Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 497608 Enquiry/IFB/Tender Notice Number SE(R&B), Circle: Yadadri Bhuvanagiri NIT No. 01/SE/DEE/Tenders/2023-24, Dt: 09.02.2024
Name of Work Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (2nd call). Tender Category Works
Tender Type OPEN Estimated Contract Value 23566591.00
Bid Submission Closing Date 21/02/2024 03:30 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name R&B - Telangana Circle/Division R&B - Telangana-EE OFFICE-BHONGIR
Tender ID 497608 Enquiry/IFB/Tender Notice Number SE(R&B), Circle: Yadadri Bhuvanagiri NIT No. 01/SE/DEE/Tenders/2023-24, Dt: 09.02.2024
Name of Project Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (2nd call). Name of Work Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (2nd call).
Estimated Contract Value(INR)
23566591.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 6
Type of Work Buildings Bidding Type OPEN
Bid Call (Numbers) 6
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
8343 (INR)
Tender Dates
Bid Submission Start Date & Time 14/02/2024 05:30 PM Bid Submission Closing Date & Time 21/02/2024 03:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids Superintending Executive Engineer Bid Opening Authority Superintending Executive Engineer
Address OLD MUNICIPAL OFFICE NEAR MEE SEVA Contact Details 9398746205
Email seydrrnb@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.235666.00 Asst.Pay and Accounts Officer, Hanumanwada, Bhongir Online Payment,Challan Generation

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Contractor Registration Certificate COMMON Mandatory
2 GST registraction COMMON Mandatory
3 latest IT returns COMMON Mandatory
4 PAN card COMMON Mandatory
5 EMD COMMON Mandatory
6 Society registration COMMON Optional
7 latest audit report for societies COMMON Optional
8  Steel centering : 500 Sqm COMMON Mandatory
9  Pin vibrators : 2Nos. COMMON Mandatory
10  Pan vibrators : 2Nos. COMMON Mandatory
11 C.C mixers /Weigh Batch mixer :1No. COMMON Mandatory
12  QC Lab : 1 set COMMON Mandatory
13 d) The contractor or his identified sub ?contractor should possess the required valid registration class-I (PHE)as per GO.MS No.94, dated:01.07.2002, class-II (PHE) as per GO.MS No.130 I&CAD (PW-Reforms) Dept Dt:22.05.2007 and class ? III (PHE) as per GO.MS No.21, I & CAD (Reforms)dept dated 13.04.2017 in PH Engineering for executing Water supply & sanitary Engg works. COMMON Mandatory
14 e) The contractor or his identified sub ?contractor should possess the required valid registration Class I(electrical) as per G.O.Ms.No.94, Dt: 01.07.2003 and Class-I (electrical) as per G.O.Ms.No.130, I&CAD (PW-Reforms) Dept Dt:22.05.2007 and Class-II(electrical) & above as per G.O Ms No. 21, I & CAD (reforms) Dept, Dt: 13.04.2017 Electrical certificate and latest valid electrical license Grade A COMMON Mandatory

General Terms and Conditions / Eligibility
c) If any successful tenderer fails to submit the original hard copies towards EMD and other documents with in the stipulated time, the successful tenderer will be suspended from participating in the tenders on e-procurement for a period of three years. The e-procurement system will deactivate the user ID of such defaulting successful tenderer based on the trigger/recommendation by the tender inviting authority and also criminal prosecution shall be invoked. 5. Period of completion of work : 06 Months. 6. The tenderers can view/ down load the tender documents from the 'e? market place. 7. Form of contract ? Lump sum contract. Eligible class of contractor as per: a) 94, I &CAD (PW-CAD) dt.01-7-2003: Class-I (Civil & above) b) As per GO Ms No: 130 (I&CAD) Reforms, Dt: 22.05.2007: Class ? I (Civil & above) c) 66, I&CAD (REFORMS) dept., dated 20.04.2015: Class-III(Civil) & above d) 14,I&CAD(Reforms)Dept., dt:31.01.2015: Class-III(Civil) & above 8. Downloading of Tender Documents: 14.02.2024 from 05.30 PM to 21.02.2024 to 3.00 PM 9. Date and time for Receipt of tenders: 21.02.2024 to 3.30 PM 10. Time and date of opening of tenders: (a) Technical Bid: 21.01.2024 at 4.00 PM (b) Price Bid: 23.02.2024 at 4.00 PM Note: The dates stipulated above are firm and under no circumstances they will be relaxed unless otherwise extended by an official notification or happen to be Public Holidays. 11. Procedure for submission of Tenders : (a) Tenderers need to contact Superintending Engineer, (R&B) Circle: Yadadri Bhuvanagiri for information on e-Procurement. (b) Tenderers need to register on the electronic procurement market place of Government of Telangana i.e., ?www.tender.telangana.gov.in?. On registration on the e-Procurement market place they will be provided with a user id and password by the system through which they can submit their tenders online. (c) While registering on the e-procurement market Place, tenderers need to scan and upload the required documents as per the Tender requirements onto their profile. The Tenderers who are desirous of participating in ?e? procurement shall submit their Technical bids etc., in the standard formats prescribed in the Tender documents displayed at ?e? market place. The Tenderers should upload the scanned copies of all the relevant certificates, documents etc., in the ?e? market place 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. AS per G.O.Ms. No. 174, I & CAD (PW ? Reforms) Dept., Dt. 01.09.08. 1 All the Tenderers shall invariably upload the scanned copies of documents towards EMD in e ? procurement system and this will be the primary requirement to consider the bid as responsive. 