Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 540643 Enquiry/IFB/Tender Notice Number T.No.10/PJP/2024-25, Date:-29.08.2024
Name of Work PJP- Construction of Primary Health Centre Building at Nagardoddi R&R Center of Dharur(M)- Jogulamba Gadwal(D) Tender Category Works
Tender Type OPEN Estimated Contract Value 1547920.00
Bid Submission Closing Date 11/09/2024 05:00 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name I & CAD - Telangana Circle/Division I & CAD - Telangana-SE, I&CAD, GADWAL MBNR
Tender ID 540643 Enquiry/IFB/Tender Notice Number T.No.10/PJP/2024-25, Date:-29.08.2024
Name of Project Priyadarshini Jurala Project Name of Work PJP- Construction of Primary Health Centre Building at Nagardoddi R&R Center of Dharur(M)- Jogulamba Gadwal(D)
Estimated Contract Value(INR)
1547920.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 6
Type of Work Civil Engineering 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
548 (INR)
Tender Dates
Bid Submission Start Date & Time 04/09/2024 11:00 AM Bid Submission Closing Date & Time 11/09/2024 05:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids SUPERINTENDING ENGINEER IRRIGATION CIRCLE GADWAL Bid Opening Authority SUPERINTENDING ENGINEER IRRIGATION CIRCLE GADWAL
Address O/o The Superintending Engineer, Irrigation Circle Contact Details 9182562401
Email segdl.irr@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.1.00 RESERVED FOR SC CONTRACTORS ONLY Exempted,Online Payment,Challan Generation

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Contractor Registration COMMON Mandatory
2 Latest IT COMMON Mandatory
3 PAN Card COMMON Mandatory
4 GSTIN COMMON Mandatory
5 AS per the tender document COMMON Mandatory
6 sc caste certificate COMMON Mandatory

General Terms and Conditions / Eligibility
) Individual / Firm/ Company registered as _________________(appropriate class & category of contract may be incorporated according to the nature of work and as per ECV Value) with Government of Telangana / erstwhile Andhra Pradesh with valid Registration in terms of (I) ) G.O.Ms.No: 94, I&CAD (PW-COD) Dept, Dated: 01-07-2003. -----( Specify required Class & Category) Class-III(CIVIL) & above 2) GO Ms No.130 I & CAD (PW: Reforms) Dept, Dt 22-05-2007 Class-III(CIVIL) 3) GO Ms No.66 I & CAD (Reforms) Dept, Dt 20-04-2015. Class-V(CIVIL AND ABOVE) 4) GO Ms No.67 I & CAD (Reforms) Dept, Dt 20-04-2015. Class-V(CIVIL) AND ABOVE 2) In case of J.V, the partner of the J.V group should have a valid registration in appropriate class with the Government of Telangana / erstwhile Andhra Pradesh as on date of submission of bids. 3) Any member of JV who has applied for / availed corporate debt restructuring (CDR) / Strategic Debt Restructuring (SDR) during last five (5) financial years and continuing to be under the same as on the date of tendering i.e., ............... is not eligible to participate in the bid. A certificate from chartered accountant to the effect that CDR/SDR not applied / not availed/ not continuing under CDR/SDR shall be uploaded by the bidder. 4) In case of joint ventures, the eligibility criteria will be considered on the basis of combined resources of the JV members, subject to the provisions of the bid document. 5) The total members in the Joint venture shall not be more than 3 (Three) 6) In case of Joint Venture, the JV members should have entered into a legally valid Agreement for joint and several responsibilities and submit along with bid. The name of the Lead Member shall be defined. The Lead Member?s share shall be not less than 51% in the joint venture. The other two members share shall not be less than 20%. The share of each member including lead Member shall be exhibited in the JV Agreement. In case of JV for pump house packages the conditions of joint and several responsibilities is applicable to all the JV partners except the JV partner who is responsible for pump/motor components and the responsibility & liability of such JV partner shall be limited to his share. However, the lead partner of the JV shall be responsible and liable for all contractual obligations/ responsibilities for completion of entire work. 7) The JV Agreement should clearly exhibit the responsibilities of the JV members. The non lead members of the JV shall execute a Power of Attorney in favour of the Lead Member authorizing the Lead Member to conduct all business for and on behalf of the JV during (a) Tendering process and (b) execution and for successful performance of the work including the Defect Liability in case of award of work. The Lead Member shall execute a Power of Attorney in favour of one of its officers to be the Authorized Signatory for signing the Bid Documents and also to undertake all other acts and deeds on the behalf of the JV in connection with the Bid and the Contract. 8) The JV firm should furnish an undertaking from all the members that in case of award of work, the J.V Agreement deed is irrevocable by any one or all the members together until 3 months after the completion of the contract period including the defect liability period. 9) The JV Agreement should also include JV members to agree that the above undertaking to be without any prejudice to the various liabilities of the members of the JV (Bidder) including the performance security deposit as well as all the other obligations of the contract. 10) In case of J.Vs in meeting the requirement of eligibility criteria except ?Available bid capacity?, the experience of each of the members of J.V shall be added together to arrive the combined experience of the J.V to determine the tenderers compliance with eligibility criteria, subject to satisfying minimum criteria stipulated for members of the JV in the subsequent clauses. Regarding available bid capacity, in case of joint venture the available bid capacity will be applied for each member to the extent of his participation in the execution of the works according to the J.V agreement. 11) The experience of the work for which bids are invited shall be shared among the members of J.V. in the same ratio of their JV participation in the work. 12) No member of Joint Venture shall be member of another Joint Venture for bidding the same work. All such bids in that particular work shall be disqualified.

