Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 511483 Enquiry/IFB/Tender Notice Number E1/497/VMD/MD/2024
Name of Work Construction of Pipe drain from confluence point of Kattukaluva into Gudi Cheruvu to existing drain beside Munnuru Kapu Satram near 1st Bypass road via Bhagawanta Rao Nagar, Reliance tower in VIP Road, along Gudi Cheruvu retaining wall, Jagtial Kaman Junction duly collecting sewage/sullage from all connecting drains in the alignment in Vemulawada Municipality Tender Category Works
Tender Type OPEN Estimated Contract Value 23584864.00
Bid Submission Closing Date 03/04/2024 04:30 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name MUNICIPAL ADMINISTRATION DEPARTMENT - TELANGANA Circle/Division MUNICIPAL ADMINISTRATION DEPARTMENT - TELANGANA-Vemulawada Nagara Panchayat
Tender ID 511483 Enquiry/IFB/Tender Notice Number E1/497/VMD/MD/2024
Name of Project Construction of Pipe drain from confluence point of Kattukaluva into Gudi Cheruvu to existing drain beside Munnuru Kapu Satram near 1st Bypass road via Bhagawanta Rao Nagar, Reliance tower in VIP Road, along Gudi Cheruvu retaining wall, Jagtial Kaman Junction duly collecting sewage/sullage from all connecting drains in the alignment in Vemulawada Municipality Name of Work Construction of Pipe drain from confluence point of Kattukaluva into Gudi Cheruvu to existing drain beside Munnuru Kapu Satram near 1st Bypass road via Bhagawanta Rao Nagar, Reliance tower in VIP Road, along Gudi Cheruvu retaining wall, Jagtial Kaman Junction duly collecting sewage/sullage from all connecting drains in the alignment in Vemulawada Municipality
Estimated Contract Value(INR)
23584864.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 6
Type of Work Other 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
Applicable

Transaction Fee Details
8350 (INR)
Tender Dates
Bid Submission Start Date & Time 16/03/2024 11:00 AM Bid Submission Closing Date & Time 03/04/2024 04:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids Commissioner Vemulawada Municiapality Bid Opening Authority Commissioner Vemulawada Municipality
Address Commissioner Vemulawada Municipality Contact Details 7036684716
Email commissionervmd@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.235849.00 Commissioner Vemulawada Municipality Online Payment,Challan Generation,BG

Required Tender Documents Details
S.No Document Name Stage Document Type
1 The bidder must be a Civil Contractor having valid Registration in appropriate Class with Government of Telangana as per G.O.Ms No. 94 (as amended from time to time). The registration shall be as per the following G.O s i. G.O.Ms.No. 94, I & CAD (PW_COD) Dept Dt. 1-7-2003. ii. G.O.Ms.No.130, I & CAD (PW-Reforms) Dept., Dt.22-05-2007 iii. G.O.Ms.No.174,I& CAD (PW-Reforms)Dept., Dt.01-09-2008. iv. G.O.Ms.No.66, I&CAD (PW-Reforms) Dept., Dt.20.4.2015. v. GO. Rt. No. 294, MA&UD dated; 18.07.2020. COMMON Mandatory
2 The tenderer should further demonstrate and shall upload necessary certificates. EMD for an amount of Rs.2,35,849.00 in shape of irrevocable Bank Guarantee pledged in favour of Commissioner, Vemulawada Municipality and valid for six months from bid submission start date as prescribed in the standard format issued by any Scheduled / Nationalized Bank. OR Online by utilizing the payment Gateway COMMON Mandatory
3 The bidder shall submit PAN card and Latest IT returns COMMON Mandatory
4 The bidder shall submit GST Registration and latest GST Returns COMMON Mandatory
5 The bidder shall submit Litigation History in Statement VII COMMON Mandatory
6 The bidder shall submit Proof of owning Quality Control Lab or having tie up with established Quality lab (As per Bid document) COMMON Mandatory
7 The bidder shall submit proof of latest payment of Professional Tax to the commercial tax department of Telangana State COMMON Mandatory
8 The bidder shall submit a declaration on Rs. 100/- NJS paper that ?Procurement of Diesel (POL) for this work will be done within the state of Telangana? and upload the same on e-procurement platform, which shall be part and parcel of the agreement of the work COMMON Mandatory
9 The bidder shall submit a declaration as given below, on Rs. 100/- NJS paper and upload the same on e-procurement platform, which shall be part and parcel of the agreement of the work. I/we will renew my/our 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 COMMON Mandatory
10 (a) The bidder should have successfully executed atleast one work involving laying of pipelines for storm water drains/ sewerage/ water supply (Road Crossings/ Pipe Culverts shall not be considered as part of experience) as a prime contractor in the last ten financial years i.e., 01-04-2013 to 31-03-2023. The bidder should enclose experience certificates issued by Engineer in Charge of the State / COMMON Mandatory
11 The assessed available bid capacity of Bidders as per formula (3AN-B) shall be greater than the estimated contract value, The Sub Contractors / GPA holders experience shall not be taken into account in determining the bidder?s compliances with the qualifying criteria as per Go. Ms. No. 94, I& CAD, dt: 01-07-2003. COMMON Mandatory
12 Availability key and critical equipment (either owned or leased) duly giving an understanding declaration on a non ? judicial stamp paper of worth of Rs. 100/- with sufficient proof of equipment or leased agreement( Excavator 2 Nos, Tractor or Tipper 2 No, Concrete Mixer 2No's, Hydraulic Crane 1 No COMMON Mandatory
13 The bidder should furnish the availability of the following Key technical personnel having degree / diploma in Engineering with relevant experience (Graduate Engineer (Civil)1 No, Graduate/ Diploma Engineer (Civil) 2 No Both with 5 years minimum experience COMMON Mandatory

General Terms and Conditions / Eligibility