2 The Department shall carry out the technical bid evaluation solely based on the uploaded certificates / documents, documents towards EMD in the e-procurement system and open the price bids of the responsive tenderers. 3 The Department will notify the successful tenderer for submission of original hard copies of all uploaded documents, documents towards EMD prior to entering into agreement. 4 The successful tenderer shall invariably furnish the original documents 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 with in 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 original documents towards EMD, certificates / documents from the successful tenderer before the stipulated time. On receipt of documents, the department shall ensure the genuinity of the documents 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. 5 If any successful tenderer fails to submit the original Hard copies of uploaded certificates / documents, documents towards EMD with in 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. The e-procurement system would de-activate the user ID of such defaulting successful tenderer based on the trigger / recommendation by the Tender Inviting Authority in the system. Besides this the department shall invoke all processes of law including criminal prosecution of such defaulting tenderer as an act of extreme deterrence to avoid delays in the tender process of execution of the development schemes taken up by the Government. The information to this extent may be displayed in the e-procurement platform website. 6 The successful (L1) tenderer shall furnish the original hard copies of all the documents / certificates / statements up loaded by him before concluding agreement. 7 The tenderers shall be required to furnish a declaration in on line 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. 8 The data filled by the tenderer in the online form shall be the sole criteria for the evaluation of responsiveness and assessing the bid capacity and any other supplemental data shall not be accepted by the tender accepting authorities for evaluation. 9 The tenderer is solely responsible for the correctness of the particulars furnished online bid form. 10 Such uploaded documents pertaining Technical Bid need to be attached to the tender while submitting the bids on line. All the tenderers shall invariably upload the scanned copies of documents to wards EMD in e-procurement system and this will be the primary requirement to consider the tender as responsive. The Department shall carry out the technical bid evaluation solely based on the uploaded certificates/documents, documents towards EMD and open the price bids of the responsive tenderers. The Department will notify the Successful tenderer for submission of original hard copies of all uploaded documents, documents towards EMD prior to entering into agreement. (d) Steps for registration and submission of bids are described in detail in the ?Tenderers Training Booklet? available with the department as well as at the above web site. 12. To qualify for consideration of the contract each tenderer should fulfill the following criteria: a) The tenderer should submit copy of Registration as mentioned in Tender Notice. b) Assessed available Bid capacity as per formula (2AN-B) should be greater than the Estimated Contract Value as specified in the Tender Document. c) The details and certificates are to be furnished as per the Proforma available in the tender schedules. d) The contractor or his identified sub ?contractor should possess the required valid registration class-I (PHE)as per GO.MS No.94, dated:01.07.2002, class-II (PHE) as per GO.MS No.130 I&CAD (PW-Reforms) Dept Dt:22.05.2007 and class ? III (PHE) as per GO.MS No.21, I & CAD (Reforms)dept dated 13.04.2017 in PH Engineering for executing Water supply & sanitary Engg works. e) The contractor or his identified sub ?contractor should possess the required valid registration Class I(electrical) as per G.O.Ms.No.94, Dt: 01.07.2003 and Class-I (electrical) as per G.O.Ms.No.130, I&CAD (PW-Reforms) Dept Dt:22.05.2007 and Class-II(electrical) & above as per G.O Ms No. 21, I & CAD (reforms) Dept, Dt: 13.04.2017 Electrical certificate and latest valid electrical license Grade A for executing electrical Engg. Works f) Deleted g) The Contractor should submit details of existing Commitments of works and Statement of works for which tenders are submitted as per the Proforma available in the tender schedules along with supporting documents certified by an officer of rank equivalent to Executive Engineer concerned and countersigned by officer of rank equivalent to Superintending Engineer or higher. h) The tenderer shall furnish a copy of valid GST registration. i) The tenderer should furnish copy of permanent account number (PAN) and copy of latest Income Tax returns submitted along with proof of receipt. j) The tenderer should submit the particulars preferably in the format specified in the tender schedule along with necessary certificates. k) The tenderer should submit the particulars of information of litigation history. l) Availability of the key technical personal with adequate experience as per clause 7.2 of conditions of contract. Graduate Engineer-2 No?s. m) Liquid assets/credit Facilities/Solvency certificate from Nationalized Bank/Schedule banks of value not less than Rs. 1,17,83,295.50 issued not earlier than one year from date of submission of tender document. n) E.M.D. should be paid through Net banking/RTGS/NEFT/Credit Card/Debit Card or