Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 512732 Enquiry/IFB/Tender Notice Number E1/02/2024-25
Name of Work Construction of Rain water Harvesting Structure in all OHSR location, Municipal Office Building and Government Buildings in Jammikunta Municipality under 15th FC Tied Grant 2022-23. Rs. 15.00 Lakhs Tender Category Works
Tender Type OPEN Estimated Contract Value 1184551.00
Bid Submission Closing Date 24/04/2024 05:00 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name MUNICIPAL ADMINISTRATION DEPARTMENT - TELANGANA Circle/Division MUNICIPAL ADMINISTRATION DEPARTMENT - TELANGANA-Commissioner Jammikunta Nagara Panchayath, Karimnagar Dist
Tender ID 512732 Enquiry/IFB/Tender Notice Number E1/02/2024-25
Name of Project Construction of Rain water Harvesting structures in all OHSR Name of Work Construction of Rain water Harvesting Structure in all OHSR location, Municipal Office Building and Government Buildings in Jammikunta Municipality under 15th FC Tied Grant 2022-23. Rs. 15.00 Lakhs
Estimated Contract Value(INR)
1184551.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 3
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
420 (INR)
Tender Dates
Bid Submission Start Date & Time 18/04/2024 01:30 PM Bid Submission Closing Date & Time 24/04/2024 05:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids Commissioner Jammikunta Municipality Bid Opening Authority Commissioner Jammikunta Municipality
Address 9-2-1, Near KVK Office Contact Details 9700768007
Email npjammikunta@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.11846.00 COMMISSIONER JAMMIKUNTA MUNICIPALITY Online Payment,Challan Generation

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Copy of Civil Contractors having registration with Government of Telangana in appropriate eligible class as per the G.O.s specified in the Tender Notice on e. market place. COMMON Mandatory
2 Copy of payment details of EMD COMMON Mandatory
3 Copy of non refundable Demand Draft 1000/- towards bid processing fee drawn in favour commissioner Jammikunta municipality. COMMON Mandatory
4 Copy of Proof of transaction fee COMMON Mandatory
5 Copy of PAN Card and Copy of latest it returns COMMON Mandatory
6 Copy of GST registration (provisional GST is not accepted). Latest Quarterly GST Returns. COMMON Mandatory
7 Commissioner has authority to modify, recall, and cancel the tender at any stage of tender COMMON Mandatory
8 On Hand works Report COMMON Mandatory
9 Annual Turnover certificate for last 10 Years for Bid capacity 3AN-B Should be greater than the ECV COMMON Mandatory
10 Self Declaration COMMON Mandatory
11 Solvency Certificate with 50% of ECV COMMON Mandatory
12 Any other documents COMMON Mandatory

General Terms and Conditions / Eligibility
. Eligibility criteria: I) 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. 11845.66 in shape of irrevocable Bank Guarantee pledged in favour of Commissioner, Jammikunta 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 VI) The bidder shall submit Proof of owning Quality Control Lab or having tie up with established Quality lab (As per Bid document). VII) Physical Requirement: Deleted VIII) Financial Requirement: The bidder should produce liquid assets / credit facilities / Solvency certificates from any Indian Nationalized / Scheduled banks of value not less than Rs. 5,92,283.00 The solvency certificate should be in standard format as per G.O. Ms. No 94, I & CAD, Dt: 01.07.2003. IX) 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., 2021-22 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 weight age of 10% per year to bring them to current price level 2021-22 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.

General Technical Terms and Conditions (Procedure)
X) 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 Tipper 2 Nos 2 Excavators 2 Nos 3 Concrete Mixers 2 Nos 4 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. XI) Availability of key Technical personnel with experience: The bidder should furnish the availability of the following Key technical personnel having degree / diploma in Engineering with relevant experience. S.no Type of Technical personnel & Qualification Minimum experience No of persons 1 Graduate Engineer (Civil) 5 Yrs 1 Nos 2 Graduate/ Diploma Engineer (Civil) 5 Yrs 1 Nos

Legal Terms & Conditions
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, Jammikunta 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, Jammikunta Municipality, Mobile No. 8978778080 23. Eligibility criteria: I) 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. 11845.66 in shape of irrevocable Bank Guarantee pledged in favour of Commissioner, Jammikunta 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 VI) The bidder shall submit Proof of owning Quality Control Lab or having tie up with established Quality lab (As per Bid document). VII) Physical Requirement: Deleted VIII) Financial Requirement: The bidder should produce liquid assets / credit facilities / Solvency certificates from any Indian Nationalized / Scheduled banks of value not less than Rs. 5,92,283.00 The solvency certificate should be in standard format as per G.O. Ms. No 94, I & CAD, Dt: 01.07.2003. IX) 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., 2021-22 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 weight age of 10% per year to bring them to current price level 2021-22 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. X) 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 Tipper 2 Nos 2 Excavators 2 Nos 3 Concrete Mixers 2 Nos 4 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. XI) Availability of key Technical personnel with experience: The bidder should furnish the availability of the following Key technical personnel having degree / diploma in Engineering with relevant experience. S.no Type of Technical personnel & Qualification Minimum experience No of persons 1 Graduate Engineer (Civil) 5 Yrs 1 Nos 2 Graduate/ Diploma Engineer (Civil) 5 Yrs 1 Nos Sd/- Engineer in Chief (PH) //Attested// Executive Engineer (PH)

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA KARIMNAGAR Jammikunta Huzurabad 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 Commercial Stage 24/04/2024 05:01 PM
Stage Form Name Type of Form Supporting Document Required Supporting Document Encryption Supporting Document Description View Details
Commercial Stage Percentage Wise Rate Secure No No N/A