GOVERNMENT OF TELANGANA VEMULAWADA MUNICIPALITY NOTICE INVITING TENDER NIT No.: E1/VMD/E-PROC. /2023-24 dated: - -2024 1. Department. Public Health & Municipal Engineering Dept 2. Unit / Circle / Division : Superintending Engineer, Public Health, Warangal Circle, Warangal 3. Tender Number : E1/VMD/E-PROC. /2023-24, Dt: - -2023 4. Tender Subject : Construction of Pipe drain from confluence point of Kattukaluva into Gudi Cheruvu to existing drain beside Munnuru Kapu Satram near 1st bypass road via Bhagawanta Rao Nagar, Reliance tower in VIP road, along Gudi Cheruvu Retaining wall, Jagtial Kaman Junction duly collecting sewage/ sullage from all connecting drains in the alignment in Vemulawada Municipality 5. Estimated contract value : Rs. 2,35,84,863.64 6. Period of Contract : 6 months 7. Form of Contract : Lump sum 8. Tender Type : Open 9. Tender Category : Works 10. EMD/ Bid Security : Rs.2,35,849.00 11. EMD/ Bid Security payable to : Online by utilizing the Payment Gateway Service on E-Procurement platform. (OR) Irrevocable BG Pledged in favour of Commissioner, Vemulawada Municipality valid for a period of 6 months from the starting date of bid submission 12. Bid Document download start date & time : 16-03-2024 11:00 AM 13. Bid Document download end date & time : 03-04-2024 04:30 PM 14. Last date & time for receipt of bids : 03-04-2024 04:30 PM 15. Price bid opening Date (Financial Bid Stage) : 04-04-2024 04:00 PM 16. Place of Tender opening : Office of the Municipal Council, Vemulawada. 17. Officer Inviting bids : Commissioner, Vemulawada Municipality 18. Address : O/o Commissioner, Vemulawada Municipality 19. Contact Details : 20. Bid Validity : Bids are valid for period of 90 days. 21. Joint Venture : Not Applicable 22. a. The bidders may contact the Tender Inviting Authority for any information/ clarifications required to submit their tenders on ?e?procurement market place. b. The bidders need to register on the electronic procurement market place of Government of T.S., that is, www.eprocurement.gov.in for obtaining digital signature certificate. The bidders may contact TSTS Unit, 4th Floor, HACA Bhavan, Adjacent to All India Radio, Hyderabad. On registration of the e- procurement market place they will be provided with a user ID and password by the system, and only by using the same they can submit their tenders on line. c. After registering on the e procurement market place, bidders need to scan and upload the required documents as per the tender requirements. d. The bidders shall authenticate the tender with their digital certificate for submitting the tender electronically on ?e?procurement Platform and the tenders not authenticated by Digital certificate of the bidder will not be accepted on the ?e?procurement platform e. The bidder shall mandatorily pay the transaction fee to M/s TSTS Unit, Hyderabad through the electronic payment Gateway. f. The bidders are advised not to wait till the last day of submission of tender to avoid uploading problem, if any, on the web site. g. The bidders who are desirous of participating in e?procurement market place shall submit their technical bids, price bids etc., online, as prescribed in the NIT and tender documents, displayed at ?e?procurement market place. The bidders should upload the scanned copies of all the relevant and required certificates, documents etc., in the ?e?procurement market place in support of their technical bids. The bidders shall sign on all the statements, documents, certificates, uploaded by them, owning responsibility of the correctness/authenticity. h. All the bidders shall invariably upload the scanned copies of BG towards EMD in e- Procurement system and this will be the primary requirement to consider the bid as responsive. i. The bidders shall furnish a declaration online stating that the soft copies uploaded by them are genuine. Any incorrectness/deviation noticed will be viewed seriously and apart from cancelling of the Tender and forfeiting the EMD, criminal action will be initiated including suspension from business. j. If the tender inviting authority request the bidders for the submission of originals uploaded documents by written (written means communicated in writing and i.e. by e-mail, fax, Telex) demand in case of necessity during the technical bid evaluation, the same shall be produced by the bidders with in specified period. k. The tenders will be opened online in e-procurement platform by Commissioner, Vemulawada Municipality at his office on the date and time specified in the NIT. All the statements, documents, certificates, BG etc., uploaded by the bidders will be down loaded for technical evaluation. The clarifications, particulars if any required from the bidders will be obtained by addressing the bidders. The technical bids will be evaluated against the specified parameters/ criteria; same as in the case of conventional tenders and the technically qualified bidders will be identified. Clarification will be obtained in respect of uploaded documents only. No other document obtained / submitted will be taken into consideration in evaluation process. l. Competent Authority will carry out the technical bid evaluation solely based on the Uploaded Certificates / documents, BG towards EMD in the e- procurement System and open the Price bids of the responsive bidders. m. Any objections by the participating bidders on the technical bid evaluation / disqualification made by the bid inviting authority shall be made within 10 days time from the date of opening of technical bids and proper acknowledgement shall be obtained invariably. The representation / petition received after the specified time and date shall not be entertained. n. The price-bids of such bidders, who are determined to have complied with the eligibility criteria i.e., qualified in the Technical Bid evaluation will only be opened by the Tender Inviting Authority or his nominee at his office, on the date and time specified in the NIT. o. If the office happens to be closed due to any reason on the dates specified in the NIT, the respective activity will be performed at the designated time on the next working day without any notification. p. The tender inviting authority or an officer designated by him will notify the successful bidder and inform by Email/ Under certificate of posting at the address indicated in the tender for submission of original hard copies of all Uploaded documents, BG towards EMD prior to entering into Agreement within a stipulated time period. q. The successful bidder shall invariably furnish the original BG towards