unconditional and irrevocable Bank Guarantee issued by any Nationalized Bank /scheduled bank in the standard format given in tender schedule or Rs.2,35,700/-in favour Superintending Engineer (R&B) Circle: Yadadri Bhuvanagiri at 1% of the estimated contract value of work along with bid documents to be valid for 6 months from the date of NIT. o) The Tenderer should submit signed undertaking of tender on line p) Registration certificate of water supply and sanitary contractor q) Registration Certificate of Electrical with Valid A-Grade License and appropriate registration certificate of PHE Engineering. r) The tenderer should further demonstrate: ? Availability (either owned or leased) of the following key and critical equipment. ? Steel centering : 500 Sqm ? Pin vibrators : 2Nos. ? Pan vibrators : 2Nos. ? C.C mixers /Weigh Batch mixer :1No. ? QC Lab : 1 set The tenderer has to submit either a certificate issued by the Executive Engineer not earlier than one year from date of issue of tender document in support of owning machinery (or) a declaration on non judicial stamp paper worth Rs.100/- as prescribed In Statement ? V along with sufficient proof of owning such invoice /certificate of registration by the competent authority in support of the critical equipment. The tenderer is subjected to be black listed and the EMD forfeited if he is found to have misled or furnished false information in the forms / statements / certificates submitted in proof of qualification requirements or record of performance such as abandoning of work , not properly completed in earlier contracts, inordinate delays in completion of the works, litigation history and / or financial failures and /or participated in the previous tendering for the same work and had quoted unreasonable high bid prices Even while execution of the work, if found that the contractor had produced false/fake certificates of experience he will be black listed and the contract will be terminated and his EMD will be forfeited. Note : The certificates in support of existing commitments must be in State/Central Government Departments or State/Central Government undertakings only issued by the concerned Executive Engineer and counter signed by the Superintending Engineer or equivalent authority. 13. The participating tenderers shall electronically pay the transaction fee Rs. 8,343/- i.e., 0.03% of E.C.V plus 18.00% GST in favour of M/s Vupadhi Technologies through payment gateway of ICICI Bank, HDFC bank and Axis bank for providing online payment service through e-procurement. The payment of transaction fee by the participating Tenderers through the electronic payment Gateway to the service provider is made mandatory as per GO Ms No 13 information technology & communication department, e-procurement dated 05-07-2006 & GO Ms No 11 IT & C department dated 5-5-2007. 14. The successful tenderer shall pay 0.04% of the E.C.V. i.e. Rs.9,427/- With a cap of Rs.10,000/-for all works with ECV upto Rs.50.00Crores and Rs.25,000/- for works with ECV above Rs.50.00Crores from successful tenderer towards ?e? procurement corpus fund has to be paid through online only by the selected bidders. 15. The contribution to the corpus fund on National Academy of Construction, Hyd component loaded in part ?B? of the estimate shall be added in each bill of the contractor & will be recovered from contractor?s bills as per GO Ms No. 19, T, R&B Dept, Dt: 24.04.2015 at 0.1% over ECV. Any further information can be obtained from the office of the Superintending Engineer (R&B) Circle: Yadadri Bhuvanagiri. 16. Procedure for Tender Submission i) The Tenderers who are desirous of participating in e-procurement shall submit their Technical bids, price bids etc., in the Standard formats prescribed in the Tender documents, displayed at e-market place. The tenderers should upload the scanned copies of documents in support of their Technical bids. ii) The Department will not hold any risk and responsibility for the loss in transit during uploading of the scanned document, for the invisibility of the scanned document online, and any other problem(s) encountered by the Tenderers while submitting his bids online. iii) The tenderers shall authenticate the bid with his digital certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the tenderer will not be accepted on the e-Procurement platform. Special Condition: As per COT, Hyderabad Circular memo Rc. No. /SO2/DEE!/EE/COT/2023 Dt:26.07.2023 1. The contractor shall renew his contractor Registration well in advance before its expiry during the agreement period/EOT/Defect liability period (DLP) as the case may be, if the same is expiring during the said periods after award of work. It is the responsibility of the Contractor to ensure that his contractor Registration shall be valid during the entire periods of contract and non-compliance of the same amounts to breach of contract. The agreement work shall not be carried out by an non-registered contractor at any point of time. 2. If any contractor fails to renew Contractor registration before its expiry during the above said period of contract, penalties shall be imposed @ Rs.10,000/- per week for the delay period caused from expiry of registration to its renewal and such work shall be liable for termination as per the recommendations of concerned Agreement Authority. 3. The w

General Technical Terms and Conditions (Procedure)
