Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 519933 Enquiry/IFB/Tender Notice Number E1/SHBM/92/HMDA/03/2024
Name of Work Construction of Community Hall at Maktha in W.No. 06 in Shamshabad Municipality Under HMDA Funds. Tender Category Works
Tender Type OPEN Estimated Contract Value 9570339.00
Bid Submission Closing Date 27/06/2024 11:00 AM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name MUNICIPALITIES - TELANGANA Circle/Division MUNICIPALITIES - TELANGANA-SHAMSHABAD MUNCIPALITY
Tender ID 519933 Enquiry/IFB/Tender Notice Number E1/SHBM/92/HMDA/03/2024
Name of Project Construction of Community Hall Name of Work Construction of Community Hall at Maktha in W.No. 06 in Shamshabad Municipality Under HMDA Funds.
Estimated Contract Value(INR)
9570339.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 6
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
3388 (INR)
Tender Dates
Bid Submission Start Date & Time 19/06/2024 11:00 AM Bid Submission Closing Date & Time 27/06/2024 11:00 AM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids Commissioner Bid Opening Authority Commissioner
Address Shamshabad Municipality Contact Details 7337323577
Email mcshamshabad06@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.95703.00 Commissioner Shamshabad Municipality Online Payment,Challan Generation,BG

Required Tender Documents Details
S.No Document Name Stage Document Type
1 The Civil Contractors having appropriate class of valid Registration with Government of Telangana are eligible. COMMON Mandatory
2 EMD for an amount of Rs. 1% of ECV COMMON Mandatory
3 Latest IT returns & PAN Card COMMON Mandatory
4 GST Registration & latest GST Returns COMMON Mandatory
5 The bidder shall submit litigation history. COMMON Mandatory
6 Tenderer should upload Bid capacity 3AN-B COMMON Mandatory
7 The bidder should submit annual turnover Certificate issued by Chartered Accountant with UDIN Number. COMMON Mandatory
8 The bidder should produce Solvency certificates from any Indian Nationalized / Scheduled banks of value not less than to Maintained above work. COMMON Mandatory
9 Availability key and critical equipment (either owned or leased) duly giving an understating declaration on a non-judicial stamp paper of worth of R.100 COMMON Mandatory
10 The bidder should furnish the availability of the key technical personnel having degree / diploma in Engineering with relevant experience. COMMON Mandatory
11 The bidder should have satisfactorily completed similar nature of works i.e., RCC framed Building as a prime contractor during the last ten financial years i.e., 2013-14 FY to 2022-23 FY. COMMON Mandatory
12 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. COMMON Mandatory
13 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. COMMON Mandatory
14 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. COMMON Mandatory
15 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. COMMON Mandatory
16 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. COMMON Mandatory
17 The work done payments and deposits if any due to me/us can be withheld until the contractor registration is renewed. COMMON Mandatory

General Terms and Conditions / Eligibility
24. Eligibility Criteria: I) General Requirement:- a)The Civil Contractors having appropriate class of valid Registration with Government of Telangana . The registration shall be as per the following G.Os. i. G.O.Ms.No. 94, I & CAD (PW_COD) Dept Dt. 1-7-2003.(as amended from time to time). 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. b) The tenderer should further demonstrate and shall upload necessary certificates as below :- i. EMD for an amount of Rs. 95,703.00 in the shape of Irrevocable BG pledged in favour of Commissioner, Shamshabad Municipality valid for six months (6 months from the Start date of submission of tender) 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 payment modes through ICICI Bank and / or Axis Bank Payment Gateway to facilitate the transaction. ii. Latest IT returns & PAN card. iii. GST Registration& latest GST Returns. iv. The bidder shall submit litigation history. v. The bidder should produce Solvency certificates from any Indian Nationalized / Scheduled banks of value not less than to Maintained above work. vi. Availability key and critical equipment (either owned or leased) duly giving an understating declaration on a non-judicial stamp paper of worth of R.100 vii. The bidder should furnish the availability of the key technical personnel having degree / diploma in Engineering with relevant experience. viii. The bidder should have satisfactorily completed similar nature of works i.e., RCC framed Building as a prime contractor during the last ten financial years i.e., 2013-14 FY to 2022-23 FY. ix. 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. x. 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. xi. 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. xii. 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. xiii. 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. xiv. The work done payments and deposits if any due to me/us can be withheld until the contractor registration is renewed. xv. Availability of Key and critical equipment: Availability key and critical equipment (either owned or leased) duly giving an understating declaration on a non-judicial stamp paper of worth of R.100/-. Sl No Equipment Type required Qty. Required 1 Tipper 1 No 2 Excavator 1 No 3 Water Tanker 1 No 4 Concrete Mixer 2 No vii .Availability of Key Technical personnel with adequate experience: The bidder should furnish the availability of the following key technical personnel having degree / diploma in Engineering with relevant experience. Sl No Type of Technical personnel & Qualification Minimum Experience No. of Persons 1 Graduate Engineer ( Civil) 5 Yrs. 1 No 2 Diploma Engineer (Civil) 5 Yrs. 2 No.s II) Financial Requirement: 1) The bidder should produce liquid assets / credit facilities / Solvency certificates from any Indian Nationalized / Scheduled banks of value not less than Rs. 47.85 Lakhs. The solvency certificate should be in standard format as per G.O. Ms. No 94, I & CAD, Dt:01.07.2003. 2) 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 financial 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 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 works of previous years, shall be updated by giving weight age of 10% per year to bring them to current price level (i.e.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 G.O. Ms. No 94 I&CAD, 01.07.2003.

