation: 3.1The District Forest Officer may delegate any of his duties and responsibilities to other officers and may cancel any delegation by an official order issued. 4.Communications: 6.1 Communications between parties, which are referred to in the conditions, are effective only when in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act) 5.Other Contractors: 8.1 The Contractor shall cooperate and share the Site with other contractors, Public authorities, utilities, and the Department. The Contractor shall also provide facilities and services for them as directed by the District Forest Officer. 6.Personnel: 6.1The Contractor shall employ the required Key Personnel named in the Schedule of Key Personnel to carry out the functions stated in the Schedule or other personnel approved by the District Forest Officer. The District Forest Officer will approve any proposed replacement of Key Personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule. 6.2Failure to employ the required technical personnel by the contractor the following amounts will be recovered from the contractor over and above the provision made in part two of schedule-A from the contractors bills. 6.3The technical personnel should be on full time and available at site whenever required by District Forest Officer to take instructions. 6.4The names of the technical personnel to be employed by the contractor should be furnished in the statement enclosed separately. 6.5In case the contractor is already having more than one work on hand and has undertaken more than one work at the same time, he should employ separate technical personnel on each work. 6.6If the contractor fails to employ technical personnel the work will be suspended or department will engage a technical personnel and recover the cost thereof from the contractor. 6.7If the District Forest Officer asks the Contractor to remove a person who is a member of Contractor?s staff or his work force stating the reasons the Contractor shall ensure that the person leaves the site forthwith and has no further connection with the work in the contract. 7.Contractor?s Risks: 7.1All risks of loss of or damage to physical property and of personnel injury and death, which arise during and in consequence of the performance of the Contract, are the responsibility of the Contractor. 8.Insurance: 8.1The Contractor shall provide, in the joint names of the Department and the contractor, insurance cover from the Start Date to the end of the Defects Liability Period i.e., 24 months after completion for the following events which are due to the Contractor?s risks. a)loss of or damage to the Works, Plant and Materials; b)loss of or damage to the Equipment; c)loss of or damage of property in connection with the Contract; and d)Personal injury or death of persons employed for construction. 8.2Policies and certificates of insurance shall be delivered by the Contractor to the CCF, Bhadradri Circle, Warangalat the time of concluding Agreement. All such insurance shall provide for compensation to be payable to rectify the loss or damage incurred. i)The contractor shall furnish insurance policy inforce in accordance with proposal furnished in the Tender and approved by the Department for concluding the agreement. ii)The contractor shall also pay regularly the subsequent insurance premium and produce necessary receipt to the concerned Forest Divisional Officers, well in advance. iii)In case of failure to act in the above said manner the department will pay the premium and the same will be recovered from the Contractors payments. 8.3Alterations to the terms of insurance shall not be made without the approval of the concerned Forest Divisional Officers. 9.Site Inspections: 9.1The contractor should inspect the site and also proposed quarries of choice for materials source of water and quote his percentage including quarrying, conveyance and all other charges etc. 9.2The responsibility for arranging the land for borrow area rests with the Contractor and no separate payment will be made for procurement or otherwise. The contractor?s quoted percentage will be inclusive of land cost. 10.Contractor to Construct the Works: 10.1The Contractor shall construct and Commission the Work in accordance with the specifications and Drawings. 11.Diversion of streams / Vagus / Drains. 11.1The contractor shall at all times carry out construction of cross drainage works in a manner creating least interference to the natural flow of water while consistent with the satisfactory execution of work. A temporary diversion shall be formed by the contractor at his cost where necessary. No extra payment shall be made for this work. 11.2No separate payment for bailing out sub-soils, water drainage or locked up rain water for diversion, shoring, foundations, bailing of pumping water either from excavation of soils from foundations or such other incidental will be paid. The percentage to be quoted by the contractor is for the finished item of work in situ and including all the incidental charges. The borrow pits are also to be de-watered by the contractor himself at his expense, if that should be found necessary. 11.3The work of diversion arrangements should be carefully planned and prepared by the contractor and forwarded to the Forest Divisional Officer, Sathupally technically substantiating the proposals and approval of the Forest Divisional Officer obtained for execution. 11.4The contractor has to arrange for bailing out water, protection to the work in progress and the portion of works already completed and safety measures for men and materials and all necessary arrangements to complete the work. 11.5All the arrangements so required should be carried out and maintained at the cost of the contractor and no separate or additional payments are admissible. 11.6Coffer Dams. Necessary coffer dams and ring bunds have to be constructed at the cost of contractor and same are to be removed after the completion of the work. The contractor has to quote his percentage keeping the above in view. 12.Power Supply. 12.1The contractor shall make his own arrangements for obtaining power from the Electricity dept., at his own cost. The contractor will pay the bills of Electricity Department for the cost of power consumed by him. 12.2The contractor shall satisfy all the conditions and rules required as per Indian Electricity Act 1910 and under Rule-45(I) of the Indian Electricity Rules, 1956 as amended from time to time and other pertinent rules. 12.3The power shall be used for bonafide Departmental work only. 13.Temporary Diversions (Works on Highways) 13.1The contractor shall at all times carryout work on the highway in a manner creating least interference to the flow of traffic while consistent with the satisfactory execution of the same. For all works involving improvements to the existing highway, the contractor shall in accordance with the directions of the District Forest Officer provide and maintain during the execution of the work a passage for traffic, either along a part of the existing carriage way under improvement or along a temporary diversion constructed close to the highway. 