Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 513742 Enquiry/IFB/Tender Notice Number 01/CE/TSIIC/2024-25 Date:15.05.2024
Name of Work Construction of Advanced Technology Centers (ATC) including PEB Structure, Civil and MEP works across the Telangana State(Recall). Tender Category Works
Tender Type OPEN Estimated Contract Value 3100000020.00
Bid Submission Closing Date 23/05/2024 03:00 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name TS INDUSTRIAL INFRASTRUCTURE CORPORATION Circle/Division TS INDUSTRIAL INFRASTRUCTURE CORPORATION-Chief Engineer Office, TSIIC
Tender ID 513742 Enquiry/IFB/Tender Notice Number 01/CE/TSIIC/2024-25 Date:15.05.2024
Name of Project ITI Building Name of Work Construction of Advanced Technology Centers (ATC) including PEB Structure, Civil and MEP works across the Telangana State(Recall).
Estimated Contract Value(INR)
3100000020.00  
   
()
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
Applicable

Transaction Fee Details
29500 (INR)
Tender Dates
Bid Submission Start Date & Time 16/05/2024 08:15 PM Bid Submission Closing Date & Time 23/05/2024 03:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids CHIEF ENGINEER Bid Opening Authority CHIEF ENGINEER
Address 5th Floor, Parisrama Bhavanam, Basheerbagh, Hyderabad. Contact Details 9100149672
Email ce-iic@telangana.gov.in

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.31000000.00 TSIIC Ltd Online Payment,Challan Generation,BG

Process Fee Details
Process Fee Process Fee Payable To
29500.00(INR) TSIIC Ltd

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Certificate in support of existing commitments along with documentary evidance such as forwarding slips of agreements and certificates of Value of work done if already executed certain work from the concerned EE along with documentary evidance in Statement-IV. COMMON Mandatory
2 Qualification certificate of key personnel in Statement-VI COMMON Mandatory
3 The information on litigation history in Statement-VII. COMMON Mandatory
4 In technical bid the tenderers shall furnish the credentials by a declaration on Non-judicial stamp paper of Rs.20/- as per the Proforma under Check list Annexure I duly supported with proof of evidence of all the above certificates COMMON Mandatory
5 Contractor's Registration Certificate in appropriate Class(As mentioned in NIT) COMMON Mandatory
6 Earnest Money Deposit (EMD) in the shape of Net Banking/Challan Generation/RTGS/NEFT/Credit card/ Debit card/Bank Guarantee. COMMON Mandatory
7 Pan Card COMMON Mandatory
8 GST Registration Certificate COMMON Mandatory
9 Latest Income Tax Document & SARAL with supported Profit & Loss account and Balance sheets COMMON Mandatory
10 Provident Fund Registration Certificate. COMMON Mandatory
11 Latest Annual Turn Over Certificate Certified by CA or issued by Excecuting Authority along with Profit & Loss account and balance sheet duly matching the profit with IT RETURNS & also for assessing Bid Capacity 2AN-B COMMON Mandatory
12 A declaration regarding the Equipment on a Non Judicial Stamp Paper of Rs.100/- in Statement-V COMMON Mandatory
13 Demand Drat towards Processing Fee, The Original Demand Draft shall be sent to the Chief Engineer so as to reach at least one day before the date of opening of the Price bid. COMMON Mandatory
14 Availability of critical equipment i.Owned with Proof (or) Leased with proof (As mentioned in NIT). COMMON Mandatory
15 Any other documents required as per Tender Schedule COMMON Mandatory
16 Valid Solvency Certificate from any Nationalized Bank for the required amount as mentioned in the tender document, The Solvency Certificate shall not be earlier than one year from date of tender notice. COMMON Mandatory
17 Contractor or his identified Sub-contractor should possess valid Grade A Electrical License 11 KV and above Issued by Govt of Telangana. COMMON Mandatory