EMD, certificates / documents of the uploaded scanned copies, to the Agreement concluding authority before entering into agreement either personally or through courier or post within the stipulated date and shall obtain the receipt of the same, which shall be the responsibility of the successful bidder. The Department shall not take any responsibility for any delay in receipt of original BG towards EMD, certificates / documents from the successful bidder before the stipulated time. On receipt of documents, the Tender inviting authority shall ensure the verification of genuinity of the BG towards EMD and all other certificates / documents uploaded by the bidder in e-procurement system in support of the qualification criteria before concluding the agreement. r. If any participant bidder, after bid submission closing date (during the bid validity period) withdraws the bid OR If any successful bidder fails to submit the original hard copies of uploaded certificates / documents, BG towards EMD within the stipulated time or if any variation is noticed between the uploaded documents and the original hard copies submitted by the bidder, the bidder will be suspended from participating in the tenders on e-Procurement platform for a period of 3 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. The information to this extent will be displayed in the e-procurement platform website. s. Subsequent information in support of the documents specifically uploaded by the bidder shall be sought for submission before finalization of tender, which will be considered. Whereas the documents submitted by the bidders in the form of hard copy of the documents which are not uploaded shall not be considered for technical bid evaluation. Any other details can be had from the Office of the Commissioner, Vemulawada Municipality, Mobile No. ______________. 23. Eligibility criteria: I) A) The bidder must be a Civil Contractor having valid Registration in appropriate Class with Government of Telangana as per G.O.Ms No. 94 (as amended from time to time). The registration shall be as per the following G.O s i. G.O.Ms.No. 94, I & CAD (PW_COD) Dept Dt. 1-7-2003. ii. G.O.Ms.No.130, I & CAD (PW-Reforms) Dept., Dt.22-05-2007 iii. G.O.Ms.No.174,I& CAD (PW-Reforms)Dept., Dt.01-09-2008. iv. G.O.Ms.No.66, I&CAD (PW-Reforms) Dept., Dt.20.4.2015. v. GO. Rt. No. 294, MA&UD dated; 18.07.2020. II) The tenderer should further demonstrate and shall upload necessary certificates. EMD for an amount of Rs.2,35,849.00 in shape of irrevocable Bank Guarantee pledged in favour of Commissioner, Vemulawada Municipality and valid for six months from bid submission start date as prescribed in the standard format issued by any Scheduled / Nationalized Bank. OR Online by utilizing the payment Gateway Service on e- procurement platform. The Electronic Payment Gateway accepts all Master and Visa Credit cards issued by any bank and direct debit facility / Net banking / NEFT payments modes through ICICI Bank and / or Axis Bank Payment Gateways to facilitate the transaction. III) The bidder shall submit PAN card and Latest IT returns IV) The bidder shall submit GST Registration and latest GST Returns V) The bidder shall submit Litigation History in Statement VII VI) The bidder shall submit Proof of owning Quality Control Lab or having tie up with established Quality lab (As per Bid document). VII) The bidder shall submit proof of latest payment of Professional Tax to the commercial tax department of Telangana State. VIII) The bidder shall submit a declaration on Rs. 100/- NJS paper that ?Procurement of Diesel (POL) for this work will be done within the state of Telangana? and upload the same on e-procurement platform, which shall be part and parcel of the agreement of the work. IX) The bidder shall submit a declaration as given below, on Rs. 100/- NJS paper and upload the same on e-procurement platform, which shall be part and parcel of the agreement of the work. I/we will renew my/our 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 my/our responsibility to ensure that my/our Contractor Registration is valid during the entire periods of contract (up to the end of DLP) and non-compliance of the same amounts to breach of contract. If I/we fail to renew Contractor registration before its expiry during the above said period of contract, I/We are liable for penalties @ Rs.10,000/- per week for the delay period caused from expiry of registration to its renewal. The work done payments and deposits if any due to me/us can be withheld until the contractor registration is renewed. X) Financial Requirement: (a) The bidder should have successfully executed atleast one work involving laying of pipelines for storm water drains/ sewerage/ water supply (Road Crossings/ Pipe Culverts shall not be considered as part of experience) as a prime contractor in the last ten financial years i.e., 01-04-2013 to 31-03-2023. The bidder should enclose experience certificates issued by Engineer in Charge of the State / Central Government department, undertakings not below the rank of Executive engineer or equivalent and counter signed by the officer not below the rank of Superintending Engineer or equivalent. (b) The bidder should produce liquid assets / credit facilities / Solvency certificates from any Indian Nationalized / Scheduled banks of value not less than Rs. 117.93 Lakhs. The solvency certificate should be in standard format as per G.O. Ms. No 94, I & CAD, Dt: 01.07.2003. XI) Bid Capacity: The assessed available bid capacity of Bidders as per formula (3AN-B) shall be greater than the estimated contract value. A= Maximum value of civil engineering works executed in its name in any one financial year during the last Ten years (updated to current Price level i.e., 2023-24 price level) taking into account the works completed as well as works in progress. N= Number of years prescribed for completion of the work for which Tenders are invited. B= Updated value (at current price level) of existing commitments and ongoing works to be completed during the period of completion of work for which Tenders are invited. Annual Financial turnover and cost of completed/ongoing works of previous years, shall be updated by giving simple weight age of 10% per year to bring them to current price level 2023-24 price level. The Sub Contractors / GPA holders experience shall not be taken into account in determining the bidder?s compliances with the qualifying criteria as per Go. Ms. No. 94, I& CAD, dt: 01-07-2003. XII) Availability of key and critical equipment: Availability key and critical equipment (either owned or leased) duly giving an understanding declaration on a non ? judicial stamp paper of worth of Rs. 100/- with sufficient proof of equipment or leased agreement. 