Tendernotice 2
Tendernotice 2
Tendernotice 2
lIl)
Government ot India
Ministry of Road Transport & Highways
(Planning Zone)
Transport Bhawan, 1, Parliament Street, New Delhi - 110001
Dated zr: October, 2023.
To
1. The Principal Secretaries/ Secretaries of all States/UTs Public Works Department dealing
with National Highways, other centrally sponsoredschemes.
2. All Engineers-in-Chief and Chief Engineers of Public Works Departments of States/ UTs
dealing with National Highways and other centrally sponsored schemes.
3. The Chairman, National HighwaysAuthority of India, G-5&6, Sector-10, Dwarka, New Delhi-
110075.
4. The Managing Director, NHIDCL,PTI Building, New Delhi-110001
5. The Director General (Border Roads),SeemaSadakBhawan, Ring Road, New Delhi-110010.
Sir,
To achieve the goal of zero complain on account of maintenance, Ministry has evolved a
fool proof maintenance mechanism. For this, it has been decided that all the sections of NHsmust
have an accountable maintenance agency. For stretches developed under private sector
participation, this responsibility lies with the concessionaire for the concession period. Similarly
stretches developed under EPC, contractor will be responsible for its maintenance during the
defect liability period. For stretches which are yet to be developed or under operation and
maintenance period, Ministry has brought out Performance BasedMaintenance Contract PBMCfor
long term maintenance contract and short term maintenance contract (STMC). Both these
documents have been circulated. All the executing agencies are expected to plan accordingly and
ensure availability of an agency for maintenance.
2. During the meeting held on 04.09.2023, it was agreed that goal of zero complain on account
of maintenance should be achieved by December. For this, it is important that all maintenance
Page 1/5
C:IUsersIMR. ANJANlIDesktopIOrafLSTMC_ConfracI_Guidelines_ V_10_27.10.2023.docx
contracts should be in place by end of November for all section of NHs which are not covered
either under any sort of ongoing development / maintenance work. Contract period (maximum
one year) should be kept in such a way that by the end of existing contract, new contract
should be in place.
3. Accordingly, to achieve above objective, following guidelines may be adopted for taking
up maintenance on eligible NHs stretches through the Short Term maintenance contract.
I. All Regional Officers in consultation with Chief Engineer (NH) of the State Government shall
prepare the single Abstract Particular Estimate (APE), consisting of the many selected
stretches (each costing<Rs 5Cr) as per field condition on which STMCworks are required to
be taken up. This APE for the succeeding financial year shall be submitted to the Planning
Zone though Project Zone by the December every year as per the attached format (APE).
STMCworks costing more than Rs. 5 cr shall be submitted to Ministry for sanction.
However for the year 2023-24, since sanction ceiling has already been conveyed, it is
requested that single APEof the selected stretches within the approved sanction ceiling
be submitted directly to the Planning Zone for obtaining the concurrence of Finance Wing
and approval of Competent Authority.
II. Planning Zone will convey the sanction ceiling under STMCalong with the approved APE
basedon list submitted by ROin consultation with CE(NH).The approval shall be conveyed
to the project zone, Regional Offices and concerned State Governments.
Ill. After receipt of the approved APEfor the state from the Ministry, Regional Officers will
issue the individual sanction order (Administrative Approval and Financial sanction) for the
APEof STMCworks out of approved APElists, along with the technical note for each of the
individual STMCworks with a copy to Project Zone HQ.
However for the year 2023-24, after conveying the AA8:FSof APE of a state,
concerned ROwill issue the technical note of each individual work.
IV. Tenders will be called simultaneously as a parallel activity once the APEis finalised by RO
8: CE(NH) and submitted to HQ. Invitation and acceptance of the bids shall be as per
Ministry's circular dated 23.2.2018. However LOAshall only be issued after the approval of
sanction ceiling and APE,in any case during 1st week of March for succeeding financial year.
However, In casetenders are not concluded or finalised within three months
from the approval conveyed by Ministry, in such casesSTMCbids shall be invited /
re-tnvitea 8: finalised by the Regional Officers themseies. Regional officer will
Page 2/5
C:IUsersIMR. ANJANIIOesktopIOraft_STMC_Con ract_Guidelines_ V_10_27.10.2023.docx
issue the LOA in such case and redirect concerned executive engineer to enter into
an agreement and start the work immediately.
