Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 528807 Enquiry/IFB/Tender Notice Number 60/NAC/2024
Name of Work Construction of Expansion of the Centralized Waste Processing Facility at new location at the RGIA area, Shamshabad. Tender Category Works
Tender Type OPEN Estimated Contract Value 39211794.00
Bid Submission Closing Date 02/08/2024 12:00 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name NOTIFIED AREA COMMITTE, RGIA HYD Circle/Division NOTIFIED AREA COMMITTE, RGIA HYD-NAC ,RGIA HYDERABAD
Tender ID 528807 Enquiry/IFB/Tender Notice Number 60/NAC/2024
Name of Project Centralised Waste Processing Facaiity Name of Work Construction of Expansion of the Centralized Waste Processing Facility at new location at the RGIA area, Shamshabad.
Estimated Contract Value(INR)
39211794.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 6
Type of Work Buildings 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
Not Applicable

Transaction Fee Details
11800 (INR)
Tender Dates
Bid Submission Start Date & Time 16/07/2024 10:30 AM Bid Submission Closing Date & Time 02/08/2024 12:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids The Full Time Officer, NAC Bid Opening Authority Full Time Officer, Notified Area Committee , RGIA,
Address Room No 14&15, Cargo satellite Building, 1st floor, C Block RGIA, Shamshabad. 500108 Contact Details 04024008258
Email nacrgia@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.392118.00 Notified Area Committee for Hyderabad International Airport Area 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 Proof of payment of EMD for an amount of Rs.3,92,118.00 COMMON Mandatory
3 Latest IT returns and PAN Card. COMMON Mandatory
4 GST Registration and latest GST returns.Note : Incase, the bidder has GST Registration from out side Telangana, he can participate in the tender subject to the condition that, bidder (without Telangana GST Registration) turns out to be L-1 bidder, GST registration and GST returns in Telangana should be produced before concluding agreement. An undertaking to this effect shall be uploaded online. COMMON Mandatory
5 The bidder shall submit proof of owning Quality control lab or having tie up with established quality lab. (As per bid document). COMMON Mandatory
6 The bidder shall submit litigation history. 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 as a prime contractor should have executed the work of construction of PEB structure & RCC buildings. The bidder as a prime contractor should have executed similar nature of work i.e., pre- engineered Building (PEB) structure or steel structure in the past ten financial years i.e., 01-04-2014 to 31-03-2024. The bidder shall furnish experience certificate COMMON Mandatory
10 The bidder should have MoU with the manufacturing firm having minimum 5 years experience in the supply and installation of fully automatic organic waste converter machine. COMMON Mandatory
11 The manufacturing firm should have been in the field for the last 10 years and should produce the list of 5 clients i.e., for whom the machinery has been supplied. COMMON Mandatory
12 The bidder shall submit a declaration as per NIT condition no xi, 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
13 Availability key and critical equipment (either owned or leased) duly giving an undertaking declaration on a non-judicial stamp paper of worth of Rs.100/- with sufficient proof of equipment or leased agreement.(As per NIT Condition C) COMMON Mandatory
14 The bidder should furnish the availability of the following key technical personnel having degree / diploma in Engineering with relevant experience.(As per NIT condition d) COMMON Mandatory
15 1) The bidder should produce liquid assets / or credit facilities / Solvency certificates from any Indian Nationalized / Scheduled commercial banks of value not less than Rs.394 Lakhs. The solvency certificate should be in standard format as per G.O. Ms. No 94, I & CAD, Dt: 01.07.2003. COMMON Mandatory
16 2) The assessed available Bid Capacity as per formula (3AN-B) should be greater than the estimate contract value. (in terms of G.O.Rt.No.294 MA&UD (Engg) dept dt:18.07.2020.)- (as per NIT condition e-2) COMMON Mandatory