1 Excavator 2 No. 2 Tractor or Tipper 2 No. 3 Concrete mixer 2 No. 4 Hydraulic Crane 1 No. The bidder should furnish an undertaking / declaration on a non ? Judicial stamp paper, worth Rs.100/- for the Availability of Key and critical equipment (either owned or leased). In case of owned equipments, the bidder has to upload either a certificate issued by the Executive Engineer, with in the block period (or) should submit the sufficient proof of documents in support of owning key and critical equipments such as Invoice / certificate of registration by the competent authority. In case of Leased equipments, the bidder shall invariably upload the lease agreement along with sufficient proof of documents in support of owning leased equipments by the leased, such as certificate issued by the Executive Engineer, within the block period (or) Invoice / certificate of registration by the competent authority in proof of owning the key and critical equipment. XIII) Availability of key Technical personnel with experience: The bidder should furnish the availability of the following Key techni

General Technical Terms and Conditions (Procedure)
GOVERNMENT OF TELANGANA VEMULAWADA MUNICIPALITY NOTICE INVITING TENDER NIT No.: E1/VMD/E-PROC. /2023-24 dated: - -2024 1. Department. Public Health & Municipal Engineering Dept 2. Unit / Circle / Division : Superintending Engineer, Public Health, Warangal Circle, Warangal 3. Tender Number : E1/VMD/E-PROC. /2023-24, Dt: - -2023 4. Tender Subject : Construction of Pipe drain from confluence point of Kattukaluva into Gudi Cheruvu to existing drain beside Munnuru Kapu Satram near 1st bypass road via Bhagawanta Rao Nagar, Reliance tower in VIP road, along Gudi Cheruvu Retaining wall, Jagtial Kaman Junction duly collecting sewage/ sullage from all connecting drains in the alignment in Vemulawada Municipality 5. Estimated contract value : Rs. 2,35,84,863.64 6. Period of Contract : 6 months 7. Form of Contract : Lump sum 8. Tender Type : Open 9. Tender Category : Works 10. EMD/ Bid Security : Rs.2,35,849.00 11. EMD/ Bid Security payable to : Online by utilizing the Payment Gateway Service on E-Procurement platform. (OR) Irrevocable BG Pledged in favour of Commissioner, Vemulawada Municipality valid for a period of 6 months from the starting date of bid submission 12. Bid Document download start date & time : 16-03-2024 11:00 AM 13. Bid Document download end date & time : 03-04-2024 04:30 PM 14. Last date & time for receipt of bids : 03-04-2024 04:30 PM 15. Price bid opening Date (Financial Bid Stage) : 04-04-2024 04:00 PM 16. Place of Tender opening : Office of the Municipal Council, Vemulawada. 17. Officer Inviting bids : Commissioner, Vemulawada Municipality 18. Address : O/o Commissioner, Vemulawada Municipality 19. Contact Details : 20. Bid Validity : Bids are valid for period of 90 days. 21. Joint Venture : Not Applicable 22. a. The bidders may contact the Tender Inviting Authority for any information/ clarifications required to submit their tenders on ?e?procurement market place. b. The bidders need to register on the electronic procurement market place of Government of T.S., that is, www.eprocurement.gov.in for obtaining digital signature certificate. The bidders may contact TSTS Unit, 4th Floor, HACA Bhavan, Adjacent to All India Radio, Hyderabad. On registration of the e- procurement market place they will be provided with a user ID and password by the system, and only by using the same they can submit their tenders on line. c. After registering on the e procurement market place, bidders need to scan and upload the required documents as per the tender requirements. d. The bidders shall authenticate the tender with their digital certificate for submitting the tender electronically on ?e?procurement Platform and the tenders not authenticated by Digital certificate of the bidder will not be accepted on the ?e?procurement platform e. The bidder shall mandatorily pay the transaction fee to M/s TSTS Unit, Hyderabad through the electronic payment Gateway. f. The bidders are advised not to wait till the last day of submission of tender to avoid uploading problem, if any, on the web site. g. The bidders who are desirous of participating in e?procurement market place shall submit their technical bids, price bids etc., online, as prescribed in the NIT and tender documents, displayed at ?e?procurement market place. The bidders should upload the scanned copies of all the relevant and required certificates, documents etc., in the ?e?procurement market place in support of their technical bids. The bidders shall sign on all the statements, documents, certificates, uploaded by them, owning responsibility of the correctness/authenticity. h. All the bidders shall invariably upload the scanned copies of BG towards EMD in e- Procurement system and this will be the primary requirement to consider the bid as responsive. i. The bidders shall furnish a declaration online stating that the soft copies uploaded by them are genuine. Any incorrectness/deviation noticed will be viewed seriously and apart from cancelling of the Tender and forfeiting the EMD, criminal action will be initiated including suspension from business. j. If the tender inviting authority request the bidders for the submission of originals uploaded documents by written (written means communicated in writing and i.e. by e-mail, fax, Telex) demand in case of necessity during the technical bid evaluation, the same shall be produced by the bidders with in specified period. k. The tenders will be opened online in e-procurement platform by Commissioner, Vemulawada Municipality at his