Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 544661 Enquiry/IFB/Tender Notice Number T.No.14/PJP/2024-25, Dated:12.09.2024
Name of Work PJP- Construction of Primary Health center 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 26/09/2024 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 544661 Enquiry/IFB/Tender Notice Number T.No.14/PJP/2024-25, Dated:12.09.2024
Name of Project Priyadarshini Jurala Project Name of Work PJP- Construction of Primary Health center 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 19/09/2024 11:00 AM Bid Submission Closing Date & Time 26/09/2024 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.15500.00 Demand Draft in favour of Assistant Pay and Accounts Officer, PJP Unit, Gadwal Online Payment,Challan Generation

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Valid Contractor Registration COMMON Mandatory
2 Latest IT COMMON Mandatory
3 PAN Card COMMON Mandatory
4 AS per tender Document COMMON Mandatory

General Terms and Conditions / Eligibility
i) Possess the valid registration in the class and categories mentioned in the NIT and satisfy all the Conditions therein. ii) Are not blacklisted or debarred by the Government of Telangana and any other Governments (State & Central) in India (or) suspended from the business by the Registering Authority for whatever the reason, prohibiting them not to continue in the contracting business iii) Have complied with the eligibility criteria and other conditions specified in the NIT and tender document are only eligible to participate in the tender. iv) The bidder should be cumulatively net profit making during the last Ten Financial Years. In case of JV, all members shall be cumulatively net profit making during the last Ten Financial Years.(i.e., the combined total profit and loss put together in the last Ten Financial Years should be in profit.) 2.2 Bidders Ineligible to Tender: i) The Bidder / Firms 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., last date of tendering are not eligible to participate in the Bid. ii) A retired employee of the Govt. of Telangana / erstwhile Govt. of AP or Govt. of India is disqualified from tendering for a period of two years from the date of retirement except with the prior permission of the Government. iii) The Bidder who has employed any retired employee as mentioned above shall be considered as an ineligible bidder. iv) The contractor himself or any of his employees is found to be an officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor?s employment within a period of 2 years from the date of his retirement. v) The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor?s service. vi) Contractor shall not be eligible to tender for works in the division / circle where any of his near relatives are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on the Engineering side and Divisional Accounts Officer and above on the administrative side. The Contractor may intimate the names of persons who are working with him in any capacity or are subsequently employed. He may also furnish a list of Gazetted / Non-Gazetted, State Government Employees related to him. vii) Note: Near relatives include 1. Sons, stepsons, daughters, and stepdaughters. 2. Son-in-law and daughter-in-law. 3. Brother-in-law and sister-in-law. 4. Brothers and Sisters. 5. Father and Mother. 6. Wife / Husband. 7. Father-in-law and Mother-in-law 8. Nephews, nieces, uncle and aunts 9. Cousins and 10. Any person residing with or dependent on the contractor. 3. QUALIFICATION DATA OF THE BIDDERS 3.1 The Bidder shall furnish the following particulars in the formats enclosed, supported by documentary evidence as specified in the formats. Failure to comply with the condition, the bid shall be considered incomplete and summarily rejected. a) Attested copies of documents relating to the Registration of the firm / company, Partnership deed / Articles of Association Note: The Partnership firms, which are registered as Contractors shall intimate the change in partners if any, within one month of such change. Failure to notify the change to the registration authority in time will entail the firms to forfeit their registration and their tender will be rejected. It is the responsibility of the bidders to upload the proof of intimation of change of partners if any to the Registering authority within one month of such change along with the tender. The acceptance by the Registration authority if any may also be uploaded. b) Details of value of Civil Engineering works executed in the last 10 financial years (i.e. from 2014-2015 to 2023-2024) ) by the Bidder in Statement-I with supporting certificates.(DELETED) c) Details of similar works completed (not less than 90% of physical contract value) by the bidder during the last ten financial Years (i.e. from 2014-2015 to 2023-2024) in Statement-II with supporting certificates.(DELETED) d) Details of required physical Quantities of work executed by the bidder in the last 10 financial years (i.e. from 2014-2015 to 2023-2024) in Statement ? III with supporting certificates. (This is not required for works costing upto Rs. 10 crore). .(DELETED) e) Details of existing commitments of the bidder i.e., works on hand in Statement-IV-(A) with Supporting Certificates and also details of tenders Participated/submitted in Statement ?IV(B) .