V. All Extension of time proposal within the sanctioned cost of STMCestimates shall be given
by the Regional Officer under intimation to Zonal office HQ. All COSin STMCshall be
governed as per para 11 of Delegation of Power Circular No. RW/NH-24035/4/2008-
P8:M/PICVol. II dated 23.02.2018.
VI. The acceptance of technological outputs from modern equipment's like i.e Tatpar
app/video analytics etc. by maintenance agencies shall be made part of STMCcontract for
efficient monitoring.
VII. Executing agencies and contractor shall carry out quantification of works as per MB
and based on time stamped geotag images of items of works before & after work is
done. These evidences shall be part of bills submitted for IPC payments.
VIII. Time period of all these small contracts is expected to be generally 12 months. It
may also be ensured that new contract should be in place at the time of completion of
existing contract
4. NHAIand NHIDCLare also requested to issue similar delegation for their field officers.
5. This issueswith the concurrence of Finance Wing and approval of the Secretary (RT8:H).
Copy to:
Page 3/5
C:IUsersIMR. ANJANllDesktoplDraft_STMC_ Contract_Guidelines_ V_10_27.1 O.2023.docx
Copy for information to:
Page 4 / 5
C:IUsersIMR. ANJANlIDesktopIDraff_STMC_Contract_Guidelines_v_10_27.10.2023.docx
Annexure
Format for Abstract Particular Estimate
Name of State
__ Name
Length with State Govt & PIU
---
Length under construction
---
Length under DLP
---
Length under maintenance
---
Remaining Length
---
Length proposed to be covered under STMC ---
Length proposed to be covered under PBMC ---
Total
Page 5/5
C:IUsersIMR. ANJANIIOesktopIOrafCSTMC_Contract_Guidelines_ V_10_27. 10.2023. docx
Fite No. RW,/c-23012I01 IZOtg-WeA(pt.Iil )
Government of lndia
Ministry of Road Transport & Highways
(Planning Zone)
Transport Bhawan, 1, Partiament Street, New Dethi - 110001
Dated the 15th January, 2021.
To
1. The Principa[ secretaries/ secretaries of att states/urs pubtic works Department
deating with NationaI Highways, other centratty sponsored schemes.
2. A[[ Engineers-in-chief and chief Engineers of pubtic works Departments of states/
UTs deating with National Highways and other centratty sponsored schemes.
3. The Chairman, National Highways Authority of lndia, G-5&6, Sector-10, Dwarka,
New Dethi-'l '10075.
4. The Managing Director, NHIDCL, PTt Buitding, New Dethi-t lOOO1
5. The Director General (Border Roads), Seema Sadak Bhawan, Ring Road, New Dethi-
1 1 0010.
Please refer to the Standard Operating Procedure (SOp) for pR lRep works and OR /
works for Maintenance & Repair (M&R) of NHs issued vide tetter under reference.
2. The Contract Document for Short Term maintenance of NHs for one year shatt be
based on the modifications to IRC:sP:124-2019 (Modet contract for Maintenance of Roads
(Based on single Percentage Rate)) enctosed herewith with immediate effect and untiI
further orders. The short term maintenance contracts shatt be awarded on NH stretches
requiring onty minor repairs (such as pothote and patch repairs, etc.) and on which
improvement / PR / IRQP works may be done within next two (2) year period.
3. lmptementation of immediate restoration works for Flood Damages, etc., on the
stretches of NHs, on which maintenance contracts have already been assigned, may be
got executed as a variation to such ongoing contracts under OR (Dpp) as per inter-se
priority and avaitabitity of allocations subject to prior approval of overau enhancement
of such ceitings of works and annual phasing of expenditures for the state. Attocations for
such works may not be made under FDR(N).
4. This issues with the concurrence of Finance Wing vide U.O. No. Note #17, dated
31 .12.7020 and approval of Competent Authority.