General Terms and Conditions / Eligibility
QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID. To qualify for opening the Price Bid, the bidders in their name should have 1) Contractor registration in appropriate class. a) G.O.MS No 178,I&CAD dated 27-9-1997 : Special Class b) G.O.MS No 132,T,R&B dated 11-8-1998 : Special Class c) G.O.MS 8, T, R&B dated 8-1-2003 : Special Class d) G.O.MS No 94, I&CAD dated 1-7-2003 : Special Class e) G.O.MS No 66, I&CAD(REFORMS) Dept, dated 20.04.2015 : Special Class f) Contractor or his identified Sub-contractor should possess valid Grade A Electrical License 11KV and above Issued by EIG, Govt of Telangana. 2) Proof of PF registration with latest paid receipt. 3) An Individual or an entity or a combination of any of the above (formed as Joint Venture) shall meet the experience and provide evidence of satisfactorily completed as prime contractor group of similar works with atleast one work of morethan Rs.100 crores and with a total value not less Rs.310.00 Crores (at current price level) in any one year during the last ten years or current financial year.(As specified in NIT). a) Tenderer may himself be a PEB Structure fabricator or may have tieup with a PEB Structure Fabricator. In case of tieup the tenderer shall submit an MOU with PEB structure Fabricator having total aggregate capacity of 100 Tonnes/day along with proof of their credentials. Note: The cost of completed works of previous years shall be given weightage of 10% per year to bring them to current price level. 4) Executed, in any one year, the following minimum physical quantities (As specified in NIT). Sl.No Description of Item of work Quantity 1. RCC 9465 CUM 2. Reinforcement Steel 1866 MT 3. Structural Steel 2990 MT 4. Roof Sheeting/Steel Sheet cladding/Deck sheet/Puff panel 45000 Sqm 5) Each bidder should further demonstrate (As specified in NIT): i) Availability (owned/Lease) of following key and critical equipment for this work. S.No. Equipment Type and Characteristics Minimum No. required. 1. Concrete Mixer/Weigh Batcher 65 Nos. 2. Vibrators 65 Nos. 3. Hydraulic Excavator 1 Cum Bucket capacity 30 Nos. 4. Hydraulic Truck Crane 16 T 20 Nos. i. For the remaining critical equipment own or lease with proof the tenderer has to submit either a Equipment certificate issued by an authority not below rank of the Executive Engineer/Zonal Manager, TSIIC . The Equipment certificate shall not be earlier than one year from the date of tender notice. Alternatively a declaration on non-judicial stamp paper worth Rs.100/- as prescribed in statement ?V along with sufficient proof of document in support of owning the equipment such as invoice/certificate of registration by competent authority shall be furnished. In case of Leasing equipment, the above supporting document in respect of leesor shall be furnished along with lease agreement. 6) Availability of the Key personnel 1 Graduate Engineer (Civil) 1 No For Each Site. 2 Graduate Engineer(Electrical) 1 No For Each Site. 3 Sr. Civil Enigneer 1 No Above 10 Years of Experience. 4 Sr. MEP Engineer 1 No Above 10 Years of Experience. 5 Project Manager 1 No Above 15 Years of Experience 7). Liquid assets / credit facilities of not less than Rs.155.00 Crores (Credit limits / letter of credit / latest solvency certificate from Nationalized banks). The Solvency Certificate shall not earlier than one year from the date of tender notice. 8) Bid capacity. The tenderer who meets the above qualification criteria and whose available bid capacity is more than the estimated contract value will be qualified for opening of Price bid. The available bid capacity will be calculated as under 2AN-B.(As mentioned in Tender Document) Annual turnover, cost of completed works and balance works on hand etc., shall be updated by giving weightage of 10% per year to bring them to current price level. Note: The experience gained in a registered JV firm to the extent of the tenderers share shall be considered, if the tenderer happens to be the lead partner. 9). Even though the tenderers meet the above qualifying criteria, they are liable to be disqualified / debarred /suspended / blacklisted, if they have a) furnished false / fabricated particulars in the forms, statements and annexures submitted in proof of the qualification requirements. b) Not turned up for entering into agreement, when called upon. c) Record of poor progress such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. d) Participated in the previous bidding for the same work and had quoted unreasonably and Even while execution of the work, if found that the work was awarded to the Contractor based on false / fake certificates of experience, the Contractor will be blacklisted and work will be taken over invoking clause 61 of PS to APSS. 10) Tenders with an excess of above 5% of the estimated contract value shall summarily be rejected. 11) For tenders up to 25% less than the estimated contract value of work, no additional security deposit is required. But for tenders beyond less than 25% of the estimated Contract Value of work, the difference between the tendered amount and 75% of the estimated contract value, shall be paid by the successful tenderer at the time of concluding agreement as an additional security through a Bank Guarantee or Demand Draft on a Nationalised Bank / Scheduled bank to fulfill the contract. 12) General Terms & Conditions The following certificates, documents etc., are to be scanned, uploaded and attached online on to the e-procurement platform at www.tender.telangana.gov.in a) Contractors valid registration certificate under appropriate class with any State or Central Government Departments and undertakings. b) Proof of Provident Fund registration c) Latest IT returns filed along with copy of PAN. d) Copy of GST Registration e) Value of Civil Engineering works executed in the last ten financial years or current financial year in the tenderers name in Statement-I along with supporting certificates as specified. f)The details of group of similar works (each of value not less than 50% of ECV) executed as Prime Contractor(in the same name) during the last ten years, showing year wise break up of value of work executed in Statement-II with supporting certificates. g)The physical quantities of specified items executed as Prime Contractor (in the same name) in the last ten financial years or current financial year with year wise break up work wise in Statement-III duly supported with work done certificates. h) Details of existing commitments(i.e. works on hand) with supporting certificates in Statement-IV. i) The availability of Key / critical construction / quality control equipment in Statement-V. j) The availability of Key personnel in Statement-VI. k) The information on litigation history in Statement-VII. l) Proof of possessing Liquid assets credit facility as specified for the required amount. The Solvency Certificate shall not earlier than one year from the date of tender notice. m) Net Banking/RTGS/NEFT/Credit card/ Debit card/ Bank Guarantee towards Earnest Money Deposit ( As indicated in NIT) n) DD towards processing fee (As indicated in NIT) o) Proof of GST Registration p) List of Certificates enclosed in Statement VIII Note : The tenderer shall be required to furnish a declaration in online stating that the soft copy supplied 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. 13) The processing fee and transaction fee neither be refunded nor adjusted, under any circumstances. 14) In technical bid the tenderers shall furnish the credentials by a declaration on Non-judicial stamp paper of Rs.20/- as per the Proforma under Check list Annexure I duly supported with proof of evidence of all the above certificates. 15) The price bid of those tenderers who fulfill the qualification criteria will only be opened and considered for award of work. 16) The Chief Engineer, TSIIC Ltd., Hyderabad reserve the right to reject any or all the tenders or to accept any tender wholly or in part without assigning any reason whatsoever. 17) The tenderer shall hand over the hard copies of uploaded documents / certificates duly signed to the Chief Engineer directly or through his authorized representative or by Registered post or by Courier Service so as to reach at least one day before opening of price bids.

