Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 504981 Enquiry/IFB/Tender Notice Number Chief-Engineer (R&B) State Roads &CRN, Rural Roads Hyderabad e NIT No.2024/KMM/ENC(R)/EE-R/DEE-6/AEE/2023-24 Dt:27.02.2024
Name of Work Widening and Strengthening of Pallegudem to Mangalagudem road (including Construction of HLB 12V X16.0 M cum check dam across Aakeru river of Theerthala ) via Polepally Gollapadu Theerthala from Km 0/0 to Km 13/5 and Widening and Stregthening of Theerthala Mangalagudem road via Maddivarigudem and Polisettygudem road from Km 0/0 to Km 7/5 in Khammam District Tender Category Works
Tender Type OPEN Estimated Contract Value 362132608.00
Bid Submission Closing Date 07/03/2024 03:30 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name R&B - Telangana Circle/Division R&B - Telangana-SE R&B KHAMMAM
Tender ID 504981 Enquiry/IFB/Tender Notice Number Chief-Engineer (R&B) State Roads &CRN, Rural Roads Hyderabad e NIT No.2024/KMM/ENC(R)/EE-R/DEE-6/AEE/2023-24 Dt:27.02.2024
Name of Project Widening and Strengthening of Pallegudem to Mangalagudem road (including Construction of HLB 12V X16.0 M cum check dam across Aakeru river of Theerthala ) via Polepally Gollapadu Theerthala from Km 0/0 to Km 13/5 and Widening and Stregthening of Theerthala Mangalagudem road via Maddivarigudem and Polisettygudem road from Km 0/0 to Km 7/5 in Khammam District Name of Work Widening and Strengthening of Pallegudem to Mangalagudem road (including Construction of HLB 12V X16.0 M cum check dam across Aakeru river of Theerthala ) via Polepally Gollapadu Theerthala from Km 0/0 to Km 13/5 and Widening and Stregthening of Theerthala Mangalagudem road via Maddivarigudem and Polisettygudem road from Km 0/0 to Km 7/5 in Khammam District
Estimated Contract Value(INR)
362132608.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 24
Type of Work Civil Works Bidding Type OPEN
Bid Call (Numbers) Short Tender Notice - 1st Call
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 29/02/2024 08:00 PM Bid Submission Closing Date & Time 07/03/2024 03:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids Chief-Engineer R and B SR&CR Rural Roads Hyderabad Bid Opening Authority Superintending Engineer R and B Circle Khammam
Address DRDA Office Raparthy Nagar Burhanapuram Khammam Contact Details 9440818035
Email serbkmm@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.3621400.00 Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking/NEFT/RTGS payment modes or Bank Guarantee in favour of SERandBCircleKhammam Online Payment,Challan Generation,BG

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Registration Certification COMMON Mandatory
2 EMD COMMON Mandatory
3 Transaction Fee Details COMMON Optional
4 Any other documents required as per Tender Schedule COMMON Optional
5 Availability of critical equipment i owned with proof or ii leased with proof or iii to be procured against mobilization advance if applicable The cost of equipment to be procured should match with the mobilization advance to be given towards machinary and the details from whom to be purchased along with amounts of the key and critical equipment for this work as shown in TD or copy of declaration COMMON Mandatory
6 Certificate in support of existing commitments along with documentary evidance such as forwarding slips of agreements and certificates of Value of work done if already executed certain work from the concerned EE along with documentary evidance COMMON Mandatory
7 GST registration COMMON Mandatory
8 Latest Income Tax Document, PAN & latest SAARAL with supported balance sheets COMMON Mandatory
9 Qualification certificate of key personnel COMMON Mandatory
10 Similar experience certificate for the work completed within the block period COMMON Mandatory
11 Annual Turn over certificate certified by CA or issued by Excecuting Authority along with Profit and loss account and balance sheet duly matching the profit with IT RETURNS & also for assesing bid capacity 2AN-B COMMON Mandatory
12 Valid solvency certificate from any national bank for the required amount as mentioned in the tender document COMMON Mandatory