Enclosure: As above
/eta-14,-
Mautik)-
(A
Executive Engineer (Ptanning)
ptanninqmorth@qmait. com
Copy to:
'1. Att CEs in the Ministry of Road Transport & Highways
Page 1 of 17
F:\ABlt\Plonning Zone HQ\ll,&R\One yeor ltlointenonce Controct Document 1fl121.do<x
I
2. Att ROs of the Ministry of Road Transport & Highways
3. The Secretary Genera[, lndian Roads Congress
4. Technical circular fite of S&R (P&B) Section
5. NIC-for uptoading on Ministry's website under "What's new"
Copy for information and necessary action to:
1. PS to Hon'ble Minister (RT&H)
2. PS to Hon'bte MOS (RT&H)
3. Sr. PPS to Secretary (RT&H)
4. Sr. PPS to DG (RD) & SS
5. Sr. PPS to AS&FA
6. Sr. PPS to Pr. CCA, MoRT&H
7. Sr. PPS / PPS / PS to ADG-l/lli llli lV
8. Sr. PPS / PPS / PS to JS (H)i JS (NHIDCL)/ JS (Tott) / JS (LA&C)
Page 2 of 17
F:\ABIA\Planniog Zone HQ\A&R\O0e yeot Llointenonce Controct Do.ument 150121.docx
Annexure
Enclosure to Ministry's letter no. No. RW,/G-23012/01/2019-W&A(pt. ilt) dated
15.01.2021.
Contract Document for Short Term maintenance (One year) of NHs - Reg.
For Read
Debit Card - lVaster Card and Visa Card only. hosted on the above website.
Page 3 of 17
F:\ABll\Planning Zone HQ\ll&R\One yeor ttaintenonce Contrcct Document 15Ot21.do.x
For Read
S. Particulars Details
No.
2. Pay and
Accounts Officer
(PAo)
3. Drawing and
Disbursing
Officer (DDO)
(8) The last date for online submission of the Bid (8) The last date for online submission of the Bid
is -------- upto ......... hrs (as mentioned on is -------- upto ......... hrs (as mentioned on
the e-portal only) ("Bid Due Date"). The bids the e-portal only) ("Bid Due Date"). Bidder must
would be opened on ----:- at......... hrs. submit its Financial Bid and Technical Bid on
online at -*- , representatives of the CPPP e-procurement portal within the above
bidders (maximum of two) who choose to attend, deadline. Bidder must also submit Technical Bid
may attend the online opening of the bids at --- on BIMS Portal within the specified deadline.
- on the date and time as mentioned above. The bids would be opened on ------ at .........
However, such representatives shall be allowed hrs. online at , representatives
to attend the opening of the bids only if they of the bidders (maximum of two) who choose to
produce letter of authority on the letterhead of the
attend, may attend the online opening of the bids
bidder, at the time of opening of bids as
at ---- on the date and time as mentioned
mentioned above. above. However, such representatives shall be
allowed to attend the opening of the bids only if
they produce letter of authority on the letterhead
of the bidder, at the time of opening of bids as
mentioned above.
For Read
Page 4 of 17
F:\ABIA\Ptanning Zone HQ\M&R\O\e year Mointenonce Controct Document-150121.docx
For Read
following original documents in physical form above, however, following original documents in
shall be submitted in a sealed envelope on or physical form shall be submitted in a sealed
before the Bid Due Date and before the time of envelope on or before the Bid Due Date and
submission as specified in NIT at the address before the time of submission as specified in NIT
indicated in Clause 20, duly superscribed "Name at the address indicated in Clause 20, duly
of Work, Bid Due Date and time". Name and superscribed "Name of Work, Bid Due Date and
address of the bidder should also be indicated on time". Name and address of the bidder should
the envelope. also be indicated on the envelope.
For Read
(15.1) Bids shall remain valid for a period of g0 (15.1) Bids shall remarn valid for a period of 120
days after the deadline date for bid submission days after the deadline date for bid submission
specified in Clause 20. A bid valid for a shorter specified in Clause 20. A bid valid for a shorter
period shall be rejected by the Employer as non- period shall be rejected by the Employer as non-
responsive. responsive.
For Read
(15) Earnest Money/ Bid Security/ Forfeiture/ (16) Bid Securing Declaration
Debarment
(16.1) A Bidder is required to submit, along with
(16.1) The bidder shall furnish, as part of the Bid, its BlD, a Bid Securing Declaration.
Earnest Money/ Bid Security, in the amount as
(16.2) The Bldder has to sign a Bid Securing
specified in the NlT. (Bank guarantee/ demand
Declaration accepting that if the Bidderwithdraws
draft must be in favour of the Employer).
or modifies its bid during the period of validity i.e.