General Technical Terms and Conditions (Procedure)
B) Satisfactorily completed, (not less than 90% of physical contract value) as a PRIME CONTRACTOR or as a sub-contractor ( duly certified by the Executive Engineer and counter signed by Superintending Engineer ) similar works- Mechanical Works i.e. Manufacture and supply of gantry crane / Spillway Gates, Fabrication & Erection of Barrage Gates / spillway Gates (indicate broad nature of work) of value not less than Rs: 744.13 lakhs (usually 50% of Estimate contract value of the work) in any one financial year, during last ten financial years as specified above updated to current price level giving a weightage of 10% per year. (DELETED) DELETED as per G.O.66 a) Executed the following in any two financial years during the last ten financial year physical quantities. (Usually 50% of the expected peak quantities of construction per year). (DELETED) Note for the Tender Inviting Authority: 1. Only items which have 25% or more weightage shall be mentioned except in case of specialized items. In case of specialised items, the Tender document approving authority shall invariably justify the same. Generic item quantities can be clubbed. 2. The qualification criteria at clause 3.3 A will not made applicable for the works costing Rs 10.00 crores (ECV) and below. 3. In case the current financial year is claimed by the bidder, the last 10 ten financial years would be including the current financial year otherwise the last 10 ten financial years would be excluding the current financial year. B). Net Liquid assets / credit facilities : Deleted. C) Contractor Registration certificate of appropriate class in Government of Telangana / Erstwhile Andhra Pradesh. D) Necessary D.D / B.G towards E.M.D. as per tender documents. E) Transaction fee at 0.03% of ECV+14.50 % Service tax as applicable on 0.03% of ECV through the electronic payment Gateway subject to ceilings mentioned in clause 12.6. F) Bid capacity Deleted as per G.O.66 The bidders who meet the above qualification criteria and whose available bid capacity is more or equal to the estimated contract value will only be qualified for opening of Price bid. The available bid capacity will be calculated as under: Available Bid Capacity: (3 * A * N ? B) Where, 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) 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 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-I. OR Certificate from Chartered Accountant financial year wise towards contracts of Civil engineering works executed, supported with P&L Account Statement. N = Number of years prescribed for completion of the work for which Tenders are invited. [Period upto 45 days to be taken as half year and more than 6 months upto one year as one year] B = Updated value (at current Price level), of all existing Commitments i.e., ongoing works to be executed during the Period of completion of the work for which Tenders are invited. Annual turnover of the bidder based on Civil Engineering works executed and also the balance value of works on hand etc., shall be updated by giving weightage of 10% per year to bring them to current price level. Note: a) Sub-contractor?s experience, in his name will be taken in to account in determining the Bidder?s compliance to the Qualification criteria, duly certified by the EE and countersigned by SE. b) In case of Joint venture works, the experience gained to the extent of the bidder?s share shall be taken in to account in determining the bidder?s compliance with the qualification criteria. c) The experience gained by the bidders by execution of private works & foreign works shall not be considered in determining the bidder?s compliance to the qualification criteria. If the prime contractor desires to sub-let a part of the work he should submit the same at the time of filing tenders or during execution, giving the name of the proposed Sub-Contractor, along with details of the qualification and experience. The Tender Accepting Authority will verify the experience of the proposed Sub-Contractor and if the Sub-Contractor satisfies the qualification criteria in proportion to the value of work proposed to be sub-let, he may permit the same. The total value of works to be awarded on sub-letting shall not exceed 45% of contract value. The extent of subletting shall be added to the experience of the sub-contractor and to that extent deducted from that of the main contractor. No qualification criteria shall be considered for sub-letting the works upto Rs 50 Crores for local entrepreneurs verified with Adhar Card. However, considering the annual turnover based on the certificate issued by chartered accountant as well as the income tax returns filed in the corresponding year and based on the valid registration in the class and categories mentioned in the NIT, works up to Rs 50 crores would be permitted to be sub-letted. If the part of work is to be sublet during execution, i.e., within the agreement period or beyond the agreement period (EOT), the sub contractor shall satisfy the qualification criteria proportionate to proposed value of subletting according to the qualification prescribed in the tender document only. G 1) Each bidder should demonstrate: Deleted Availability (either owned (or) leased) of the following major key and critical equipments costing more than Rs 10.00 lakhs for this work In case of owned equipments, the bidder has to upload either a certificate issued by the Executive Engineer, with in the block period (or) a Declaration on non judicial stamp paper worth Rs 100/- as prescribed in Statement V along with 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 leasee, 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. 