c) If any successful tenderer fails to submit the original hard copies towards EMD and other documents with in the stipulated time, the successful tenderer will be suspended from participating in the tenders on e-procurement for a period of three years. The e-procurement system will deactivate the user ID of such defaulting successful tenderer based on the trigger/recommendation by the tender inviting authority and also criminal prosecution shall be invoked. 5. Period of completion of work : 06 Months. 6. The tenderers can view/ down load the tender documents from the 'e? market place. 7. Form of contract ? Lump sum contract. Eligible class of contractor as per: a) 94, I &CAD (PW-CAD) dt.01-7-2003: Class-I (Civil & above) b) As per GO Ms No: 130 (I&CAD) Reforms, Dt: 22.05.2007: Class ? I (Civil & above) c) 66, I&CAD (REFORMS) dept., dated 20.04.2015: Class-III(Civil) & above d) 14,I&CAD(Reforms)Dept., dt:31.01.2015: Class-III(Civil) & above 8. Downloading of Tender Documents: 14.02.2024 from 05.30 PM to 21.02.2024 to 3.00 PM 9. Date and time for Receipt of tenders: 21.02.2024 to 3.30 PM 10. Time and date of opening of tenders: (a) Technical Bid: 21.01.2024 at 4.00 PM (b) Price Bid: 23.02.2024 at 4.00 PM Note: The dates stipulated above are firm and under no circumstances they will be relaxed unless otherwise extended by an official notification or happen to be Public Holidays. 11. Procedure for submission of Tenders : (a) Tenderers need to contact Superintending Engineer, (R&B) Circle: Yadadri Bhuvanagiri for information on e-Procurement. (b) Tenderers need to register on the electronic procurement market place of Government of Telangana i.e., ?www.tender.telangana.gov.in?. On registration on the e-Procurement market place they will be provided with a user id and password by the system through which they can submit their tenders online. (c) While registering on the e-procurement market Place, tenderers need to scan and upload the required documents as per the Tender requirements onto their profile. The Tenderers who are desirous of participating in ?e? procurement shall submit their Technical bids etc., in the standard formats prescribed in the Tender documents displayed at ?e? market place. The Tenderers should upload the scanned copies of all the relevant certificates, documents etc., in the ?e? market place 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. AS per G.O.Ms. No. 174, I & CAD (PW ? Reforms) Dept., Dt. 01.09.08. 1 All the Tenderers shall invariably upload the scanned copies of documents towards EMD in e ? procurement system and this will be the primary requirement to consider the bid as responsive. 2 The Department shall carry out the technical bid evaluation solely based on the uploaded certificates / documents, documents towards EMD in the e-procurement system and open the price bids of the responsive tenderers. 3 The Department will notify the successful tenderer for submission of original hard copies of all uploaded documents, documents towards EMD prior to entering into agreement. 4 The successful tenderer shall invariably furnish the original documents 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 with in 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 original documents towards EMD, certificates / documents from the successful tenderer before the stipulated time. On receipt of documents, the department shall ensure the genuinity of the documents 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. 5 If any successful tenderer fails to submit the original Hard copies of uploaded certificates / documents, documents towards EMD with in 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. The e-procurement system would de-activate the user ID of such defaulting successful tenderer based on the trigger / recommendation by the Tender Inviting Authority in the system. Besides this the department shall invoke all processes of law including criminal prosecution of such defaulting tenderer as an act of extreme deterrence to avoid delays in the tender process of execution of the development schemes taken up by the Government. The information to this extent may be displayed in the e-procurement platform website. 6 The successful (L1) tenderer shall furnish the original hard copies of all the documents / certificates / statements up loaded by him before concluding agreement. 7 The tenderers shall be required to furnish a declaration in on line 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. 8 The data filled by the tenderer in the online form shall be the sole criteria for the evaluation of responsiveness and assessing the bid capacity and any other supplemental data shall not be accepted by the tender accepting authorities for evaluation. 9 The tenderer is solely responsible for the correctness of the particulars furnished online bid form. 10 Such uploaded documents pertaining Technical Bid need to be attached to the tender while submitting the bids on line. All the tenderers shall invariably upload the scanned copies of documents to wards EMD in e-procurement system and this will be the primary requirement to consider the tender as responsive. The Department shall carry out the technical bid evaluation solely based on the uploaded certificates/documents, documents towards EMD and open the price bids of the responsive tenderers. The Department will notify the Successful tenderer for submission of original hard copies of all uploaded documents, documents towards EMD prior to entering into agreement. (d) Steps for registration and submission of bids are described in detail in the ?Tenderers Training Booklet? available with the department as well as at the above web site. 