(16.2) The Earnest Money shall, at the Bidde/s not less than 180 (one hundred eighty) days from
option, be in the form of Bank Guarantee/ the bid due date or if the bidder is awarded the
Demand Draft only (the other forms will not be contract and fails to sign the contract or to submit
Page 5 of 17
F:\ABlt\Plonning Zone Hq\M&.R\One yeor l{ointenonce Controct Document_150121,docx
acceptable) of any scheduled commercial bank a performance security before the-?eadline
approved by RBI having a net worth of not less defined in the request for bid documents, the
than Rs.500 crore as per the latest annual report bidder will be suspended from participation in the
of the bank and must be in the name of tendering process for the works of MoRTH/ NHAI/
Employer. .It shall be valid for 45 days beyond
.....
NHIDCL and works under Centrally Sponsored
the validity of the bid. Any bid having bid security Schemes, for a period of one year from the bid
for lesser value and shorter validity period shall due date of this work. The Bid Securing
be treated as non-responsive.......... Declaration shall be submitted as per the format
(16.3).......... at Section 4 (Format for Bid Securing
Declaration)
(16.4).........
(16 5)
(16.6)
(28.2) tt tfre gid of the successfut Bldder b (28.2) lf the Bid offie successful Bidder is
seriously unbalanced in relation to the Employe/s seriously unbalanced in relation to the
estimate of the cost of work to be performed Employe/s estimate of the cost of work to be
under the contract, the Employer may require the performed under the contract, the Employer may
Bidder to produce detailed price analyses for any require the Bidder to produce detailed price
or all items of the Bill of euantities, to analyses for any or all items of the Bill of
demonstrate the internal consistency
of those
prices with the construction methods and
Quantities, to demonstrate the internal
consistency of those prices with the construction
schedule proposed. After evaluation of the price methods and schedule proposed.
analyses, the Employer may require that the
lf, after
evaluation of the price analyses, the Employer
amount of the Performance Security set forth in determines that the bidder has substantiallyfaiied
Clause 33 be increased and an additional to its
Performance Security may be obtained at the
demonstrate capability to deliver the
contract at the offered price, the Employer may
expense of the successful Bidder to a level reject the bid/proposal.
sufficient to protect the Employer against financial
loss in the event of default of the successful
Bidder under the Contract. The amount of the
additional increased performance Security as
decided by the Employer shall be final, OinOing
and conclusive on the bidder.
For Read
(32.1) Within 10 (ten) days after receipt of the (32.1) Within '10 (ten) days of receipt of Letter of
Letter of Acceptance, the successful Bidder shall Acceptance, the selected Bidder shall furnish to
deliver to the Employer, a Performance Security the Employer an irrevocable and unconditional
of Five percent of the Contract Price plus any guarantee from a Bank in the form set forth in
additional security for unbalanced Bids in Section 4(Form of Bank Guarantee for
accordance with ITB Clause 28.2, valid for the Performance Security)for an amount equalto 5%
period of 28 days after the expiry of defect liability (five percent) of the Bid Price.
period and sign the contract. The validity shall
A. Bank Guarantee, in the name of the Employer,
account for additional 3 months' time for Bank
from following banks would be accepted: -
Guarantee verification, signing of contract and i) State Bank of lndia or its subsidiaries,
start date. ii) Any lndian Nationalised Bank
iii)lDBl/lClCl Bank
(32.2)The performance security shall be either in
iv) A Foreign Bank (issued by a branch outside
the form of a Bank Guarantee or fixed deposit lndia) with a counter guarantee from SBI or its
Receipts, in the name of the Employer, from a subsidiaries or any lndian Nationalised Bank.
Bank as specified in case of Earnest Money/Bid v)Any Scheduled Commercial Bank approved by
Security. RBI having a net worth of not less than Rs. 500
crore as per the latest Annual Report of the Bank.
(32.3) Failure of the successful bidder to comply ln the case of a Foreign Bank (issued by a branch
with the requirement of ITB Clause 32.1 shall in lndia), the net worth in respect of the lndian
constitute sufficient ground for cancellation of the operations shall only be taken into account.
award and forfeiture of the Bid Security and B. The acceptance of the guarantees shall also
debarment for a period as specified in ITB Clause
be subject to the conditions that the capital
adequacy of the Bank shall not be less than the
16.7.
latest norms prescribed by RBl.
