Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 508787 Enquiry/IFB/Tender Notice Number SE(R&B), Circle: Yadadri Bhuvanagiri NIT No. 02/SE/DEE/Tenders/2023-24, Dt: 12.03.2024
Name of Work Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (4th call). Tender Category Works
Tender Type OPEN Estimated Contract Value 23566591.00
Bid Submission Closing Date 18/03/2024 03:30 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name R&B - Telangana Circle/Division R&B - Telangana-Superintending Engineer R&B Circle, Yadadri Bhuvanagiri
Tender ID 508787 Enquiry/IFB/Tender Notice Number SE(R&B), Circle: Yadadri Bhuvanagiri NIT No. 02/SE/DEE/Tenders/2023-24, Dt: 12.03.2024
Name of Project Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (4th call). Name of Work Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (4th 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) 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
8343 (INR)
Tender Dates
Bid Submission Start Date & Time 11/03/2024 07:30 PM Bid Submission Closing Date & Time 18/03/2024 03:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids Superintending Engineer Bid Opening Authority Superintending Engineer
Address old municipality office 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 Accounts Officer Hanumanwada Bhongir Online Payment,Challan Generation

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Tenderers must submit a copy of their registration as specified in the Tender Notice. COMMON Mandatory
2 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
3 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
4 l) Availability of the key technical personal with adequate experience as per clause 7.2 of conditions of contract. Graduate Engineer-2 No?s. COMMON Mandatory
5 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 COMMON Mandatory
6 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 mon COMMON Mandatory
7 The tenderer must demonstrate the availability, either through ownership or leasing, of the following key and critical equipment for the specified project duration: COMMON Mandatory
8 a. Steel Centering: Minimum of 500 square meters. COMMON Mandatory
9 b. Pin Vibrators: Two units. COMMON Mandatory
10 c. Pan Vibrators: Two units. COMMON Mandatory
11 d. C.C Mixers/Weigh Batch Mixer: At least one unit. COMMON Mandatory
12 e. Quality Control (QC) Lab: One set. COMMON Mandatory
13 GST COMMON Mandatory
14 PAN COMMON Mandatory
15 SALVANCY COMMON Mandatory
16 IT RETURNS LATEST COMMON Mandatory
17 k) The tenderer should submit the particulars of information of litigation history COMMON Mandatory
18 l) Availability of the key technical personal with adequate experience as per clause 7.2 of conditions of contract. Graduate Engineer-2 No?s. COMMON Mandatory
19 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. COMMON Mandatory
20 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. COMMON Mandatory
21 1% EMD E.M.D. to be paid electronically or Bank Guarantee in favour of Superintending Engineer (R&B) Region: Nalgonda obtained from Nationalised Bank or any Scheduled commercial bank, at 1% of the estimated contract value of work. NOTE:- (i) Bank Guarantee submitted by the successful bidder at the time of tender with conditional obligations shall COMMON Mandatory

General Terms and Conditions / Eligibility
GENERAL TERMS AND CONDITIONS 1. Approximate estimate contract value of work: Rs. 2,35,66,591/- 2. Form of contract: Lump sum contract 3. Period of completion of work: (06) Six months 4. Bids are invited on the e-procurement platform for the above ? mentioned work from the Contractor/Contracting firms registered with Government of Unified Andhra Pradesh/Telangana. The details of tender conditions and the terms can be downloaded from the electronic procurement plat form of Government of Telangana. The department will not accept any bid submitted in the paper form. 5. EMD to be paid in the form of Bank Guarantee in favour of Superintending Engineer (R&B), Region Nalgonda for Rs. 2,35,700/- (i.e.,1% of ECV) issued by any nationalised bank/scheduled commercial bank. The balance EMD @ 1.5% of contract value to be paid at the time of concluding the agreement. The successful bidder shall invariably furnish the original BG towards EMD certificates /documents of the uploaded scanned copies to the tender inviting authority before entering in to 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 bidder. The department will not take any responsibility for any delay in receipt/non-receipt of original BG towards EMD, certificates/documents from the successful bidder before the stipulated time. On receipt of documents, the department shall ensure the genuinity