13 Sub Contractor qualification particulars- if any COMMON Optional
14 The bidder has to upload certificates issued by the Executive Engineer concerned and countersigned by the Superintending Engineer showing work wise/year wise value of work done and date of completion. COMMON Mandatory
15 The bidder shall exhibit the proof of owned /leased/to be procured batch type HMP 100-120 TPH Batch Type within 100 Kms distance from the last point of working reach and other conditions as per GO Rt.No. 77 T (R&B) (R.1) Department Dt:27.02.2023 COMMON Mandatory
16 The bidder has to upload self certification in respect of location of the batch type Hot Mix Plant 100-120TPH either owned/leased/to be procured as per GO Rt No.77 T, R&B, R-I, Dept. dt: 27.02.2023 COMMON Mandatory
17 The bidder should upload the location of owning /leasing/to be procured of 100-120 TPH Batch type within 100 Kms from the last point of working reach in Google map by path of heavily loaded vehicles travelling COMMON Mandatory
18 The bidder should have executed the minimum quantities in any one financial year during the last Ten financial years i.e., from 2013-2014 to 2022- 2023 as per tender document COMMON Mandatory
19 The bidder has to upload details of similar works completed in the name of the Tenderer during the last ten financial years. from 2013-2014 to 2022- 2023 as per tender document COMMON Mandatory

General Terms and Conditions / Eligibility
Eligible class of contractor as per G.O. Ms. No:(i) 178 I&CAD(PW-COD)Dept, Dt:27-09-1997: Special Class Civil and above(ii) 132, T(R&B) Dept., Dt.11-8-1998 : Special Class (civil) and above(iii) 94 Irr&CAD(PW&COD) Dept, Dt 01/07/2003: Special Class (Civil) (iv)8, T(R&B) Dept., dt.08.01.2003 :Special Class (Civil)& above (v)G.O.Ms No. 14 Irrigation and CAD (reforms) Department Dt: 31-01-2015 Special Class (Civil)& above Vi)G.O.Ms.No.66 I&CAD (Reforms)Dept., Dt:20.4.15: Special Class(CiviL) and above

General Technical Terms and Conditions (Procedure)
Bids are invited on the e-procurement platform for the above mentioned work from the Contractors / Contracting firms registered with Govt.of Unified AP/Telangana. The details of Tender conditions and terms can be downloaded form the electronic procurement platform of Telangana i.e https://tender.telangana.gov.in2. Contractors would be required to register on the e-Procurement Market place https://tender.telangana.gov.in and submit their bids online. The department will not accept any bid submitted in the paper form.3. E.M.D. to be paid by way of unconditional and irrevocable Bank Guarantee issued by any Nationalised Bank/Scheduled Commercial bank in the standard format as shown in the Tender Schedule in favour of SE(R&B) Khammam or Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking/NEFT payment modes for Rs.36,21,400.00 (i.e.,1% of ECV) drawn along with bids and the balance EMD @ 1.5% of Contract Value to be paid at the time of concluding agreement.4. Charges payable to M/s TSTS.,The service charges payable to M/s TSTS.,are as indicated below.The participating bidders will pay transaction fee @ 0.03% of ECV(Estimated contract value) + 18.00% Service tax on 0.03% of ECV i.e Rs 11,800.00(The ceiling amount of Transaction fee for works costing ECV upto Rs 50.00 Crores is Rs 10,000.00 and for works costing with ECV above Rs 50.00 Crores, the ceiling amount of transaction fee is Rs 25,000.00)All the tenderers have to pay the above non refundable service charge in the form of DD payble to M/S TSTS.,and it shall be from a Nationalised Bank or any scheduled commercial bank valid for a period of 6 months. Xerox copy of the BG is to be scanned and uploaded along with the Bid . Service tax as levied by the GOI on transaction fee, electronic payment gateway charges are to be borne by the bidders.5. The bidders can view/ down load the tender documents from the 'e' market place i.ehttps://tender.telangana.gov.in 6. Class of Contractors eligible is as given below: Eligible class of contractor as per G.O. Ms. No:(i) 178 I&CAD(PW-COD)Dept, Dt:27-09-1997: Special Class Civil and above(ii) 132, T(R&B) Dept., Dt.11-8-1998 : Special Class (civil) and above(iii) 94 Irr&CAD(PW&COD) Dept, Dt 01/07/2003: Special Class (Civil) (iv)8, T(R&B) Dept., dt.08.01.2003 :Special Class(Civil)& above (v)G.O.Ms No. 14 Irrigation and CAD (reforms) Department Dt: 31-01-2015 Special Class(Civil)& above Vi)G.O.Ms.No.66 I&CAD (Reforms)Dept., Dt:20.4.15: Special Class civil and above. Down loading of Tender Documents: From 29.2.2024 at 8.00 PM to 07.3.2024 upto 3.30 PM 8. Date and time for Receipt of tenders: From 29.2.2024 at 8.00 PM to 07.3.2024 upto 3.30PM 9. Time and date of opening of tenders:(a) Technical Bid : 07.3.2024 @ 4.00PM(b) Price Bid :11.3.2024 @ 4.00PM 10. The Successful bidder will pay further fee @ 0.04% of ECV (Estimated contract value) i.e Rs.10,000/-ECV upto Rs 50.00 Crores is Rs 10,000.00 and for works costing with ECV above Rs 50.00 Crores, the ceiling amount of transaction fee is Rs 25,000.00) to create a eProcurement corpus fund to be administered by TSTS.The above fee is payable by the successful bidder through a D.D. drawn in favour of M.D TSTS, Hyderabad at the time of conclusion of the agreement. The said DD shall be sent to M.D TSTS by the SE who is entering in to agreement with the successful bidder. Suitable provision is made in the estimate of the concerned work to meet the above expenses by the bidder.Qualification Requirements: To qualify for consideration of award of the contract each tenderer should fulfil the following criteria;(i). Assessed available Bid capacity as per formula (2AN-B) should be greater than the Estimated Contract Value as specified in the Tender Document(ii). The details and certificates are to be furnished as per the proforma available in the tender schedules. The bidder should submit the particulars invariably in the format specified in the tender schedule along with necessary certificates, failing which his tender shall be treated as incomplete and summarily rejected. 5. The bidder should have satisfactory completed, as prime contractor similar nature of works in similar work not less than Rs.9,05,33,152.00 for the last financial years 2013-14 to 2022-23 .This value will be updated to the year 2023-2024 in which the tenders for this work iscalled dulygiving 10% weightage for each Financial year.Subcontractors / GPA holders experience shall not be taken into account. Further the tenderer should upload the experience certificate duly certifying with the competent authority not less than District Level officer/next in hierarchy as instructed by the Engineer-In-Charge Executed the following minimum quantities in any one financial year during the last ten financial years i.e., from 2013-2014 to 2022-2023. Note: The requirement of quantities shall be calculated based on physical quantities sanctioned in the estimate for Special Repairs main work under Part-I (A) (Combined Quantities) S.No. Item Estimate Qty Minimum Qty required 1 Construction of embankment or sub grade or shoulders or combined quantity 54925.00 Cum 2 Granular sub base or Gravel shoulders or combined quantity 5429.00 Cum 3 WMM or WBM or CRB or CRM or combined quantity 6164.00 Cum 4 DBM or BC or BM orSDBCor MSS or AC or combined quantity 905.00 Cum 5 VCC/VRCC/RCC/PSC for sub structure/super structure or combined quantity 4051.00 Cum 6 Fe 500 HYSD steel Combined quantity 152.00 MT (v). The tenderer should further demonstrate:a) Availability (either owned with proof or leased with lease deed and proof of the following Key and Critical equipment for this work.) 1 Tippers 5.5 Cum -5 Nos. 2 Concrete Batching plant/CC mixers(2 Nos) along with weigh batches-1 No 3 Either Owned / leased/To be procured Batch type HMP 100-120 TPH within 100 km?s from the last point of working reach As per GO Rt No 77, R&B (R-I) department Dated: 27-02-2023 1 No 4 Vibratory roller 8T -10T 2 Nos 5 Mechanical Paver Finisher 1 No 6 Front end loader 1 No 7 Wey Mix Plant/pug mill 1 No 8 QC Laboratory 1 Set 9 Vibratory Earth compactor 1 No. 10 Steel Centering 2000Sqm 11. Hydrostatic Sensor Paver Finisher- 1No 12.Pneumatic Roller - 1 No The tenderer has to submit any of the following: 1) A latest machinery certificate issued by the EE regarding owning of the equipment . 