13.2If in the opinion of the District Forest Officer, it is not possible to pass the traffic on part width of the carriage-way for any reason, a temporary diversion close to the highway shall be constructed as directed. It shall be paved with the materials such as hard morum, gravel and stone, metal to the specified thickness as directed by the District Forest Officer. In all cases, the alignment, gradients and surface type of the diversion including its junctions, shall be approved by the District Forest Officer before the highway is closed to traffic. 13.3The contractor shall take all necessary measures for the safety of traffic during construction and provide erect and maintain such barricades, including signs, markings, flags lights and information and protection of traffic approaching or passing through the section of the highway under improvement. Before taking up any construction, an agreed phased programme for the diversion of traffic on the highway shall be drawn up in consultation with the District Forest Officer. 13.4The barricades erected on either side of the carriage way portion of the carriage way closed to traffic, shall be of strong design to resist violation and painted with alternative black and white stripe. Red lanterns or warnings lights of similar type shall be mounted on the barricades at night and kept lit throughout from sunset to sunrise. 14.Ramps: Ramps required during execution may be formed wherever necessary and same are to be removed after completion of the work. No separate payment will be made for this purpose. 15.Monsoon Damages: Damages due to rain or flood either in cutting or in banks shall have to be made good by the contractor till the work is handed over to the Department. The responsibility of de-silting and making good the damages due to rain or flood rests with the contractor. No extra payment is payable for such operations and the contractor shall therefore, have to take all necessary precautions to protect the work done during the construction period. 16.The works to be Completed by the Intended Completion Date: 16.1The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the programme submitted by the Contractor, as updated with the approval of the District Forest Officer, and complete the work by the Intended Completion Date. 17.Safety: 17.1The Contractor shall be responsible for the safety of all activities on the Site. 18.Discoveries: 18.1Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the Government. The Contractor is to notify the District Forest Officer of such discoveries and carry out the District Forest Officer?s instructions for dealing with them. 19.Possession of the Site. 19.1The Department shall give possession of the site to the Contractor. If possession of a part site is given, the Department will ensure that the part site so handed over is amenable to carryout the work at site by the Contractor. 20.Access to the Site: 20.1The Contractor shall provide the District Forest Officer and any person authorised by the District Forest Officer, access to the site and to any place where work in connection with the Contract is being carried out or is intended to be carried out. 21.Instructions: 21.1The Contractor shall carry out all instructions of the District Forest Officer and comply with all the applicable local laws where the Site is located. 22.Settlement of disputes: 22.1If any dispute of difference of any kind whatsoever arises between the department and the Contractor in connection with, or arising out of the Contract, whether during the progress of the works or after their completion and whether before or after the termination, abandonment or breach of the Contract, it shall in the first place, be referred to and settled by the Forest Divisional Officer/District Forest Officer who shall, within a period of thirty days after being requested by the Contractor to do so, give written notice of his decision to the Contractor. Upon receipt of the written notice of the decision of the Forest Divisional Officer/ District Forest Officer the Contractor shall promptly proceed without delay to comply with such notice of decision. 22.2If the Forest Divisional Officer/ District Forest Officer fails to give notice of his decision in writing within a period of thirty days after being requested or if the Contractor is dissatisfied with the notice of the decision of the Forest Divisional Officer/ District Forest Officer, the Contractor may within thirty days after receiving the notice of decision appeal to the Department who shall offer an opportunity to the contractor to be heard and to offer evidence in support of his appeal, the Department shall give notice of his decision within a period of thirty days after the Contractor has given the said evidence in support of his appeal, subject to arbitration, as hereinafter provided. Such decision of the Department in respect of every matter so referred shall be final and binding upon the Contractor and shall forthwith be given effect to by the Contractor, who shall proceed with the execution of the works with all due diligence whether he requires arbitration as hereinafter provided, or not. If the Department has given written notice of his decision to the Contractor and no claim to arbitration, has been communicated to him by the Contractor within a period of thirty days from receipt of such notice the said decision shall remain final and binding upon the Contractor. If the Department fail to give notice of his decision, as aforesaid within a period of thirty days after being requested as aforesaid, or if the Contractor be dissatisfied with any such decision, then and in any such case the contractor within thirty days after the expiration of the first named period of thirty days as the case may be, require that the matter or matters in dispute be referred to arbitration as detailed below:- Settlement of Claims: Settlement of claims for Rs.50,000/- and below by Arbitration. All disputes or difference arising of or relating to the Contract shall be referred to the adjudication as follows: a)Claims upto a value of Rupees 10,000/-. -Forest Divisional Officer/District Forest Officer b)Claims above Rs.10, 000/- and upto Rupees 50,000/-. -Forest Divisional Officer/District Forest Officer, The arbitration shall be conducted in accordance with the provisions of Indian Arbitration and Conciliation Act 1996 or any statutory modification thereof.

Legal Terms & Conditions
If any dispute arises out the contract, shall be settled within the Khammam District jurisdiction Only. If the Contractor fails to complete the work within the stipulated time, contract will be revoke besides forfeiting the security deposits and will be awarded to the second eligible person/firm.

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA KHAMMAM Sathupalli SATHUPALLI KHAMMAM
Procedure for Bid Submission
Show Procedure for Bid Submission

Enquiry Forms Stage Details
Stage Details Close
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 Commercial Stage 07/03/2024 05:05 PM
Stage Form Name Type of Form Supporting Document Required Supporting Document Encryption Supporting Document Description View Details
Commercial Stage Percentage Wise Rate Secure Yes Yes Yes