Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 498275 Enquiry/IFB/Tender Notice Number e-NIT No.18/S.E(R&B)/02/KNR/2023-24, Dt. 09.02.2024
Name of Work Construction of Twenty (20) Residential Quarters & Health Club at Karimnagar Tender Category Works
Tender Type OPEN Estimated Contract Value 192370994.00
Bid Submission Closing Date 05/03/2024 04:00 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name R&B - Telangana Circle/Division R&B - Telangana-SE R&B KARIMNAGAR
Tender ID 498275 Enquiry/IFB/Tender Notice Number e-NIT No.18/S.E(R&B)/02/KNR/2023-24, Dt. 09.02.2024
Name of Project Construction of Twenty (20) Residential Quarters & Health Club at Karimnagar Name of Work Construction of Twenty (20) Residential Quarters & Health Club at Karimnagar
Estimated Contract Value(INR)
192370994.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 24
Type of Work Buildings Bidding Type OPEN
Bid Call (Numbers) 1
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
11800 (INR)
Tender Dates
Bid Submission Start Date & Time 17/02/2024 04:00 PM Bid Submission Closing Date & Time 05/03/2024 04:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids The Superintending Engineer(RnB)Circle, Karimnagar Bid Opening Authority The Superintending Engineer(RnB)Circle, Karimnagar
Address O/o The Superintending Engineer(RnB)Circle, Karimnagar Contact Details 9440818036
Email ersupengerkmnr@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.1923710.00 The Superintending Engineer(RnB)Circle, Karimnagar Online Payment,Challan Generation,BG

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Registration Certificate with Government of Telangana State COMMON Mandatory
2 EMD COMMON Mandatory
3 Transaction Fee Payable to TSTS COMMON Mandatory
4 The tenderer has to submit either a certificate issued by the Executive Engineer or Declaration on non judicial stamp paper worth Rs.100/- as prescribed in Statement V of Tender Schedule along with proof of document in support of owning, such as invoice or certificate of registration by competent authority in support of the critical equipment COMMON Mandatory
5 Certificate in support of existing commitments along with documentary evidence such as forwarding slip of agreement and certificate of value of work done if already executes certificate from the EE along with documentary evidence COMMON Mandatory
6 Copy of Goods Service Tax Registration COMMON Mandatory
7 Copy of PAN card along with a copy of latest Income Tax returns submitted along with proof of receipt COMMON Mandatory
8 Liquid assets or credit facilities or solvency certificate from Nationalised Banks or Scheduled Commercial Bank should not be earlier than one year as specified in bid document COMMON Mandatory
9 Qualification certificate of key personnel COMMON Mandatory
10 Annual Turn over certificate certified by CA or issued by Executing Authority along with balance sheet. COMMON Mandatory
11 Any other documents required as per Tender Schedule COMMON Mandatory
12 Sub contractor qualification particulars - if any COMMON Mandatory
13 Quality control laboratory COMMON Mandatory
14 Similar work experience certificate for the work completed within the Block Period. COMMON Mandatory
15 Experience certificate in support of prime Quantities executed - within the Block Period COMMON Mandatory
16 The Tenderer or his identified Sub-contractor should possess required valid registration class I as per G.O.Ms No.130 I&CAD(PW-COD) dt 22.05.2007 and Class-I in as per G.O.Ms No.21 I&CAD(Reforms) dt 13.04.2017 in PH Engineering for executing Water supply & Sanitary works COMMON Mandatory
17 The Tenderer or his identified Sub-contractor should possess required valid registration, Electrical Certificate and License for executing Electrical Engineering Works Class I as per G.O.Ms No.130 I&CAD(PW-COD) dt 22.05.2007 and Class-I in as per G.O.Ms No.21 I&CAD(Reforms) dt 13.04.2017 registration along with A Grade licence COMMON Mandatory
18 The Tenderer or his identified Sub-contractor should possess required valid registration in Class I in PH Engineering for executing Water supply & Sanitary works and should have should have satisfactorily completed similar works of Water Supply and Sanitary Arrangement: value not less than Rs 16,35,489/- in any one year during the financial years 2013-14 to 2022-23 updated to 2023-24 price level COMMON Mandatory