2) Quality control laboratory. Deleted: For all works costing more than Rs.200.00 Lakhs, the contractor shall show proof owning/leasing quality control testing equipment. The following equipments are required. (Specify the type and number of equipments required for the work) Note: The bidder has to upload a certificate issued by the Executive Engineer with in the Block period towards owning Quality control laboratory equipment (or) proof of tie up with an established Quality control testing laboratory suitable for the tendered work. The bidders may also furnish a declaration on non judicial stamp paper worth Rs 100/- as prescribed in Statement V along with sufficient documentary proof in support of owning the Quality Control testing lab equipments such as Invoice / certificate of registration by the competent authority. No payment shall be made by the Government as it is a part of the rate structure. 3) Availability of the Key personnel Graduate Engineer (CIVIL) : 1 No. (Minimum experience of 5 years) Diploma Holders / Graduate Engineer (CIVIL) : 1 No. (Minimum experience of 15 years) No payment shall be made by the Government as it is a part of the rate structure. The bidders shall also upload the consent letters of the technical personnel to work with the bidder during execution of the work along with qualification certificates of the proposed technical personnel. Failing to comply with the above, the bidder looses the opportunity of engaging the technical personnel and liable for penalty of (SSR x 3 times) shall be imposed for engaging technical personnel by the Engineer-in-Charge.

Legal Terms & Conditions
1 After registering on the e-procurement market place, bidders need to scan and upload the required documents as per the tender requirements. 2 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. 3 The bidder shall mandatorily pay the transaction fee to M/s. TSTS, TELANGANA UNIT, HYDRABAD through the electronic payment Gateway. 10.1 i. The bidders who are desirous of participating in e-procurement market place shall submit their technical bids, price bids etc., online in the standard format prescribed in the NIT and tender documents as 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 for their correctness /authenticity. ii. All the bidders shall invariably upload the scanned copies of DD / BG towards EMD in e- Procurement system and this shall be the primary requirement for Technical bid evaluation. iii. The bidder shall furnish a declaration in online stating that the soft copies uploaded 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 from business. iv. The successful bidder shall invariably furnish the original DD / 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 DD / 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 genuineness of the DD / 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. v. The tenders will be opened online in e-procurement platform by the Tender Inviting Authority Superintending Engineer, Irrigation Circle,Gadwal or his nominee at his office on the date and time specified in the NIT. All the statements, documents, certificates, DD / BG etc., uploaded by the bidders will be downloaded for technical bid evaluation. The clarifications, particulars if any required from the bidders will be obtained by addressing the bidders. The technical bids will be evaluated as per the specified parameters/ criteria will be determined. vi. The Department shall carry out the technical bid evaluation solely based on the Uploaded Certificates / documents, DD / BG towards EMD in the e- procurement System. The result of technical bid evaluation will be displayed on the e-procurement market place, for the benefit by all the bidders participated in the tenders. vii. The price-bids of such bidders, who are determined to have complied with the eligibility criteria, i.e., qualified in Technical bid evaluation will only be opened by the Tender Inviting Authority Superintending Engineer, Irrigation Circle,Gadwal or his nominee at his office, on the date and time specified in the NIT, or any other date postponed and notified in the e-procurement platform. viii. If the office happens to be closed 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. ix. If any successful bidder fails to attend the office of the agreement concluding authority on or before the time specified will be suspended from participating in the tenders on e-Procurement platform for a period of 3 years besides forfeiting the EMD. 