General Technical Terms and Conditions (Procedure)
Conditions I)The following certificates, documents etc., are to be scanned, uploaded and attached online on to the e-procurement platform at www.tender.telangana.gov.in a) Contractors valid registration certificate under appropriate class with any State or Central Government Departments and undertakings. b) Proof of Provident Fund registration c) Latest IT returns filed along with copy of PAN. d) Value of Civil Engineering works executed in the last ten financial years or current financial year in the tenderers name in Statement-I along with supporting certificates as specified. e)The details of group of similar works (each of value not less than 50% of ECV) executed as Prime Contractor(in the same name) during the last ten years, showing year wise break up of value of work executed in Statement-II with supporting certificates. f)The physical quantities of specified items executed as Prime Contractor (in the same name) in the last ten financial years or current financial year with year wise break up work wise in Statement-III duly supported with work done certificates. g) Details of existing commitments(i.e. works on hand) with supporting certificates in Statement-IV. h) The availability of Key / critical construction / quality control equipment in Statement-V. i) The availability of Key personnel in Statement-VI. j) The information on litigation history in Statement-VII. k) Proof of possessing Liquid assets credit facility as specified for the required amount. The Solvency Certificate shall not earlier than one year from the date of tender notice. l) Net Banking/RTGS/NEFT/Credit card/ Debit card/ Bank Guarantee towards Earnest Money Deposit ( As indicated in NIT) m) DD towards processing fee (As indicated in NIT) n) Proof of GST Registration o) List of Certificates enclosed in Statement VIII Note : The tenderer shall be required to furnish a declaration in online stating that the soft copy supplied 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. II) The processing fee and transaction fee neither be refunded nor adjusted, under any circumstances. III) In technical bid the tenderers shall furnish the credentials by a declaration on Non-judicial stamp paper of Rs.20/- as per the Proforma under Check list Annexure I duly supported with proof of evidence of all the above certificates. IV) The price bid of those tenderers who fulfill the qualification criteria will only be opened and considered for award of work. V) The Chief Engineer, TSIIC Ltd., Hyderabad reserve the right to reject any or all the tenders or to accept any tender wholly or in part without assigning any reason whatsoever. VI) The tenderer shall hand over the hard copies of uploaded documents / certificates duly signed to the Chief Engineer directly or through his authorized representative or by Registered post or by Courier Service so as to reach at least one day before opening of price bids

Legal Terms & Conditions
All disputes or difference arising or relating to the contract shall be referred to the adjudication as follows: Claims upto a value of Rupees 10,000/- TSIIC, Head office a) claims above value of rupees 10,000/- and upto Rs50,000/-: CE,TSIIC, Hyderabad .The arbitration shall be conducted in accordance with the provisions of indian Arbitrtaion and Concilation Act 1996 or any statutory modification thereof

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA HYDERABAD Telangana Telangana Telangana
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 23/05/2024 03:15 PM
2 Commercial Stage 25/05/2024 11:00 AM PQ Stage
Stage Form Name Type of Form Supporting Document Required Supporting Document Encryption Supporting Document Description View Details
PQ Stage Key Critical Equipment Standard Yes Yes As per NIT
PQ Stage Previously Executed works Standard Yes Yes As per NIT
PQ Stage Key Personnel Standard Yes Yes As per NIT
PQ Stage Works On Hand/Tendered Details Standard Yes Yes As per NIT
PQ Stage Eligibility Criteria Standard No No N/A
Commercial Stage Percentage Wise Rate Secure No No N/A