(DELETED) f) Availability of Key & critical construction and quality control equipments with the bidder in Statement - V.(DELETED) g) Availability of key personnel with the bidder for administration / site management and execution viz., technical personnel required for the work (Statement-VI) .(DELETED) h) Information regarding any litigation, with Government during the last five years, in which the Bidder is involved in (Statement-VII) .(DELETED) i) Availability of working capital for the work [Liquid assets, credit facility and availability of other financial resources]. .(DELETED) Clause b to i deleted j) Aadhar Card k) Pan card and IT returns latest l) Commercial tax /VAT/GST Registration and Clearance certificate m) The bidders shall furnish a declaration online stating that the soft copies uploaded by them are genuine. Any incorrectness/ deviation noticed would be viewed seriously and apart from cancelling of the Tender and forfeiting EMD, criminal action would be initiated including suspension of Business. n) The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones. .(DELETED) o) deleted 3.2 Deleted A) General requirements: 1) 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. 3.3 QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID. A) To qualify for opening the Price Bid 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 th

General Technical Terms and Conditions (Procedure)
6.1 One set of Tender document, comprises of the following: Technical bid 1) Notice Inviting Tenders (NIT) 2) Instruction to Bidders 3) Forms of Tender and qualification information 4) Conditions of Contract. 5) Specifications. 6) Drawings. 7) Forms of Securities, EMD, Additional Security etc., Price bid 1) Bill of Quantities and Price bid. 7. CLARIFICATION ON TENDER DOCUMENTS 7.1 A prospective bidder requiring any clarification on Tender documents may contact the Tender Inviting Officer at the address indicated in the NIT. The Tender Inviting Officer will also respond to any request sought for clarification, either received through post or in person, should be before ? (date to be specified). 8. AMENDMENT TO TENDER DOCUMENTS 8.1 Before the last date for submission of Tenders, the Tender Inviting Authority may modify any of the Contents of the Tender Notice, Tender documents by issuing amendment / Addendum. 8.2 Any addendum / amendments issued by the Tender Inviting Authority shall be part of the Tender Document and it shall be notified in online through corrigendum. 8.3 To give prospective Bidders reasonable time to take an Addendum / Amendment into account in preparing their tenders, the Tender Inviting Authority invariably extend, the last date for submission of tenders by providing a minimum period of 7 days between date of publication of such Addendum / Amendment and the last date for submission of tenders. 8.4 It is the responsibility of the bidders to take notice of such Addendums / Amendments till the last date / time stipulated for submission of tenders. No plea of the bidders, who fail to take note of such Addendums / Amendments, will be entertained. C. PREPARATION OF TENDERS. 9. LANGUAGE OF THE TENDER. 9.1 All documents relating to the tender shall be in the English Language only. 10. DOCUMENTS COMPRISING OF THE TENDER. 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 a

Legal Terms & Conditions
as shown in the drawings and described in the specifications deposited in the office of the Superintending Engineer, PJP Circle No,I,,Gadwal with such variations by way of alterations or additions to, and omissions from the said works and method of payment as provided for in the ?conditions of the contract? for the sum of Rupees?????? or such other sum as may be arrived under the clause of the standard preliminary specifications relating to ?Payment on lump-sum basis or by final measurement at unit rates? I/WE have also quoted percentage (both in words and figures) excess or less or at par on E.C.V., in Schedule ?A? Part-I, annexed for which I/We agree to execute the work when the lump sum payment under the terms of the agreement is varied by payment on measurement quantities. I/WE have quoted Percentage excess or less or at par on E.C.V., in Schedule ?A? Part ? I. In case of any discrepancy between the percentage excess or less or at par on E.C.V., the percentage quoted in words only shall prevail. I/WE agreed to keep the offer in this tender valid for a period of Three months/ mentioned in the tender notice and not to modify the whole or any part of it for any reason within above period. If the tender is withdrawn by me/us for any reasons whatsoever, the earnest money paid by me/us will be forfeited to Government I/WE hereby distinctly and expressly, declare and acknowledge that, before the submission of my/our tender I/We have carefully followed the instructions in the tender notice and have read the A.P.S.S. and the preliminary specifications therein and the A.P.S.S. addenda volume and that I/We have made such examination of the contract documents and the plans, specifications and quantities and amendments if any the location where the said work is to be done, and such investigation of the work required to be done, and in regard to the material required to be furnished as to enable me/us