12. To qualify for consideration of the contract each tenderer should fulfill the following criteria: a) The tenderer should submit copy of Registration as mentioned in Tender Notice. b) Assessed available Bid capacity as per formula (2AN-B) should be greater than the Estimated Contract Value as specified in the Tender Document. c) The details and certificates are to be furnished as per the Proforma available in the tender schedules. d) The contractor or his identified sub ?contractor should possess the required valid registration class-I (PHE)as per GO.MS No.94, dated:01.07.2002, class-II (PHE) as per GO.MS No.130 I&CAD (PW-Reforms) Dept Dt:22.05.2007 and class ? III (PHE) as per GO.MS No.21, I & CAD (Reforms)dept dated 13.04.2017 in PH Engineering for executing Water supply & sanitary Engg works. e) The contractor or his identified sub ?contractor should possess the required valid registration Class I(electrical) as per G.O.Ms.No.94, Dt: 01.07.2003 and Class-I (electrical) as per G.O.Ms.No.130, I&CAD (PW-Reforms) Dept Dt:22.05.2007 and Class-II(electrical) & above as per G.O Ms No. 21, I & CAD (reforms) Dept, Dt: 13.04.2017 Electrical certificate and latest valid electrical license Grade A for executing electrical Engg. Works f) Deleted g) The Contractor should submit details of existing Commitments of works and Statement of works for which tenders are submitted as per the Proforma available in the tender schedules along with supporting documents certified by an officer of rank equivalent to Executive Engineer concerned and countersigned by officer of rank equivalent to Superintending Engineer or higher. h) The tenderer shall furnish a copy of valid GST registration. i) The tenderer should furnish copy of permanent account number (PAN) and copy of latest Income Tax returns submitted along with proof of receipt. j) The tenderer should submit the particulars preferably in the format specified in the tender schedule along with necessary certificates. k) The tenderer should submit the particulars of information of litigation history. l) Availability of the key technical personal with adequate experience as per clause 7.2 of conditions of contract. Graduate Engineer-2 No?s. m) Liquid assets/credit Facilities/Solvency certificate from Nationalized Bank/Schedule banks of value not less than Rs. 1,17,83,295.50 issued not earlier than one year from date of submission of tender document. n) E.M.D. should be paid through Net banking/RTGS/NEFT/Credit Card/Debit Card or unconditional and irrevocable Bank Guarantee issued by any Nationalized Bank /scheduled bank in the standard format given in tender schedule or Rs.2,35,700/-in favour Superintending Engineer (R&B) Circle: Yadadri Bhuvanagiri at 1% of the estimated contract value of work along with bid documents to be valid for 6 months from the date of NIT. o) The Tenderer should submit signed undertaking of tender on line p) Registration certificate of water supply and sanitary contractor q) Registration Certificate of Electrical with Valid A-Grade License and appropriate registration certificate of PHE Engineering. r) The tenderer should further demonstrate: ? Availability (either owned or leased) of the following key and critical equipment. ? Steel centering : 500 Sqm ? Pin vibrators : 2Nos. ? Pan vibrators : 2Nos. ? C.C mixers /Weigh Batch mixer :1No. ? QC Lab : 1 set The tenderer has to submit either a certificate issued by the Executive Engineer not earlier than one year from date of issue of tender document in support of owning machinery (or) a declaration on non judicial stamp paper worth Rs.100/- as prescribed In Statement ? V along with sufficient proof of owning such invoice /certificate of registration by the competent authority in support of the critical equipment. The tenderer is subjected to be black listed and the EMD forfeited if he is found to have misled or furnished false information in the forms / statements / certificates submitted in proof of qualification requirements or record of performance such as abandoning of work , not properly completed in earlier contracts, inordinate delays in completion of the works, litigation history and / or financial failures and /or participated in the previous tendering for the same work and had quoted unreasonable high bid prices Even while execution of the work, if found that the contractor had produced false/fake certificates of experience he will be black listed and the contract will be terminated and his EMD will be forfeited. Note : The certificates in support of existing commitments must be in State/Central Government Departments or State/Central Government undertakings only issued by the concerned Executive Engineer and counter signed by the Superintending Engineer or equivalent authority. 13. The participating tenderers shall electronically pay the transaction fee Rs. 8,343/- i.e., 0.03% of E.C.V plus 18.00% GST in favour of M/s Vupadhi Technologies through payment gateway of ICICI Bank, HDFC bank and Axis bank for providing online payment service through e-procurement. The payment of transaction fee by the participating Tenderers through the electronic payment Gateway to the service provider is made mandatory as per GO Ms No 13 information technology & communication department, e-procurement dated 05-07-2006 & GO Ms No 11 IT & C department dated 5-5-2007. 14. The successful tenderer shall pay 0.04% of the E.C.V. i.e. Rs.9,427/- With a cap of Rs.10,000/-for all works with ECV upto Rs.50.00Crores and Rs.25,000/- for works with ECV above Rs.50.00Crores from successful tenderer towards ?e? procurement corpus fund has to be paid through online only by the selected bidders. 