office on the date and time specified in the NIT. All the statements, documents, certificates, BG etc., uploaded by the bidders will be down loaded for technical evaluation. The clarifications, particulars if any required from the bidders will be obtained by addressing the bidders. The technical bids will be evaluated against the specified parameters/ criteria; same as in the case of conventional tenders and the technically qualified bidders will be identified. Clarification will be obtained in respect of uploaded documents only. No other document obtained / submitted will be taken into consideration in evaluation process. l. Competent Authority will carry out the technical bid evaluation solely based on the Uploaded Certificates / documents, BG towards EMD in the e- procurement System and open the Price bids of the responsive bidders. m. Any objections by the participating bidders on the technical bid evaluation / disqualification made by the bid inviting authority shall be made within 10 days time from the date of opening of technical bids and proper acknowledgement shall be obtained invariably. The representation / petition received after the specified time and date shall not be entertained. n. The price-bids of such bidders, who are determined to have complied with the eligibility criteria i.e., qualified in the Technical Bid evaluation will only be opened by the Tender Inviting Authority or his nominee at his office, on the date and time specified in the NIT. o. If the office happens to be closed due to any reason on the dates specified in the NIT, the respective activity will be performed at the designated time on the next working day without any notification. p. The tender inviting authority or an officer designated by him will notify the successful bidder and inform by Email/ Under certificate of posting at the address indicated in the tender for submission of original hard copies of all Uploaded documents, BG towards EMD prior to entering into Agreement within a stipulated time period. q. The successful bidder shall invariably furnish the original BG towards EMD, certificates / documents of the uploaded scanned copies, to the Agreement concluding authority before entering into agreement either personally or through courier or post within the stipulated date and shall obtain the receipt of the same, which shall be the responsibility of the successful bidder. The Department shall not take any responsibility for any delay in receipt of original BG towards EMD, certificates / documents from the successful bidder before the stipulated time. On receipt of documents, the Tender inviting authority shall ensure the verification of genuinity of the BG towards EMD and all other certificates / documents uploaded by the bidder in e-procurement system in support of the qualification criteria before concluding the agreement. r. If any participant bidder, after bid submission closing date (during the bid validity period) withdraws the bid OR If any successful bidder fails to submit the original hard copies of uploaded certificates / documents, BG towards EMD within the stipulated time or if any variation is noticed between the uploaded documents and the original hard copies submitted by the bidder, the bidder will be suspended from participating in the tenders on e-Procurement platform for a period of 3 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. The information to this extent will be displayed in the e-procurement platform website. s. Subsequent information in support of the documents specifically uploaded by the bidder shall be sought for submission before finalization of tender, which will be considered. Whereas the documents submitted by the bidders in the form of hard copy of the documents which are not uploaded shall not be considered for technical bid evaluation. Any other details can be had from the Office of the Commissioner, Vemulawada Municipality, Mobile No. ______________. 23. Eligibility criteria: I) A) The bidder must be a Civil Contractor having valid Registration in appropriate Class with Government of Telangana as per G.O.Ms No. 94 (as amended from time to time). The registration shall be as per the following G.O s i. G.O.Ms.No. 94, I & CAD (PW_COD) Dept Dt. 1-7-2003. ii. G.O.Ms.No.130, I & CAD (PW-Reforms) Dept., Dt.22-05-2007 iii. G.O.Ms.No.174,I& CAD (PW-Reforms)Dept., Dt.01-09-2008. iv. G.O.Ms.No.66, I&CAD (PW-Reforms) Dept., Dt.20.4.2015. v. GO. Rt. No. 294, MA&UD dated; 18.07.2020. II) The tenderer should further demonstrate and shall upload necessary certificates. EMD for an amount of Rs.2,35,849.00 in shape of irrevocable Bank Guarantee pledged in favour of Commissioner, Vemulawada Municipality and valid for six months from bid submission start date as prescribed in the standard format issued by any Scheduled / Nationalized Bank. OR Online by utilizing the payment Gateway Service on e- procurement platform. The Electronic Payment Gateway accepts all Master and Visa Credit cards issued by any bank and direct debit facility / Net banking / NEFT payments modes through ICICI Bank and / or Axis Bank Payment Gateways to facilitate the transaction. III) The bidder shall submit PAN card and Latest IT returns IV) The bidder shall submit GST Registration and latest GST Returns V) The bidder shall submit Litigation History in Statement VII VI) The bidder shall submit Proof of owning Quality Control Lab or having tie up with established Quality lab (As per Bid document). VII) The bidder shall submit proof of latest payment of Professional Tax to the commercial tax department of Telangana State. VIII) The bidder shall submit a declaration on Rs. 100/- NJS paper that ?Procurement of Diesel (POL) for this work will be done within the state of Telangana? and upload the same on e-procurement platform, which shall be part and parcel of the agreement of the work. IX) The bidder shall submit a declaration as given below, on Rs. 100/- NJS paper and upload the same on e-procurement platform, which shall be part and parcel of the agreement of the work. I/we will renew my/our 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 my/our responsibility to ensure that my/our Contractor Registration is valid