General Technical Terms and Conditions (Procedure)
26. General Terms & Conditions: (1) The details of Tender conditions and terms can be down loaded from the electronic procurement platform of Government of Telangana i.e. www.eprocurement.telangana.gov.in or www.tender.telangana.gov.in (2) Contractors would be required to register on the e-procurement Market Place www.eprocurement.telangana.gov.in or www.tender.telangana.gov.inand submit their bids on line. The Department will not accept any bid submitted in the paper form. (3) The successful bidder shall invariably furnish the original GST returns, proof of on line payment /BG toward EMD obtained while submission of bids and EMD 2.5%on ECV and certificates/documents of the uploaded scanned copies to 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 bidder. The Department will not take any responsibility for any delay in receipt/non-receipt of original proof of on line payment / BG towards EMD, certificates/documents, from the successful bidder before the stipulated time (4) The tenderer 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. (5) Even while in 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. (6) Transaction fee: The participating bidders shall pay transaction for @ 0.03% (plus tax @ 18% towards transaction fee to be paid electronically online through payment gateway services provided by ICICI and HDFC banks using their credit cards. (7) The successful bidder should pay an amount of Rs. 0.04% of ECV (estimated contract value) with a cap of Rs.10, 000 (Rupees ten thousand only) for all works with ECV up to Rs.50 Crores, and Rs.25, 000/- (Rupees twenty five thousand only) for works with ECV above Rs.50 Crores. Receipt of the same shall submit to the, Commissioner, Shamshabad Municipality before entering into agreement. (8) Any further information can be obtained from the office of the Shamshabad Municipality. (9) 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 bid and proper acknowledgement shall be obtained invariably. The representation / petition received after the specified time and date shall not be entertained. (10) 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 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. (11) Clause pertaining to deduction of 0.01% of the value of work done as contribution towards Telangana Green fund shall be incorporated in the agreement in lieu of G.O.Ms.No.17, Finance(TFR), Dept,Dt:18.02.2022 & G.O.Ms.No.17, I&CAD(Reforms) Dept, Dt:13.05.2022. NOTE:- a. The date stipulated above is firm and under no circumstances they will be relaxed unless otherwise extended by an official notification or happen to be Public Holidays. b. Any other condition regarding receipt of tenders in conventional method appearing in the tender documents may please be treated as not applicable. c. The tender inviting authority reserves the right to accept or reject any tender or all tenders and to cancel the tendering process, at any time prior to the award of contract, without thereby incurring any liability to the affected tenderer or tenderers or any obligation to inform the affected tenderer or tenderers of the reasons for such action.

Legal Terms & Conditions
As per NIT

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA RANGAREDDY Shamshabad Rajendranagar CHEVELLA
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 27/06/2024 11:05 AM
2 Commercial Stage 27/06/2024 11:10 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 No As per Bid Document
PQ Stage Previously Executed works Standard Yes No As per Bid Document
PQ Stage Key Personnel Standard Yes No As per Bid Document
PQ Stage Works On Hand/Tendered Details Standard Yes No As per Bid Document
PQ Stage Eligibility Criteria Standard No No N/A
Commercial Stage Percentage Wise Rate Secure No No N/A