15. The contribution to the corpus fund on National Academy of Construction, Hyd component loaded in part ?B? of the estimate shall be added in each bill of the contractor & will be recovered from contractor?s bills as per GO Ms No. 19, T, R&B Dept, Dt: 24.04.2015 at 0.1% over ECV. Any further information can be obtained from the office of the Superintending Engineer (R&B) Circle: Yadadri Bhuvanagiri. 16. Procedure for Tender Submission i) The Tenderers who are desirous of participating in e-procurement shall submit their Technical bids, price bids etc., in the Standard formats prescribed in the Tender documents, displayed at e-market place. The tenderers should upload the scanned copies of documents in support of their Technical bids. ii) The Department will not hold any risk and responsibility for the loss in transit during uploading of the scanned document, for the invisibility of the scanned document online, and any other problem(s) encountered by the Tenderers while submitting his bids online. iii) The tenderers shall authenticate the bid with his digital certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the tenderer will not be accepted on the e-Procurement platform. Special Condition: As per COT, Hyderabad Circular memo Rc. No. /SO2/DEE!/EE/COT/2023 Dt:26.07.2023 1. The contractor shall renew his contractor Registration well in advance before its expiry during the agreement period/EOT/Defect liability period (DLP) as the case may be, if the same is expiring during the said periods after award of work. It is the responsibility of the Contractor to ensure that his contractor Registration shall be valid during the entire periods of contract and non-compliance of the same amounts to breach of contract. The agreement work shall not be carried out by an non-registered contractor at any point of time. 2. If any contractor fails to renew Contractor registration before its expiry during the above said period of contract, penalties shall be imposed @ Rs.10,000/- per week for the delay period caused from expiry of registration to its renewal and such work shall be liable for termination as per the recommendations of concerned Agreement Authority. 3. The w

Legal Terms & Conditions
c) If any successful tenderer fails to submit the original hard copies towards EMD and other documents with in the stipulated time, the successful tenderer will be suspended from participating in the tenders on e-procurement for a period of three years. The e-procurement system will deactivate the user ID of such defaulting successful tenderer based on the trigger/recommendation by the tender inviting authority and also criminal prosecution shall be invoked. 5. Period of completion of work : 06 Months. 6. The tenderers can view/ down load the tender documents from the 'e? market place. 7. Form of contract ? Lump sum contract. Eligible class of contractor as per: a) 94, I &CAD (PW-CAD) dt.01-7-2003: Class-I (Civil & above) b) As per GO Ms No: 130 (I&CAD) Reforms, Dt: 22.05.2007: Class ? I (Civil & above) c) 66, I&CAD (REFORMS) dept., dated 20.04.2015: Class-III(Civil) & above d) 14,I&CAD(Reforms)Dept., dt:31.01.2015: Class-III(Civil) & above 8. Downloading of Tender Documents: 14.02.2024 from 05.30 PM to 21.02.2024 to 3.00 PM 9. Date and time for Receipt of tenders: 21.02.2024 to 3.30 PM 10. Time and date of opening of tenders: (a) Technical Bid: 21.01.2024 at 4.00 PM (b) Price Bid: 23.02.2024 at 4.00 PM Note: The dates stipulated above are firm and under no circumstances they will be relaxed unless otherwise extended by an official notification or happen to be Public Holidays. 11. Procedure for submission of Tenders : (a) Tenderers need to contact Superintending Engineer, (R&B) Circle: Yadadri Bhuvanagiri for information on e-Procurement. (b) Tenderers need to register on the electronic procurement market place of Government of Telangana i.e., ?www.tender.telangana.gov.in?. On registration on the e-Procurement market place they will be provided with a user id and password by the system through which they can submit their tenders online. (c) While registering on the e-procurement market Place, tenderers need to scan and upload the required documents as per the Tender requirements onto their profile. The Tenderers who are desirous of participating in ?e? procurement shall submit their Technical bids etc., in the standard formats prescribed in the Tender documents displayed at ?e? market place. The Tenderers should upload the scanned copies of all the relevant certificates, documents etc., in the ?e? market place 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. AS per G.O.Ms. No. 174, I & CAD (PW ? Reforms) Dept., Dt. 01.09.08. 1 All the Tenderers shall invariably upload the scanned copies of documents towards EMD in e ? procurement system and this will be the primary requirement to consider the bid as responsive. 2 The Department shall carry out the technical bid evaluation solely based on the uploaded certificates / documents, documents towards EMD in the e-procurement system and open the price bids of the responsive tenderers. 3 The Department will notify the successful tenderer for submission of original hard copies of all uploaded documents, documents towards EMD prior to entering into agreement. 