to thoroughly understand the intention of same and the requirements, covenants, agreements, stipulations and restrictions contained in the contract, and in the said plans and specifications and distinctly agree that I/We will not hereafter make any claim or demand upon the Government based upon or arising out of any alleged misunderstanding or misconception /or mistake on my / our part of the said requirement, covenants, agreements, stipulations, restrictions and conditions etc. I / WE shall not assign the contract or sublet any portion of the same except the conditions in clause 5.1 of General conditions of contract. In case if it becomes necessary such subletting with the permission of the Executive Engineer shall be limited to (1) Labour contract, (2) Material contract, (3) Transport contract and (4) Engaging specialists for special item of work enjoined in A.P.S.S. IF MY / OUR tender is not accepted the EMD shall be returned to me / us on application when intimation is sent to me/us of rejection or at the expiration of three Months from last date of receipt of this tender, whichever is earlier. If my / our tender is accepted the earnest money shall be retained by the Government as security for the due fulfillment of this contract. If upon written intimation to me/us by the Superintending Engineer / Executive Engineer?s Office, I / We fail to attend the said office on the date herein fixed or if upon intimation being given to me/us by the Superintending Engineer / Executive Engineer or acceptance of my/our tender, and if I / We fail to make the additional security deposit or to enter into the required agreement as defined in condition-3 of the tender notice, then I / We agree the forfeiture of the earnest money. Any notice required to be served on me/us here under shall be sufficiently served on me/us if delivered to me/us hereunder personally or forwarded to me/us by post to (registered or ordinary) or left at my/our address given herein. Such notice shall if sent by post be deemed to have been served on me/us at the time when in due course of post it would be delivered at the address to which it is sent. I / WE fully understand that the written agreement to be entered into between me/us and the Government shall be the foundation of the rights of the both the parties and the contract shall not be deemed to be complete until the agreement has first been signed by me/us and then by the proper officer authorized to enter into contract on behalf of Government. I AM/WE ARE professionally qualified and my/our qualifications are given below: Name Qualification I / WE will employ the following technical staff for supervising the work and will see that all of them are always at site during working hours, personally checking all items of works and to pay extra attention to such works as required special attention (e.g.) Reinforced concrete work etc. Name of members of technical staff proposed to be employed Qualification. I / WE declare that I/WE agree for recovery of the salaries of the technical staff actually engaged on the work by the department, from the work bills, if I/We fail to employ technical staff as per the tender condition. BIDDERS / CONTRACTOR?S CERTIFICATE. (1) I/WE hereby declare that I / We have perused in detail and examined closely the A.P Standard Specifications, all clauses of the preliminary specifications with all amendments and have either examined all the standards specifications or will examine all the standard specifications for items for which I/We tender, before I/We submit such tender and agree to be bound and comply with all such specifications for this agreement which I/We execute in the -----------------Department. (2) I / WE certify that I / we have inspected the site of the work and required quarries before quoting my / our Percentage excess or less or at par on ECV, I /we have satisfied about the quality, availability and transport facilities for stones, sand and other materials. (3) I / WE am/are prepared to furnish detailed data in support of all my quoted percentage, if and when called upon to do so without any reserVAT/GSTions. (4) I / WE hereby declare that I / We will accept the recovery of further security deposit of 7 �% from Running Account bills. (5) I / WE hereby declare that I am / we are accepting to reject my tender in terms of condition 3.80 of instructions to bidders. (6) I / WE hereby declare that I am / we are accepting for the defect liability period as prescribed. (7) a) I / We declare that I / WE will procure the required construction materials including earth and use for the work after approval of the Engineer-in-Charge. The responsibility for arranging and obtaining the land for borrows and or exploration in any other way shall rest with me/us for the materials for construction, if not specified otherwise. I/We shall ensure smooth and un-interrupted supply of materials. b) I/We declare that the responsibility for arranging and obtaining the land for disposal of spoil/soil not useful for construction purposes shall rest with me/us. c) I/We declare that I/We shall not claim any compensation or any payment for the land so arranged for disposal of soil and the land for borrow area. My / our quoted percentage excess or less or at par on ECV., is inclusive of the land so arranged and I / We will hand over the land so arranged for disposal of soil to; the department after completion of work. d) I/We declare that I/WE will not claim any extra amount towards any material used for the work other than the quoted items for respective schedule ?A? items. e) I/We declare that I/WE will execute the work as per the mile stone programme, and if I/WE fail to complete the work as per the mile stone programme I / We abide by the condition to recover liquidated damages as per the tender conditions. (f) I/We declare that I/WE will abide for settlement of disputes as per the tender conditions. DECLARATION OF THE BIDDER. 