19 The Tenderer or his identified Sub-contractor should possess required valid registration, Electrical Certificate and License for executing Electrical Engineering Works in Class I and should have satisfactorily completed similar works of Electrical ( Including AC?s): value not less than Rs 33,89,602/- in any one year during the financial years 2013-14 to 2022-23 updated to 2023-24 price level COMMON Mandatory

General Terms and Conditions / Eligibility
The Superintending Engineer (R&B) Circle, Karimnagar vide e- NIT No. 18/SE/R&B/02KNR/2023-24 dt 09.02.2024 NAME OF WORK: Construction of Twenty (20) Residential Quarters & Health Club at Karimnagar OFFICER INVITING TENDERS :- The Superintending Engineer, (R&B) Circle, Karimnagar 1. Tenders are invited on the e-procurement platform for the above -mentioned work from the Contractors / Contracting firms having class I registration with Govt. of Telangana. The details of Tender conditions and terms can be downloaded from the electronic procurement platform of Government of Telangana i.e. https://tender.telangana.gov.in, 2. Approximate Estimate Contract value of work : Rs. 19,23,70,994/- 3. Contractors would be required to register on the e-Procurement Market place ?www.e-procurement. gov. in? and submit their bids online. The department will not accept any bid submitted in the paper form. 4 a) E.M.D. should be paid through Net banking/RTGS/NEFT/Credit Card/Debit Cardor unconditional and irrevocable Bank Guarantee issued by any Nationalized Bank /scheduled bank in the standard format as shown in the Tender Schedule for Rs.19,23,710/-(i.e., 1.0% of ECV) drawn in favor of Superintending Engineer, (R&B) Circle, Karimnagar along with bids and the balance EMD @ 1.50%( i.e. @ 2.50% of Estimate Contract Value / Tender Contract Value whichever is higher) is to be paid at the time of concluding agreement. 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. 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. b) The Successful tenderer shall invariably furnish the original documents towards EMD, Certificates/documents of the uploaded scanned copies of 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 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 genuineness of the BG towards EMD and all other certificates/documents uploaded by the tenderer in support of qualification criteria before concluding agreement. 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: 24 Months. 6. The tenderers can view/ down load the tender documents from the 'e? market place. 7. Form of contract ? Lump sum contract. 8. Eligible class of contractor as per: i) As per GO Ms No: 8 T(R&B) dept. dated: 08.01.2003: Special Class (Civil ) ii) As per GO Ms No 94, I &CAD (PW-CAD) dt.01-7-2003: Special Class (Civil ) iii) As per GO Ms No: 66, I&CAD (REFORMS) dept., dated 20.04.2015: Class-I (Civil) & above iv) As per GO Ms No: 14, I&CAD (REFORMS) dept., dated 31.01.2015: Class-I (Civil) & above v) The Tenderer or his identified Sub-contractor should possess required valid registration class I as per G.O.Ms No.130 I&CAD(PW-COD) dt 22.05.2007 and Class-I in as per G.O.Ms No.21 I&CAD(Reforms) dt 13.04.2017 in PH Engineering for executing Water supply & Sanitary works vi) The Tenderer or his identified Sub-contractor should possess required valid registration, Electrical Certificate and License for executing Electrical Engineering Works Class I as per G.O.Ms No.130 I&CAD(PW-COD) dt 22.05.2007 and Class-I in as per G.O.Ms No.21 I&CAD(Reforms) dt 13.04.2017 registration along with A Grade licence. 9. Bid Submission start Date & Time: 17.02.2024 @ 04.00 PM 10. Bid Submission closing Date & Time: 05.03.2024 @ 04.00 PM 11. Time and date of opening of tenders: (a) PQ Stage: 05.03.2024 @ 04.30 PM (b) Commercial Stage 11.03.2024 @ 04.00 PM

General Technical Terms and Conditions (Procedure)