4 The successful tenderer shall invariably furnish the original documents 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 with in 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 original documents towards EMD, certificates / documents from the successful tenderer before the stipulated time. On receipt of documents, the department shall ensure the genuinity of the documents 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. 5 If any successful tenderer fails to submit the original Hard copies of uploaded certificates / documents, documents towards EMD with in 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. The e-procurement system would de-activate the user ID of such defaulting successful tenderer based on the trigger / recommendation by the Tender Inviting Authority in the system. Besides this the department shall invoke all processes of law including criminal prosecution of such defaulting tenderer as an act of extreme deterrence to avoid delays in the tender process of execution of the development schemes taken up by the Government. The information to this extent may be displayed in the e-procurement platform website. 6 The successful (L1) tenderer shall furnish the original hard copies of all the documents / certificates / statements up loaded by him before concluding agreement. 7 The tenderers shall be required to furnish a declaration in on line 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. 8 The data filled by the tenderer in the online form shall be the sole criteria for the evaluation of responsiveness and assessing the bid capacity and any other supplemental data shall not be accepted by the tender accepting authorities for evaluation. 9 The tenderer is solely responsible for the correctness of the particulars furnished online bid form. 10 Such uploaded documents pertaining Technical Bid need to be attached to the tender while submitting the bids on line. All the tenderers shall invariably upload the scanned copies of documents to wards EMD in e-procurement system and this will be the primary requirement to consider the tender as responsive. The Department shall carry out the technical bid evaluation solely based on the uploaded certificates/documents, documents towards EMD and open the price bids of the responsive tenderers. The Department will notify the Successful tenderer for submission of original hard copies of all uploaded documents, documents towards EMD prior to entering into agreement. (d) Steps for registration and submission of bids are described in detail in the ?Tenderers Training Booklet? available with the department as well as at the above web site. 12. To qualify for consideration of the contract each tenderer should fulfill the following criteria: a) The tenderer should submit copy of Registration as mentioned in Tender Notice. b) Assessed available Bid capacity as per formula (2AN-B) should be greater than the Estimated Contract Value as specified in the Tender Document. c) The details and certificates are to be furnished as per the Proforma available in the tender schedules. d) The contractor or his identified sub ?contractor should possess the required valid registration class-I (PHE)as per GO.MS No.94, dated:01.07.2002, class-II (PHE) as per GO.MS No.130 I&CAD (PW-Reforms) Dept Dt:22.05.2007 and class ? III (PHE) as per GO.MS No.21, I & CAD (Reforms)dept dated 13.04.2017 in PH Engineering for executing Water supply & sanitary Engg works. e) The contractor or his identified sub ?contractor should possess the required valid registration Class I(electrical) as per G.O.Ms.No.94, Dt: 01.07.2003 and Class-I (electrical) as per G.O.Ms.No.130, I&CAD (PW-Reforms) Dept Dt:22.05.2007 and Class-II(electrical) & above as per G.O Ms No. 21, I & CAD (reforms) Dept, Dt: 13.04.2017 Electrical certificate and latest valid electrical license Grade A for executing electrical Engg. Works f) Deleted g) The Contractor should submit details of existing Commitments of works and Statement of works for which tenders are submitted as per the Proforma available in the tender schedules along with supporting documents certified by an officer of rank equivalent to Executive Engineer concerned and countersigned by officer of rank equivalent to Superintending Engineer or higher. h) The tenderer shall furnish a copy of valid GST registration. i) The tenderer should furnish copy of permanent account number (PAN) and copy of latest Income Tax returns submitted along with proof of receipt. j) The tenderer should submit the particulars preferably in the format specified in the tender schedule along with necessary certificates. k) The tenderer should submit the particulars of information of litigation history. l) Availability of the key technical personal with adequate experience as per clause 7.2 of conditions of contract. Graduate Engineer-2 No?s. m) Liquid assets/credit Facilities/Solvency certificate from Nationalized Bank/Schedule banks of value not less than Rs. 1,17,83,295.50 issued not earlier than one year from date of submission of tender document. n) E.M.D. should be paid through Net banking/RTGS/NEFT/Credit Card/Debit Card or unconditional and irrevocable Bank Guarantee issued by any Nationalized Bank /scheduled bank in the standard format given in tender schedule or Rs.2,35,700/-in favour Superintending Engineer (R&B) Circle: Yadadri Bhuvanagiri at 1% of the estimated contract value of work along with bid documents to be valid for 6 months from the date of NIT. o) The Tenderer should submit signed undertaking of tender on line p) Registration certificate of water supply and sanitary contractor q) Registration Certificate of Electrical with Valid A-Grade License and appropriate registration certificate