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. x. Any other details can be had from the Office of the Tender Inviting Authority Superintending Engineer, Irrigation Circle,Gadwal. 11. BID OFFER: 11.1 Bill of Quantities or Schedule ?A? and the bid offer accompanies the tender document as Volume-II. It shall be explicitly understood that the Tender Inviting Officer does not accept any responsibility for the correctness or completeness of this schedule ?A? and this schedule ?A? is liable to alterations by omissions, deductions or additions at the discretion of the Superintending Engineer or as set forth in the conditions of the contract. The Schedule ?A? shall contain the items of work indicated as part? I and LS provisions towards reimbursable items as part?II. The percentage quoted by the bidder shall be applicable only to part ?I. However, the provisions contained in the part ? II will be operable based on the conditions provided in the Tender Document. The bidders will have to state clearly their willingness to execute the work at certain specific percentage of excess or less or at par of the ECV indicated in Part-I at the space provided therein in Schedule ?A?. The L.S. amounts indicated in part-II are maximum reimbursable amounts. The bidder should however quote his lump sum tender based on this schedule of quantities. He should quote his offer as a overall tender percentage. 11.2 The Schedule ?A (or Price-bid) contains not only the quantities but also the rates worked out by the Department and the amount for each item and total value of the estimated contract. The bidder should workout his own rates keeping in view the work, site conditions and quote his overall tender percentage with which he intends to execute the work. 11.3 The tender offer shall be for the whole work and not for individual items / part of the work. 11.4 i) GST, NAC, Seigniorage Charges and Labour cess are reimbursable as specified at Annexure II of Schedule A. ii) All other duties, taxes and other levies payable by the contractor as per State / Central Government rules in vogue as on the last date of submission of price bid are deemed to have been included in the tender percentage quoted by the bidder. iii) Seigniorage Charges : The Seigniorage charges shall be recovered from the bills of the contractor on the work done and measured quantities at the rates prescribed in G.O.Ms.No.67 (INDUSTRIES AND COMMERCE (M.I) DEPARTMENT) Dated:26.09.2015 and same shall be reimbursed. The rates are liable to be revised and amended from time to time by the State Government. In case of revision, the revised rates as fixed by the State Government have to be adopted. The difference of the Seigniorage Charges adopted in the estimate and the revised rates amended from time to time by the State Government will be reimbursed to the Contractor. 11.5 The tendered contract amount, as computed based on overall tender percentage, is subject to variation during the performance of the Contract in accordance with variation in quantities etc. 11.6 Charges payable to M/s TSTS, HYDRABAD. The service charges payable to M/s TSTS, Hyderabad are as indicated below. The participating bidders will pay transaction fee @ 0.03% of ECV (Estimated contract value) + -------- % Service tax as applicable on 0.03% of ECV of Rs: ------------------/- (The ceiling amount of Transaction fee for works costing ECV upto Rs 50.00 Crores is Rs 10,000.00 + -------- % Service Tax as applicable on Rs.10,000/- and for works costing with ECV above Rs 50.00 Crores, the ceiling amount of transaction fee is Rs 25,000.00+-------- % Service Tax as applicable on Rs.25,000/-). All the participating bidders shall electronically pay the transaction fee to the Service provider through Payment Gateway service on e-procurement platform. Payment of transaction fee by the participating bidders through the Electronic Payment Gateway is made mandatory for tenders. Service tax as levied by the GOI on transaction fee; electronic payment gateway charges are to be borne by the bidders. Charges Payable to M/s. TSTS /, HYDRABAD The Successful bidder will pay further fee @ 0.04% of ECV (Estimated contract value) of Rs: 59530.34/- payable to the Managing Director, APTS to create an e-Procurement fund to be administered by TSTS (The ceiling amount of the above fee for works costing ECV upto Rs 50.00 Crores is Rs 10,000.00 and for works costing with ECV above Rs 50.00 Crores is Rs 25,000.00). ?e? Procurement Corpus Fund: The successful bidder shall have to pay ?e? procurement corpus fund @ 0.04 % of ECV with a cap of Rs. 10,000/- ( Rupees Ten Thousand only) through demand draft in favour of . at the time of concluding agreement. The above fee is payable by the successful bidder through a D.D. drawn in favour of Managing Director, TSTS Unit, Hyderabad at the time of conclusion of the agreement. The said DD shall be sent to Managing Director, TSTS / by the Superintending Engineer who is entering in to agreement with the successful bidder. Validity of Tenders: 11.7 Tenders shall remain valid for a period of not less than 90 days from the last date of receipt of Tenders. 