PageT of 17
F:\ABll\Plonning Zone HQ\fi|&.R\One yeor ltlaintenonce Contract Document_150121.docx
For Read
For Read
6. Bitumen/emulsion sprayer 1
Page 8 of 17
F:\ABM\Plonning Zone HQ\t &R\One yeor hlointenonce Controct Document_150121.docx
(viii) ln the section-4, "Forms of Bank Guarantees, Letter of Acceptance (LoA)
and Agreement", Form of Bank Guarantee for Bid Security shatt be reptaced with
Format for Bid Securing Dectaration, as detaited betow:-
BI D SECURING DECLARATI ON
l, on behalf of the bidder, [Name of the bidder], also accept that in case
the bid is withdrawn or modified during the period of its varidity or if
we fail to sign the contract in case the work is aworded to us or we fait
to submit a performonce security before the deodtine defined in section
2 of the Request for Proposal (RFP), then [Name of the bidder] will be
suspended for participation in the tendering process for the works of
\AoRTH|NHAI/NHIDCL and works under other centrally sponsored
schemes, for a period of one year from the bid due date of this work.
For Read
..........This guarantee shallbe valid until2S days Thiq nttarentoo chall ho valid r rntil AO r,lcrrc
from the date of expiry of the Defects Liability from the date of expiry of the Defects Liability
Peri0d........... Peri0d...........
For Read
Road Maintenance Works and Activities to be Road Maintenance Works and Activities to be
carried out by Contractor shall include: carried out by Contractor shall include:
Maintenance of the road assets and incident Maintenance of the road specified in the BOQ
management specified in the BOQ and executing and executing other items of road maintenance
other items of road maintenance works as works as ordered by the Engineer.
ordered by the Engineer.
Page9 of 17
F:\ABtt\Planning Zone HQ\lt&R\One year Maintenonce Controct Document_l 50121.docx
For Read
The Contractor shall maintain the Road Assets in The Contractor shall maintain the specific parts of
proper condition that comply with the Road the road aspects as specified in BOQ or as
Maintenance Standards and ensure road users ordered by Engineer in charge and ensure road
safety and comfort. The maintenance activities users safety and comfort. The maintenance
shall be so planned that the defects are repaired activities shall be so planned that the defects are
well before they reach maximum condition as per repaired well before they reach maximum
the permissible tolerance. condition as per the permissible tolerance.
For Read
(31.a) The Defects Liability Period shall be as (31.4) The Defects Liability Period is not
given in the Contract Data, counted from the Date applicable for works of routine maintenance such
of Completion stated in the Certificate of as pot holes/ patch repairs/ ruts repairs/ cleaning
Completion issued in pursuance of Clause 47. and clearing, etc. under performance based BOQ
The defect liability period is not applicable for item.
works of routine maintenance such as pot holes/
However, for other specific items of works (if any),
patch repairs/ ruts repairs under performance
got executed as ordered by Engineer (if any), the
based BOQ item.
Defects Liability Period shall be 36 months,
counted from the Date of Completion stated in the
Certificate of Completion issued in pursuance of
Clause 47.
For Read
The limit of subcontracting is 50% of initial The limit of subcontracting is NIL of initial contract
conhact price. price.
For Read
Page 10 of 17
F:\A&tt\PlanningzoneHQ\l&R\oneyearfilointenancecontroctDocument 150121.docx
(xvi) Section-7, "Road Maintenance Standards and Specifications for Road
Maintenance Works, Part-l and Part-11", Ctause No. 2.2 under part-l:
For Read
(xvii) Section-9, Financial Bid Form and Bitt of Quantities, Bit[ of Quantities
(BoQ):-
For Read
BILL NO, 3-
PERFORMANCE BASED
BILL NO. 3 - PAVEMENT REPAIRS
INCIDENT MANAGEMENT AND PAVEMENT
REPAIRS
(xviii) Section-9, Financial Bid Form and Bit[ of Quantities, Bit[ of Quantities
(BoQ):-
The suggestive BoQ shoutd be broadty as mentioned below, the item nos.
mentioned here are of IRC:SP:124-2019:-
Note: ln case of any error of Ctause of MoRTH Specifications, the appropriate correct
ctause of the MoRTH Specifications sha[[ prevai[, as per the decision of Engineer-ln-
Charge/ Employer.