of PHE Engineering. r) The tenderer should further demonstrate: ? Availability (either owned or leased) of the following key and critical equipment. ? Steel centering : 500 Sqm ? Pin vibrators : 2Nos. ? Pan vibrators : 2Nos. ? C.C mixers /Weigh Batch mixer :1No. ? QC Lab : 1 set The tenderer has to submit either a certificate issued by the Executive Engineer not earlier than one year from date of issue of tender document in support of owning machinery (or) a declaration on non judicial stamp paper worth Rs.100/- as prescribed In Statement ? V along with sufficient proof of owning such invoice /certificate of registration by the competent authority in support of the critical equipment. The tenderer is subjected to be black listed and the EMD forfeited if he is found to have misled or furnished false information in the forms / statements / certificates submitted in proof of qualification requirements or record of performance such as abandoning of work , not properly completed in earlier contracts, inordinate delays in completion of the works, litigation history and / or financial failures and /or participated in the previous tendering for the same work and had quoted unreasonable high bid prices Even while execution of the work, if found that the contractor had produced false/fake certificates of experience he will be black listed and the contract will be terminated and his EMD will be forfeited. Note : The certificates in support of existing commitments must be in State/Central Government Departments or State/Central Government undertakings only issued by the concerned Executive Engineer and counter signed by the Superintending Engineer or equivalent authority. 13. The participating tenderers shall electronically pay the transaction fee Rs. 8,343/- i.e., 0.03% of E.C.V plus 18.00% GST in favour of M/s Vupadhi Technologies through payment gateway of ICICI Bank, HDFC bank and Axis bank for providing online payment service through e-procurement. The payment of transaction fee by the participating Tenderers through the electronic payment Gateway to the service provider is made mandatory as per GO Ms No 13 information technology & communication department, e-procurement dated 05-07-2006 & GO Ms No 11 IT & C department dated 5-5-2007. 14. The successful tenderer shall pay 0.04% of the E.C.V. i.e. Rs.9,427/- With a cap of Rs.10,000/-for all works with ECV upto Rs.50.00Crores and Rs.25,000/- for works with ECV above Rs.50.00Crores from successful tenderer towards ?e? procurement corpus fund has to be paid through online only by the selected bidders. 15. The contribution to the corpus fund on National Academy of Construction, Hyd component loaded in part ?B? of the estimate shall be added in each bill of the contractor & will be recovered from contractor?s bills as per GO Ms No. 19, T, R&B Dept, Dt: 24.04.2015 at 0.1% over ECV. Any further information can be obtained from the office of the Superintending Engineer (R&B) Circle: Yadadri Bhuvanagiri. 16. Procedure for Tender Submission i) The Tenderers who are desirous of participating in e-procurement shall submit their Technical bids, price bids etc., in the Standard formats prescribed in the Tender documents, displayed at e-market place. The tenderers should upload the scanned copies of documents in support of their Technical bids. ii) The Department will not hold any risk and responsibility for the loss in transit during uploading of the scanned document, for the invisibility of the scanned document online, and any other problem(s) encountered by the Tenderers while submitting his bids online. iii) The tenderers shall authenticate the bid with his digital certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the tenderer will not be accepted on the e-Procurement platform. Special Condition: As per COT, Hyderabad Circular memo Rc. No. /SO2/DEE!/EE/COT/2023 Dt:26.07.2023 1. The contractor shall renew his contractor Registration well in advance before its expiry during the agreement period/EOT/Defect liability period (DLP) as the case may be, if the same is expiring during the said periods after award of work. It is the responsibility of the Contractor to ensure that his contractor Registration shall be valid during the entire periods of contract and non-compliance of the same amounts to breach of contract. The agreement work shall not be carried out by an non-registered contractor at any point of time. 2. If any contractor fails to renew Contractor registration before its expiry during the above said period of contract, penalties shall be imposed @ Rs.10,000/- per week for the delay period caused from expiry of registration to its renewal and such work shall be liable for termination as per the recommendations of concerned Agreement Authority. 3. The w

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA YADADRI BHUVANAGIRI ALAIR BHONGIR ALAIR
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 PQ Stage 21/02/2024 04:00 PM
2 Commercial Stage 23/02/2024 04:00 PM PQ Stage
Stage Form Name Type of Form Supporting Document Required Supporting Document Encryption Supporting Document Description View Details
PQ Stage Key Critical Equipment Standard No No N/A
PQ Stage Previously Executed works Standard No No N/A
PQ Stage Work Done as a Prime Contractor Standard No No N/A
PQ Stage Key Personnel Standard No No N/A
PQ Stage Works On Hand/Tendered Details Standard No No N/A
PQ Stage Similar Work Details Standard No No N/A
PQ Stage Eligibility Criteria Standard No No N/A
Commercial Stage Percentage Wise Rate Secure No No N/A