11.8 During the above-mentioned period no plea by the bidder to withdraw the tender or for any sort of modification of the tender based upon or arising out of any alleged misunderstanding or misconceptions or mistake or for any other reason, will be entertained. If the bidders withdraw their tender during validity period prior to award of the work, the bidder will be blacklisted duly forfeiting the EMD. 11.9 In exceptional circumstances, prior to expiry of the original validity period, the Tender Inviting Officer may request the bidders to extend the period of validity of the tender for a specified additional period. Such request to the Bidders shall be made in writing. A bidder may accept or refuse the request without forfeiting the E.M.D. A bidder agreeing to the request will not be permitted to modify his Tender, but will be required to extend the validity of his E.M.D. for a period of the extension of validity of the tender. 12. EARNEST MONEY DEPOSIT All the bidders shall invariably upload the scanned copies of DD / BG towards EMD as indicated in the NIT along with the tender in e-Procurement system and this will be the primary requirement to consider the tender for technical bid evaluation. 12.1 The DD / BG shall be from a Nationalized Bank / Scheduled Commercial Bank valid for a period of 3 Months from the date of issue of tender notice. However, the validity of DD/BG shall be extended up to 90 days from the last date of bids requested by the Tender Inviting Authority. Xerox copy of the DD towards EMD is to be scanned and uploaded along with the Bid. Further, the 1% E.M.D. paid by the successful Bidder at the time of submission of hard copies of Tender documents in the shape of Demand Draft will be discharged if the Bidder furnishes Bank Guarantee for the full EMD of 2�% at the time of concluding agreement. 12.2 This EMD can be in the form of: a) A bank demand draft on any Nationalized bank / Scheduled Commercial Bank b) A bank guarantee in the form given in Section 8, from a Nationalized Bank / Scheduled Commercial Bank. 12.3 The earnest money deposited by the successful Bidder will not carry any interest and it will be dealt with as provided in the conditions stipulated in the tender. The E.M.D. given in the form of Bank Guarantee on a Nationalized Bank/Scheduled Commercial Bank shall be valid for the duration of contract period plus defect liability period of two years for Civil works and five years for Electro-Mechanical works and in case any valid extension of contract period is granted, the validity of BG shall also be extended for the corresponding period. :BG NOT APPLICABLE 12.4 The E.M.D. shall be forfeited. (a) If the Bidder withdraws the Tender during the validity period of Tender. (b) In the case of a successful bidder, if he fails to sign the Agreement within the stipulated time for whatever the reason. 12.5 In case of the Executive Engineer / Superintending Engineer /Chief Engineer / Commissionarate of Tenders undertake to investigate and to take into account each tender and in consideration of the work thereby involved, all earnest money deposited by the Bidder will be forfeited to the Government in the event of such Bidder either modifying or withdrawing his tender within the said validity period of 3 Months. 13. SIGNING OF TENDERS. 13.1 If an individual makes the tender, it shall be signed by him with his full name and his address. If it is made by a firm, it shall be signed with the co-partnership name by a member of the firm, who shall also sign and furnish his own name, and address of each member of the firm. If the tender is made by a corporation it shall be signed by a duly authorized officer who shall produce, with his tender, satisfactory evidence of his authorization. Such tendering corporation may be required before the contract is executed, to furnish evidence of its corporate existence. Tenders signed on behalf of G.P.A. holder will be rejected. 13.2 The Tender shall contain no alterations or additions, except those to comply with instructions issued by the Tender Inviting Officer, or as necessary to correct errors made by the Bidder, in which case all such corrections shall be initiated by the person signing the Tender. 13.3 No alteration which is made by the Bidder in the contract form, the conditions of the contract, the drawings, specifications or statements / formats or quantities accompanying the same will be recognized; and, if any such alterations are made the tender will be void.

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA JOGULAMBA GADWAL Dharoor GADWAL NAGAR KURNOOL
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 11/09/2024 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