of the BG towards EMD and all other certificates /documents uploaded by the bidder in e-procurement system in support of the qualification criterion before concluding the agreement. As per GO Ms No: 245, I & CAD ( PW.Reforms ) department dated: 30/12/2005, If any successful bidder fails to submit the original hard copies uploaded certificates/documents, BG towards EMD with in the stipulated time or if any variation is noticed between the uploaded documents and the hard copies submitted by the bidder, the successful bidder will be suspended from participating in the tender on e-procurement plat form for a period of three years. The e-procurement system would deactivate the user ID of such defaulting successful bidder 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 bidder as an act of extreme deterrence to avoid delays in the tender process for execution of the development schemes taken up by the Government. The information to this extent may be displayed in the e-procurement platform web site 6. Charges payable to M/s Vupadhi Technologies : Rs. 8,343/- The service charges payable to M/s Vupadhi Technologies 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 (The ceiling amount of transaction fee for works costing ECV up to 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 bidders shall mandatorily pay the transaction fee to M/s Vupadhi Technologies through the Electronic Payment Gateway. 7. The bidders can view/download the tender document from the e market place. 8. The tenders with an excess of 5% of the estimated contract value shall summarily be rejected. 9. Issue of tender documents: from 11.03.2024 at 07.30 PM to 18.03.2024 up to 3.00 PM 10. Date and time for receipt of tenders: 11/03/2024 7.30 PM to 18.03.2024 up to 3.30 PM 11. Time and date of opening of tenders: Technical bid: 18/03/2024 at 4.00 PM Price bid: 20.03.2024 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. 12. The successful bidder shall pay Corpus Fund charges towards e-procurement services @ 0.04% of estimated contract value with a cap of Rs. 10,000/- for all works with estimated contract value up to Rs. 50.00 Crores and Rs. 25,000/- for works with estimated contract value above Rs. 50.00 Crores payable in the shape of DD drawn in favour of Managing Director, TSTS, Hyderabad at the time of concluding the agreement. 13. All other relevant conditions are incorporated in the tender document. 14 Form of contract/class of contractor eligible (i) 94, I&CAD (PW&COD) department dated: 01/07/2003 : Class ? I (Civil) and above (ii) GO Ms No: 130 (I&CAD) Reforms, Dt: 22.05.2007 : Class ? I (Civil) and above (iii) 14, I&CAD (REFORMS) department dated: 31/01/2015 : Class ? III (Civil) and above (iv) 66, I&CAD (REFORMS) department dated: 20/04/2015 Class ? III (Civil) and above 15. As per GO MS NO.66 Dt:20/04/2015 of I & CAD (REFORMS) Department the similar nature of work and prime quantities are deleted. 16 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 Copy of contractor registration certificate under appropriate class towards electrical work woth valid A-Grade License 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. 1. Tenderers must submit a copy of their registration as specified in the Tender Notice. 2. The assessed available bid capacity, calculated using the formula (2AN-B), must exceed the Estimated Contract Value outlined in the Tender Document. 3. Tenderers are obligated to provide details and certificates according to the Proforma provided in the tender schedules. 4. The contractor or their identified sub-contractor must hold valid registrations for Water Supply & Sanitary Engineering Works: - 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 - 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. 5. Similarly, the contractor or their identified sub-contractor must possess the necessary valid registration for Electrical Engineering Works: - Class I (electrical) as per G.O.Ms.No.94, Dt: 01.07.2003 - Class-I (electrical) as per G.O.Ms.No.130, I&CAD (PW-Reforms) Dept Dt: 22.05.2007 - Class-II (electrical) & above as per G.O Ms No. 21, I & CAD (reforms) Dept, Dt: 13.04.2017 - In addition, they must have an electrical certificate and the latest valid electrical license Grade A for executing electrical Engg. Works. 6. The tenderer must demonstrate the availability, either through ownership or leasing, of the following key and critical equipment for the specified project duration: a. Steel Centering: Minimum of 500 square meters. b. Pin Vibrators: Two units. c. Pan Vibrators: Two units. d. C.C Mixers/Weigh Batch Mixer: At least one unit. e. Quality Control (QC) Lab: One set. Sir Bid Submitted For Approval And For Publication Plz a detailed set of terms and conditions for a contract bidding process. Based on the information provided, here's a summary of the key points: 1. **Contract Details**: The contract is a lump sum contract with an approximate value of Rs. 2,35,66,591/- to be completed within six months. 