during the entire periods of contract (up to the end of DLP) and non-compliance of the same amounts to breach of contract. If I/we fail to renew Contractor registration before its expiry during the above said period of contract, I/We are liable for penalties @ Rs.10,000/- per week for the delay period caused from expiry of registration to its renewal. The work done payments and deposits if any due to me/us can be withheld until the contractor registration is renewed. X) Financial Requirement: (a) The bidder should have successfully executed atleast one work involving laying of pipelines for storm water drains/ sewerage/ water supply (Road Crossings/ Pipe Culverts shall not be considered as part of experience) as a prime contractor in the last ten financial years i.e., 01-04-2013 to 31-03-2023. The bidder should enclose experience certificates issued by Engineer in Charge of the State / Central Government department, undertakings not below the rank of Executive engineer or equivalent and counter signed by the officer not below the rank of Superintending Engineer or equivalent. (b) The bidder should produce liquid assets / credit facilities / Solvency certificates from any Indian Nationalized / Scheduled banks of value not less than Rs. 117.93 Lakhs. The solvency certificate should be in standard format as per G.O. Ms. No 94, I & CAD, Dt: 01.07.2003. XI) Bid Capacity: The assessed available bid capacity of Bidders as per formula (3AN-B) shall be greater than the estimated contract value. A= Maximum value of civil engineering works executed in its name in any one financial year during the last Ten years (updated to current Price level i.e., 2023-24 price level) taking into account the works completed as well as works in progress. N= Number of years prescribed for completion of the work for which Tenders are invited. B= Updated value (at current price level) of existing commitments and ongoing works to be completed during the period of completion of work for which Tenders are invited. Annual Financial turnover and cost of completed/ongoing works of previous years, shall be updated by giving simple weight age of 10% per year to bring them to current price level 2023-24 price level. The Sub Contractors / GPA holders experience shall not be taken into account in determining the bidder?s compliances with the qualifying criteria as per Go. Ms. No. 94, I& CAD, dt: 01-07-2003. XII) Availability of key and critical equipment: Availability key and critical equipment (either owned or leased) duly giving an understanding declaration on a non ? judicial stamp paper of worth of Rs. 100/- with sufficient proof of equipment or leased agreement. 1 Excavator 2 No. 2 Tractor or Tipper 2 No. 3 Concrete mixer 2 No. 4 Hydraulic Crane 1 No. The bidder should furnish an undertaking / declaration on a non ? Judicial stamp paper, worth Rs.100/- for the Availability of Key and critical equipment (either owned or leased). In case of owned equipments, the bidder has to upload either a certificate issued by the Executive Engineer, with in the block period (or) should submit the sufficient proof of documents in support of owning key and critical equipments such as Invoice / certificate of registration by the competent authority. In case of Leased equipments, the bidder shall invariably upload the lease agreement along with sufficient proof of documents in support of owning leased equipments by the leased, such as certificate issued by the Executive Engineer, within the block period (or) Invoice / certificate of registration by the competent authority in proof of owning the key and critical equipment. XIII) Availability of key Technical personnel with experience: The bidder should furnish the availability of the following Key techni

Legal Terms & Conditions
GOVERNMENT OF TELANGANA VEMULAWADA MUNICIPALITY NOTICE INVITING TENDER NIT No.: E1/VMD/E-PROC. /2023-24 dated: - -2024 1. Department. Public Health & Municipal Engineering Dept 2. Unit / Circle / Division : Superintending Engineer, Public Health, Warangal Circle, Warangal 3. Tender Number : E1/VMD/E-PROC. /2023-24, Dt: - -2023 4. Tender Subject : Construction of Pipe drain from confluence point of Kattukaluva into Gudi Cheruvu to existing drain beside Munnuru Kapu Satram near 1st bypass road via Bhagawanta Rao Nagar, Reliance tower in VIP road, along Gudi Cheruvu Retaining wall, Jagtial Kaman Junction duly collecting sewage/ sullage from all connecting drains in the alignment in Vemulawada Municipality 5. Estimated contract value : Rs. 2,35,84,863.64 6. Period of Contract : 6 months 7. Form of Contract : Lump sum 8. Tender Type : Open 9. Tender Category : Works 10. EMD/ Bid Security : Rs.2,35,849.00 11. EMD/ Bid Security payable to : Online by utilizing the Payment Gateway Service on E-Procurement platform. (OR) Irrevocable BG Pledged in favour of Commissioner, Vemulawada Municipality valid for a period of 6 months from the starting date of bid submission 12. Bid Document download start date & time : 16-03-2024 11:00 AM 13. Bid Document download end date & time : 03-04-2024 04:30 PM 14. Last date & time for receipt of bids : 03-04-2024 04:30 PM 15. Price bid opening Date (Financial Bid Stage) : 04-04-2024 04:00 PM 16. Place of Tender opening : Office of the Municipal Council, Vemulawada. 