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) KARIMNAGAR Circle. for information on e-Procurement. (b) Tenderers need to register on the electronic procurement market place of Government of Telangana i.e., ?https://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: i) As per GO Ms No: 8 T(R&B) dept. dated: 08.01.2003: Special Class (Civil) ii) As per GO Ms No 94, I &CAD (PW-CAD) dt.01-7-2003: Special Class (Civil) iii) As per GO Ms No: 66, I&CAD (REFORMS) dept., dated 20.04.2015: Class-I (Civil) & above iv) As per GO Ms No: 14, I&CAD (REFORMS) dept., dated 31.01.2015: Class-I (Civil) & above v) The Tenderer or his identified Sub-contractor should possess required valid registration class I as per G.O.Ms No.130 I&CAD(PW-COD) dt 22.05.2007 and Class-I in as per G.O.Ms No.21 I&CAD(Reforms) dt 13.04.2017 in PH Engineering for executing Water supply & Sanitary works vi) The Tenderer or his identified Sub-contractor should possess required valid registration, Electrical Certificate and License for executing Electrical Engineering Works Class I as per G.O.Ms No.130 I&CAD(PW-COD) dt 22.05.2007 and Class-I in as per G.O.Ms No.21 I&CAD(Reforms) dt 13.04.2017 registration along with A Grade licence The tenderer has to furnish the Partnership deed in case of firms & Article of Association in case of registered companies. a) a) The bidder should have satisfactorily completed similar works of value not less than Rs. 480.92 Lakhs as a Prime Contractor, in the same name and style in any one year during the financial years 2013-14 to 2022-23 updated to 2023-24 price level. Sub contractor?s / GPA holder?s experience shall not be taken into account. b) The Contractor or his identified sub contractor should have satisfactorily completed similar works of Water Supply and Sanitary Arrangement works: value not less than Rs 16,35,489/- and Electrical works ( Including AC?s): value not less than Rs 33,89,602/- in the same name and style in any one year during the financial years 2013-14 to 2022-23 updated to 2023-24 price level. c) The tenderer shall 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 showing the balance value of work to be done and balance period of completion. d) The Bidder should have executed the minimum quantities of items of work as given below in any one year during the financial years 2013-14 to 2022-2023 The bidder shall enclose certificate issued by the Engineer-in-Charge of the State/Central Government Departments/CPWD/MES/PSUs not below the rank of Executive Engineer or equivalent and countersigned by the officer of the rank of Superintending Engineer or equivalent. Sl. No Item Min. Qty. of item required 1 VRCC/VCC/PCC/RCC of all grades other than Slabs & Sunshades/Chajjas in Cum combined quantity 710.00 Cum 2 VRCC for slabs in Sqm & Sunshades/Chajjas Side walls in Sqm combined quantity 2435.00 Sqm 3 Reinforcement steel ( MT) 80.00 MT 4 Plastering any combined quantity in Sqm 7737.00 Sqm 5 Brick Masonry / stone masonry any combined Qty in Cum 550.00 Cum 6 Flooring/Skirting/Dadooing..etc with Granite/Ceramic/Vitrified tiles in Sqm 2406.00 Sqm d) The tenderer should further demonstrate availability (either owned or leased) of the following key and critical equipment. Sl. No Item Minimum quantity of equipment required 1 Steel centering 2050.00 Sqm 2 Pin Vibrators 2 Nos 3 Pan Vibrators 2 Nos 4 CC Mixer / Weigh Batcher 2 Nos 5. Quality Control Lab 1 set 6 Concrete Batching Plant with Capacity of 50Cum Per Hour 1 No The tenderer has to submit either a certificate issued by the Executive Engineer not earlier than one year from date of submission of bids 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 as invoice/certificate of registration by the competent authority in support of the critical equipment or the lease deed along with sufficient proof of owning the machinery. e) The tenderer has to furnish the availability of the following key technical personal with adequate experience: 2 Nos. Graduate Engineers (Civil) + 2 Nos. Diploma holders + 1 No Graduate Engineer (Electrical) with not less than 5years of experience. Availability of the key technical personnel with adequate experience as per clause 7.2 of conditions of contract. f) The tenderer shall furnish a copy of valid GST registration. g) The tenderer should furnish copy of permanent account number (PAN) and copy of latest Income Tax returns submitted along with proof of receipt. h) The tenderer should submit the particulars in the format specified in the tender schedule along with necessary certificates. i) The tenderer should submit the particulars of information of litigation history. j) Liquid assets/credit Facilities/Solvency certificate from Nationalized Bank/Schedule