2. **Eligibility Criteria for Bidders**: Bids are invited from registered Contractor/Contracting firms with the Government of Unified Andhra Pradesh/Telangana. Bidders must submit Electronic Bid Documents; paper submissions will not be accepted. 3. **Earnest Money Deposit (EMD)**: A Bank Guarantee for Rs. 2,35,700/- (1% of ECV) is required, with the balance EMD payable at the time of agreement. Failure to submit original hard copies of uploaded documents may result in suspension from tender participation for three years. 4. **Transaction Fee**: Bidders must pay a transaction fee of 0.03% of the Estimated Contract Value (ECV) plus service tax. The fee is payable through the Electronic Payment Gateway. 5. **Tender Process**: Tender documents can be obtained from the e-marketplace within specified dates. Tenders exceeding 5% of the estimated contract value will be rejected. 6. **Corpus Fund Charges**: Successful bidders must pay Corpus Fund charges towards e-procurement services at 0.04% of the estimated contract value. 7. **Form of Contract/Class of Contractor Eligible**: Contractors must meet specific class requirements outlined in various government orders. 8. **Equipment Requirement**: Tenderers must demonstrate the availability of specific equipment either owned or leased, along with necessary documentation. 9. **Registration Requirements**: Contractors or their subcontractors must possess valid registrations for Water Supply & Sanitary Engineering Works and Electrical Engineering Works as per specified government orders. 10. **Submission of Details and Certificates**: Tenderers are required to submit various details and certificates as per the provided proforma and schedules. 10. If the audit parties of the Accountant General (A.G.) identify instances where the contractor has inadvertently received undue benefits, the department reserves the authority to recover the corresponding amount from the contractor. This obligation is binding upon the contractor as per the terms outlined. The successful tenderer is required to pay the Earnest Money Deposit (E.M.D.) at a rate of 1�% of either the Estimated Contract Value or the Tender Contract Value, whichever is higher. Additionally, for tenders amounting to less than 25% of the Estimated Contract Value, an additional EMD must be provided in accordance with Clause 11 of the Instructions to Bidders. This payment should be made at the time of signing the agreement in the form of a crossed Demand Draft drawn on any Nationalized Bank/Scheduled Bank, or through an unconditional and irrevocable Bank Guarantee as specified in the "Formats of Securities" from any Nationalized Bank/Scheduled Bank. The Bank Guarantee should remain valid for 31 months (06+24+1).

General Technical Terms and Conditions (Procedure)
GOVERNMENT OF TELANGANA ROADS & BUILDINGS DEPARTMENT TENDER NOTICE NO. SE(R&B), Circle: Yadadri Bhuvanagiri NIT No. 01/SE/DEE/Tenders/2023-24, Dt: 24.02.2024 Name of the work: Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (3rd all). OFFICER INVITING TENDERS : - Superintending Engineer, (R&B) Circle: Yadadri Bhuvanagiri 1. Tenders are invited on the e-procurement platform for the above -mentioned work from the Contractors / Contracting firms registered with Telangana State. The details of Tender conditions and terms can be downloaded from the electronic procurement platform of Government of Telangana i.e. www.tender.telangana.gov.in, https://tender.telangana.gov.in. 2. Approximate Estimate Contract value of work : Rs. 2,35,66,591 /- 3. Contractors would be required to register on the e-Procurement Market place ?www.tender.telangana. 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 Card or unconditional and irrevocable Bank Guarantee issued by any Nationalized Bank /scheduled bank in the standard format as shown in the Tender Schedule for Rs. 2,35,700 /-(i.e., 1.0% of ECV) drawn in favor of Superintending Engineer, (R&B) Circle: Yadadri Bhuvanagiri 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 genuinity 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 : 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. Issue of tender documents: from 11.03.2024 at 07.30 PM to 18.03.2024 up to 3.00 PM 10. Date and time for receipt of tenders: 11/03/2024 7.30 PM to 18.03.2024 up to 3.30 PM 11. Time and date of opening of tenders: Technical bid: 18/03/2024 at 4:00 PM Price bid: 20.03.2024 @4 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 pa