17. Officer Inviting bids : Commissioner, Vemulawada Municipality 18. Address : O/o Commissioner, Vemulawada Municipality 19. Contact Details : 20. Bid Validity : Bids are valid for period of 90 days. 21. Joint Venture : Not Applicable 22. a. The bidders may contact the Tender Inviting Authority for any information/ clarifications required to submit their tenders on ?e?procurement market place. b. The bidders need to register on the electronic procurement market place of Government of T.S., that is, www.eprocurement.gov.in for obtaining digital signature certificate. The bidders may contact TSTS Unit, 4th Floor, HACA Bhavan, Adjacent to All India Radio, Hyderabad. On registration of the e- procurement market place they will be provided with a user ID and password by the system, and only by using the same they can submit their tenders on line. c. After registering on the e procurement market place, bidders need to scan and upload the required documents as per the tender requirements. d. The bidders shall authenticate the tender with their digital certificate for submitting the tender electronically on ?e?procurement Platform and the tenders not authenticated by Digital certificate of the bidder will not be accepted on the ?e?procurement platform e. The bidder shall mandatorily pay the transaction fee to M/s TSTS Unit, Hyderabad through the electronic payment Gateway. f. The bidders are advised not to wait till the last day of submission of tender to avoid uploading problem, if any, on the web site. g. The bidders who are desirous of participating in e?procurement market place shall submit their technical bids, price bids etc., online, as prescribed in the NIT and tender documents, displayed at ?e?procurement market place. The bidders should upload the scanned copies of all the relevant and required certificates, documents etc., in the ?e?procurement market place in support of their technical bids. The bidders shall sign on all the statements, documents, certificates, uploaded by them, owning responsibility of the correctness/authenticity. h. All the bidders shall invariably upload the scanned copies of BG towards EMD in e- Procurement system and this will be the primary requirement to consider the bid as responsive. i. The bidders shall furnish a declaration online stating that the soft copies uploaded by them are genuine. Any incorrectness/deviation noticed will be viewed seriously and apart from cancelling of the Tender and forfeiting the EMD, criminal action will be initiated including suspension from business. j. If the tender inviting authority request the bidders for the submission of originals uploaded documents by written (written means communicated in writing and i.e. by e-mail, fax, Telex) demand in case of necessity during the technical bid evaluation, the same shall be produced by the bidders with in specified period. k. The tenders will be opened online in e-procurement platform by Commissioner, Vemulawada Municipality at his office on the date and time specified in the NIT. All the statements, documents, certificates, BG etc., uploaded by the bidders will be down loaded for technical evaluation. The clarifications, particulars if any required from the bidders will be obtained by addressing the bidders. The technical bids will be evaluated against the specified parameters/ criteria; same as in the case of conventional tenders and the technically qualified bidders will be identified. Clarification will be obtained in respect of uploaded documents only. No other document obtained / submitted will be taken into consideration in evaluation process. l. Competent Authority will carry out the technical bid evaluation solely based on the Uploaded Certificates / documents, BG towards EMD in the e- procurement System and open the Price bids of the responsive bidders. m. Any objections by the participating bidders on the technical bid evaluation / disqualification made by the bid inviting authority shall be made within 10 days time from the date of opening of technical bids and proper acknowledgement shall be obtained invariably. The representation / petition received after the specified time and date shall not be entertained. n. The price-bids of such bidders, who are determined to have complied with the eligibility criteria i.e., qualified in the Technical Bid evaluation will only be opened by the Tender Inviting Authority or his nominee at his office, on the date and time specified in the NIT. o. If the office happens to be closed due to any reason on the dates specified in the NIT, the respective activity will be performed at the designated time on the next working day without any notification. p. The tender inviting authority or an officer designated by him will notify the successful bidder and inform by Email/ Under certificate of posting at the address indicated in the tender for submission of original hard copies of all Uploaded documents, BG towards EMD prior to entering into Agreement within a stipulated time period. q. The successful bidder shall invariably furnish the original BG towards EMD, certificates / documents of the uploaded scanned copies, to the Agreement concluding authority before entering into agreement either personally or through courier or post within the stipulated date and shall obtain the receipt of the same, which shall be the responsibility of the successful bidder. The Department shall not take any responsibility for any delay in receipt of original BG towards EMD, certificates / documents from the successful bidder before the stipulated time. On receipt of documents, the Tender inviting authority shall ensure the verification of genuinity of the BG towards EMD and all other certificates / documents uploaded by the bidder in e-procurement system in support of the qualification criteria before concluding the agreement. r. If any participant bidder, after bid submission closing date (during the bid validity period) withdraws the bid OR If any successful bidder fails to submit the original hard copies of uploaded certificates / documents, BG towards EMD within the stipulated time or if any variation is noticed between the uploaded documents and the original hard copies submitted by the bidder, the bidder will be suspended from participating in the tenders on e-Procurement platform for a period of 3 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. The information to this extent will be displayed in the e-procurement platform website. s. Subsequent information in support of the documents specifically uploaded by the bidder shall be sought for submission before finalization of tender, which will be considered. Whereas the documents submitted by the bidders in the form of hard copy of the documents which are not uploaded shall not be considered for technical bid evaluation. Any other details can be had from the Office of the Commissioner, Vemulawada Municipality, Mobile No. ______________. 