General Terms and Conditions / Eligibility
Eligibility criteria for opening the Price Bid a) The Civil Contractors having appropriate class of valid Registration with Government of Telangana are eligible. The registration shall be as per following GOs. 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. G.O.Ms.No.67 , I&CAD(Reforms)Dept., Dt.20.4.2015 b) The tenderer should further demonstrate and shall upload necessary certificates:- i) EMD for an amount of Rs.3,92,118.00 In the shape of irrevocable Bank Guarantee pledged in favour of the Full Time Officer, Notified Area Committee for Hyderabad International Airport Area and valid for Six Months from bid submission closing 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 payment modes through ICICI Bank and/or Axis Bank Payment Gateways to facilitate the transaction. ii) Latest IT returns and PAN Card. iii) GST Registration and latest GST returns. Note : Incase, the bidder has GST Registration from out side Telangana, he can participate in the tender subject to the condition that, bidder (without Telangana GST Registration) turns out to be L-1 bidder, GST registration and GST returns in Telangana should be produced before concluding agreement. An undertaking to this effect shall be uploaded online. iv) The bidder shall submit proof of owning Quality control lab or having tie up with established quality lab. (As per bid document). v) The bidder shall submit litigation history. vi) The bidder shall submit proof of latest payment of professional Tax to the commercial tax department of Telangana State. vii) 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. viii) The bidder as a prime contractor should have executed the work of construction of PEB structure & RCC buildings. The bidder as a prime contractor should have executed similar nature of work i.e., pre- engineered Building (PEB) structure or steel structure in the past ten financial years i.e., 01-04-2014 to 31-03-2024. The bidder shall furnish experience certificate issued in this regard by the officer not below the rank of Executive Engineer and countersigned by the Superintending Engineer. ix) The bidder should have MoU with the manufacturing firm having minimum 5 years experience in the supply and installation of fully automatic organic waste converter machine. x) The manufacturing firm should have been in the field for the last 10 years and should produce the list of 5 clients i.e., for whom the machinery has been supplied. xi) 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. Financial Requirement: 1) The bidder should produce liquid assets / or credit facilities / Solvency certificates from any Indian Nationalized / Scheduled commercial banks of value not less than Rs.394 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 as per formula (3AN-B) should be greater than the estimate contract value. (in terms of G.O.Rt.No.294 MA&UD (Engg) dept dt:18.07.2020.) A= Maximum value of civil engineering works executed/in progress in its name in any one financial year during the last ten financial years (updated to current Price level i.e., 2024-25) taking into account the works completed as well as works in progress. Attach certificate(s) issued by the Executive Engineer(s) concerned and counter signed by Superintending Engineer(s) or Equivalent Rank officer(s) showing work wise / year wise value of work done in respect of all the works executed / in progress by the bidder during last ten financial years as per statement 1. OR Certificate obtained from ?Statutory Auditor?/Chartered Accountant indicating details of financial year wise contracts of Civil Engineering Works executed, supported with profit & Loss Account statement. N= Number of years prescribed for completion of the work for which Tenders are invited. B= Updated Value (updated to current price level ie. 2024-25 price level) of Existing Commitments and ongoing works, to be completed during the Period of completion of the work for which Tenders are invited. Annual financial turnover and cost of completed works of previous years shall be updated by giving weightage of 10% per year to bring them to current price level. i.e., 2024-25 price level. Note: In case the bidder has sub-let a portion of the work officially, the Sub-Contractor?s / GPA holder?s experience shall not be taken into account in determining the bidder?s compliance with the qualifying criteria towards physical and financial requirement. However, the experience gained in this name as a subcontractor, shall be taken into account in determining bidder?s compliance towards the qualification experience certificate is issued by the Engineer-in-Charge of the State/Central Government department, undertakings not below the rank of Executive engineer or equivalent and countersigned by the officer not below the rank of Superintendent Engineer or equivalent.

General Technical Terms and Conditions (Procedure)
II. 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.in and 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 VAT / GST clearance Certificate, proof of on line payment /BG toward EMD and balance EMD 2.5% 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 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. DD drawn favour of Managing Director, TSTS, Hyderabad and the same shall submit to the, Superintending Engineer (PH), TUFIDC?Unit-III, Mahabubnagar before entering into agreement. (8) Any further information can be obtained from the office of the Superintending Engineer (PH), TUFIDC?Unit-III, Mahabubnagar. (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 (TR) Dept., Dt.18-02-2022.

Legal Terms & Conditions
As per NIT& Bid document

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA RANGAREDDY Rajendranagar 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 02/08/2024 03:01 PM
2 Commercial Stage 02/08/2024 03:06 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