banks of value not less than Rs.2,40,46,374/- or Rs 240.46 lakhs issued not earlier than one year from date of submission of tender document. k) Certificate in support of Annual Financial Turnover issued by the Executive Engineer and countersigned by the Superintending Engineer (or) from Chartered Accountant supported with Audited balance sheet tallying with ITCC. l) E.M.D. amounting to Rs.19,23,710/-shall be paid electronically through Net banking/RTGS/NEFT/Credit Card/Debit Card in the e procurement platform in favour of PAO KARIMNAGAR. or unconditional and irrevocable Bank Guarantee issued by any Nationalized Bank /scheduled bank in the standard format given in tender schedule or Rs.19,23,710/- in favour The Superintending Engineer (R&B) Circle KARIMNAGAR at 1% of the estimated contract value of work along with bid documents to be valid for 6 months from the date of NIT. m) The Tenderer should submit signed undertaking of tender on line. n) Assessed available Bid capacity as per formula (2AN-B) should be greater than the Estimated Contract Value as specified in the Tender Document. o) The details and certificates are to be furnished as per the Proforma available in the tender schedules. 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 Group of works, Similar works, water supply sanitary works experience, experience in electrical works & existing commitments , certificates in support of quantities executed must be in State/Central Government Departments or State/Central Government undertakings / CPWD/MES/PSUs 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 of Rs.11,800/- i.e., 0.03% of E.C.V plus 18.00% GST in favour of MD, TSTS, Hyderabad 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.

Legal Terms & Conditions
14. The successful tenderer shall pay 0.04% of the E.C.V. i.e. Rs. 10,000/-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 in the form of D.D. in favour of Managing Director, Telangana state Technology services at the time of concluding agreement and hand over the same to Superintending Engineer, (R&B) Circle, Karimnagar. 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 KARIMNAGAR. ? If the lowest bidder backs out at the time of agreement, penalty of forfeiture of EMD will be imposed and business of the agency will be suspended for one year with all the Departments in T.S in respect of conventional tenders also vide G.O.Ms.No. 259 of T, R&B (R.V) dept., dt. 6.9.2008. ? The contribution towards Telangana Green Fund (TGF) i.e., 0.01% from works bills will be deducted. The amount deducted towards TGF is Non reimbursable. ? The contribution towards Labour Cess 1% in part ?B? of the estimate shall be added in each bill of the contractors and will be recovered from the contractors bills 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

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA KARIMNAGAR Karimnagar KARIMNAGAR KARIMNAGAR
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 05/03/2024 04:30 PM
2 Commercial Stage 11/03/2024 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 Yes No The tenderer has to submit either a certificate issued by the Executive Engineer or Declaration on non judicial stamp paper worth Rs.100/- as prescribed in Statement V of Tender Schedule along with proof of document in support of owning, such as invoice or certificate of registration by competent authority in support of the critical equipment
PQ Stage Previously Executed works Standard Yes No Annual Turn over certificate certified by CA or issued by Executing Authority along with balance sheet.
PQ Stage Work Done as a Prime Contractor Standard Yes No Experience certificate in support of prime Quantities executed - within the Block Period
PQ Stage Key Personnel Standard Yes No Qualification certificate of key personnel
PQ Stage Works On Hand/Tendered Details Standard Yes No Certificate in support of existing commitments along with documentary evidence such as forwarding slip of agreement and certificate of value of work done if already executes certificate from the EE along with documentary evidence
PQ Stage Similar Work Details Standard Yes No Similar work experience certificate for the work completed within the Block Period.
PQ Stage Eligibility Criteria Standard No No N/A
Commercial Stage Percentage Wise Rate Secure No No N/A