23. Eligibility criteria: I) A) The bidder must be a Civil Contractor having valid Registration in appropriate Class with Government of Telangana as per G.O.Ms No. 94 (as amended from time to time). The registration shall be as per the following G.O s i. G.O.Ms.No. 94, I & CAD (PW_COD) Dept Dt. 1-7-2003. ii. G.O.Ms.No.130, I & CAD (PW-Reforms) Dept., Dt.22-05-2007 iii. G.O.Ms.No.174,I& CAD (PW-Reforms)Dept., Dt.01-09-2008. iv. G.O.Ms.No.66, I&CAD (PW-Reforms) Dept., Dt.20.4.2015. v. GO. Rt. No. 294, MA&UD dated; 18.07.2020. II) The tenderer should further demonstrate and shall upload necessary certificates. EMD for an amount of Rs.2,35,849.00 in shape of irrevocable Bank Guarantee pledged in favour of Commissioner, Vemulawada Municipality and valid for six months from bid submission start date as prescribed in the standard format issued by any Scheduled / Nationalized Bank. OR Online by utilizing the payment Gateway Service on e- procurement platform. The Electronic Payment Gateway accepts all Master and Visa Credit cards issued by any bank and direct debit facility / Net banking / NEFT payments modes through ICICI Bank and / or Axis Bank Payment Gateways to facilitate the transaction. III) The bidder shall submit PAN card and Latest IT returns IV) The bidder shall submit GST Registration and latest GST Returns V) The bidder shall submit Litigation History in Statement VII VI) The bidder shall submit Proof of owning Quality Control Lab or having tie up with established Quality lab (As per Bid document). VII) The bidder shall submit proof of latest payment of Professional Tax to the commercial tax department of Telangana State. VIII) The bidder shall submit a declaration on Rs. 100/- NJS paper that ?Procurement of Diesel (POL) for this work will be done within the state of Telangana? and upload the same on e-procurement platform, which shall be part and parcel of the agreement of the work. IX) The bidder shall submit a declaration as given below, on Rs. 100/- NJS paper and upload the same on e-procurement platform, which shall be part and parcel of the agreement of the work. I/we will renew my/our 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 my/our responsibility to ensure that my/our Contractor Registration is valid during the entire periods of contract (up to the end of DLP) and non-compliance of the same amounts to breach of contract. If I/we fail to renew Contractor registration before its expiry during the above said period of contract, I/We are liable for penalties @ Rs.10,000/- per week for the delay period caused from expiry of registration to its renewal. The work done payments and deposits if any due to me/us can be withheld until the contractor registration is renewed. X) Financial Requirement: (a) The bidder should have successfully executed atleast one work involving laying of pipelines for storm water drains/ sewerage/ water supply (Road Crossings/ Pipe Culverts shall not be considered as part of experience) as a prime contractor in the last ten financial years i.e., 01-04-2013 to 31-03-2023. The bidder should enclose experience certificates issued by Engineer in Charge of the State / Central Government department, undertakings not below the rank of Executive engineer or equivalent and counter signed by the officer not below the rank of Superintending Engineer or equivalent. (b) The bidder should produce liquid assets / credit facilities / Solvency certificates from any Indian Nationalized / Scheduled banks of value not less than Rs. 117.93 Lakhs. The solvency certificate should be in standard format as per G.O. Ms. No 94, I & CAD, Dt: 01.07.2003. XI) Bid Capacity: The assessed available bid capacity of Bidders as per formula (3AN-B) shall be greater than the estimated contract value. A= Maximum value of civil engineering works executed in its name in any one financial year during the last Ten years (updated to current Price level i.e., 2023-24 price level) taking into account the works completed as well as works in progress. N= Number of years prescribed for completion of the work for which Tenders are invited. B= Updated value (at current price level) of existing commitments and ongoing works to be completed during the period of completion of work for which Tenders are invited. Annual Financial turnover and cost of completed/ongoing works of previous years, shall be updated by giving simple weight age of 10% per year to bring them to current price level 2023-24 price level. The Sub Contractors / GPA holders experience shall not be taken into account in determining the bidder?s compliances with the qualifying criteria as per Go. Ms. No. 94, I& CAD, dt: 01-07-2003. XII) Availability of key and critical equipment: Availability key and critical equipment (either owned or leased) duly giving an understanding declaration on a non ? judicial stamp paper of worth of Rs. 100/- with sufficient proof of equipment or leased agreement. 1 Excavator 2 No. 2 Tractor or Tipper 2 No. 3 Concrete mixer 2 No. 4 Hydraulic Crane 1 No. The bidder should furnish an undertaking / declaration on a non ? Judicial stamp paper, worth Rs.100/- for the Availability of Key and critical equipment (either owned or leased). In case of owned equipments, the bidder has to upload either a certificate issued by the Executive Engineer, with in the block period (or) should submit the sufficient proof of documents in support of owning key and critical equipments such as Invoice / certificate of registration by the competent authority. In case of Leased equipments, the bidder shall invariably upload the lease agreement along with sufficient proof of documents in support of owning leased equipments by the leased, such as certificate issued by the Executive Engineer, within the block period (or) Invoice / certificate of registration by the competent authority in proof of owning the key and critical equipment. XIII) Availability of key Technical personnel with experience: The bidder should furnish the availability of the following Key techni

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA RAJANNA SIRICILLA Vemulawada Vemulawada 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 03/04/2024 04:40 PM
2 Commercial Stage 04/04/2024 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 Key Personnel Standard No No N/A
PQ Stage Works On Hand/Tendered 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