Legal Terms & Conditions
INSTRUCTIONS TO TENDERERS A ? GENERAL Name of work: : Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (2nd call). 1. Scope of work : Building Brief description and location of work: Construction of Municipal Office Building at Yadagirigutta Municipality in Yadadri Bhongir District (2nd call). Principal Components of the work: Earth work excavation, RR Masonry, VRCC, Brick masonry, Plastering, Flooring, Painting, HYSD Bars. a) ECV put to tender: Rs. 2,35,66,591/- b) Break up of cost of major items covered in the ECV. Civil : Rs. 2,08,66,620/- Water supply & Sanitary : Rs. 5,64,037/- Electrical : Rs 21,35,934/- c) Period of completion: 06 (Six) Months d) SSR adopted: For Building work 2023-24 e) Rates adopted for i) Cement: Rs.5200/- per MT ii) HYSD Steel(Fe-500): Rs.58,000/- per MT iii) Mild steel bars 6mm : Rs. 60,000/- per MT f) Details of provisions included in the ECV put to tender. i) Seigniorage charges : As per Tender condition No. 104 ii) Goods and Service Tax (GST) : As per Tender condition No. 105 iii) Labour Cess : As per tender condition No.106 g) Reimbursable provisions : GST Avagahana Sadassu : Rs. 5,000/- NAC @0.1% : Rs. 25,136/- 2.1 As per the directions issued by the Government in GO MS No.174 I&CAD (PW-REFORMS) dated 1.9.2008, submission of original hard copies of the uploaded scan copies of BG towards EMD and other certificates/documents by participating tenderers to the tender opening authority before opening of the price bid is dispensed with. 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. 2.2 The tenders will be opened by the Superintending Engineer (R&B), Circle: Yadadri Bhuvanagiri or his nominee at his office in the presence of tenderers or their authorized representatives, on the dates mentioned in NIT. If the Office happens to be closed on the dates, the opening of tenders gets automatically postponed to the next working date, the time being unaltered, unless extended by a notification published in News papers. 2.3 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 genunity of the documents towards EMD and all other certificates/documents uploaded by the tenderer in support of qualification criteria before concluding agreement. 2.4 If the 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. 2.5 The tenderers shall be required to furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any incorrectness / deviations noticed will be viewed seriously and apart from canceling the work duly forfeiting the EMD, Criminal action will be initiated including suspension of business. 2.6 The successful tenderer is expected to complete the work within the time period specified in the NIT. 3. Firms Eligible to Tender: 3.1 The Firms who i) Possess the valid registration in the class and category mentioned in the Tender Notice and satisfy all the conditions therein. ii) are not blacklisted or debarred or suspended by the Government for what ever the reason, prohibiting them not to continue in the contracting business. iii) have complied with the eligibility criteria specified in the Tender Notice are the eligible tenderers. 3.2 Firms Ineligible to Tender: i) A retired officer of the Govt. of Telangana or Govt. of India executing works is disqualified from tendering for a period of two years from the date of retirement without the prior permission of the Government. ii) The Tenderer who has employed any retired officer as mentioned above shall be considered as an ineligible tenderer. iii) The contractor himself or any of his employees is found to be Gazetted Officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor?s employment within a period of 2 years from the date of his retirement. iv) The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor?s service. v) Contractor shall not be eligible to tender for works in the division / circle where any of his near relatives are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on the Engineering side and Divisional Accounts Officer and above on the administrative side. The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed. He shall also furnish a list of Gazetted /Non-Gazetted, State Government Employees related to him. Failure to furnish such information tenderer is liable to be removed from the list of approved contractors and his contract is liable for cancellation.

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA YADADRI BHUVANAGIRI Alair ALAIR YADADRI BHONGIR
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 18/03/2024 03:40 PM
2 Commercial Stage 20/03/2024 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 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