2) A Declaration on non judicial stamp paper worth Rs 100/- as prescribed in Statement-V along with sufficient proof of document in support of owning such as invoice /Certificate of registration by competent authority in support of the critical equipment. 3) In case the tenderer proposes to procure the equipment on lease, he has to submit the lease deed on Rs. 100 non-judicial stamp paper along with proof of owning of equipment by the lessor. The lease agreement must be concluded for the specific work only and with specific required critical equipment. The lease deed shall valid till the agreement period extended period if accorded. 4)In case the bidder proposes to procure the equipment against the mobilization advance, he shall give the declaration on Rs. 100 non-judicial stamp paper duly stating the details of equipment proposed to be procured against mobilization advance. The cost of equipment to be procured should be matched with the Mobilization Advance to be given towards Machinery only and the details from whom to be purchased along with amounts. The bidder shall make note that this is valid only for the works which are eligible for mobilization advance. (vi) Availability of the following key technical personal with adequate experience one Graduate Engineer and One Diploma holder (vii)Liquid assets / credit Facilities / Solvency certificate from Nationalised Bank / any scheduled commercial bank of value not less than Rs.4,52,66,576.00/- not earlier than one year Note:The Govt. vide GO. MS.No. 12 (I&CAD) (Reforms) Dept., Dt: 28-01-2015 have issued orders to refer the tenders costing more than Rs. 10 Cr. to COT against Rs. 2.0 Cr. limitation prescribed in GO MS No 94, I&CAD (PW-COD) Dept., Dt: 1-07-2013. (i) For the bituminous works costing more than Rs.30.00 Crores , the tenderer, at the time of bidding the bidders shall exhibit proof of ?Batch type HMP? either owned/leased/or to be procured within a distance of 100 kms? from the last point of working reach, for which bids are invited, As per GO Rt No 77, R&B (R-I) Department Dated: 27-02-2023. (ii) Further the tenderer / the bidder have to upload necessary self-certification by the contractors. However after tender submission and at the time of Technical Bid Scrutiny, it shall be ensured by the Superintending Engineers of R&B concerned, that the plant is actually available at the location mentioned by the contractor, As per GO Rt No 77, R&B (R-I) department Dated: 27-02-2023. 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. if any Contractor fails to renew Contractor registration before its expiry during the above said period of contractor 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. The work done payments and deposits if any due to the contractor shall be withheld until his contractor registration is renewed, well in time accordingly.

Legal Terms & Conditions
All disputes or difference arising or relating to the contract shall be referred to the adjudication as follows: Claims upto a value of Rupees 10,000/- Superintending Engineer(R&B) Circle,Khammam a) claims above value of rupees 10,000/- and upto Rs50,000/-: E-In-C(R&B),Admn,Hyderabad .The arbitration shall be conducted in accordance with the provisions of indian Arbitrtaion and Concilation Act 1996 or any statutory modification thereof

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

Enquiry Forms Stage Details
Stage Details Close
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 07/03/2024 04:00 PM
2 Commercial Stage 08/03/2024 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 As per tender document
PQ Stage Previously Executed works Standard Yes No As per tender document
PQ Stage Work Done as a Prime Contractor Standard Yes No As per tender document
PQ Stage Key Personnel Standard Yes No As per tender document
PQ Stage Works On Hand/Tendered Details Standard Yes No As per tender document
PQ Stage Similar Work Details Standard Yes No As per tender document
PQ Stage Eligibility Criteria Standard No No N/A
Commercial Stage Percentage Wise Rate Secure No No N/A