1) I/WE have not been black listed in any department in Telangana or in any State due to any reasons. 2) I/WE have not been demoted to the next lower category for not filing the tenders after buying the tender schedules in a whole year and my/our registration has not been cancelled for a similar default in two consecutive years. 3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and to summarily reject my/our tender. 4) I/WE agree to disqualify and blacklist me/us, if it comes to the notice of tender inviting authorities that the documents submitted by me /us are not genuine. Address of the Bidder: . Phone No.: Fax No.: CONTRACTOR. A. GENERAL CONDITIONS OF CONTRACT 1. Interpretation: 1.1 In interpreting these Conditions of Contract, singular also means plural, male also means female, and vice-versa. Headings have no significance. Works have their normal meaning under the language of the contract unless specifically defined. The Engineers-in-charge will provide instructions clarifying queries about the conditions of Contract. 1.2 The documents forming the Contract shall be interpreted in the following order of priority: 1) Agreement 2) Letter of Acceptance, notice to proceed with the works 3) Contractor?s Tender (Technical bid) 4) Conditions of contract 5) Specifications 6) Drawings 7) Bill of quantities (Price-bid) 8) Any other document listed as forming part of the Contract. 2. Engineer-in-Charge?s Decisions: 2.1 Except where otherwise specifically stated, the Engineer-in-charge will decide the contractual matters between the Department and the Contractor in the role representing the Department. 3. Delegation: 3.1 The Engineer-in-charge may delegate any of his duties and responsibilities to other officers and may cancel any delegation by an official order issued. 4. Communications: 4.1 Communications between parties, which are referred to in the conditions, are effective only when it is in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act). 5. Sub-contracting: 5.1 If the prime contractor desires to sub-let a part of the work, he should submit the same at the time of filing tenders itself or during execution, giving the name of the proposed Sub-contractor, along with details of his qualification and experience. The Tender Accepting Authority should verify the experience of the 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. It is the responsibility of the main contractor to clear the liabilities if any that arise on the portion of the work executed by the sub contractor till the end of the defect liability period of the work. 6. Other Contractors: 6.1 The Contractor shall cooperate and share the Site with other contractors, Public authorities, utilities, and the Department. The Contractor shall also provide facilities and services for them as directed by the Engineer-in-charge. 7. Personnel: 7.1 The Contractor shall employ the required Key Personnel named in the Schedule of Key Personnel to carry out the functions stated in the Schedule or other personnel approved by the Engineer-in-charge. The Engineer-in-charge will approve any proposed replacement of Key Personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule. 7.2 The technical personnel should be on full time and available at each work site whenever required by Engineer- in- Charge to take instructions. 7.3 The names of the technical personnel to be employed by the contractor should be furnished in the statement enclosed separately. 7.4 In case the contractor is already having more than one work on hand and has undertaken more than one work at the same time, he should employ separate technical personnel on each work. 7.5 If the contractor fails to employ technical personnel the work will be suspended or department will engage a technical personnel and recover the cost (SSR x 3 times) thereof from the contractor. 7.6 If the Engineer-in-charge asks the Contractor to remove a person who is a member of Contractor?s staff or his work force stating the reasons, the Contractor shall ensure that the person leaves the site forthwith and has no further connection with the work in the contract. 8. Contractor?s Risks: 8.1 All risks of loss or damage to physical property and of personnel injury and death, which arise during and in consequence of the performance of the Contract, are the responsibility of the Contractor. 9. Insurance: 9.1 Workmen Compensation: It shall be the contractor?s sole responsibility to protect the public and all his employees (Skilled, Semi-skilled and Unskilled) against accident from a cause and he shall indemnify the government against any claim for damages or injury to person or property, resulting, from any such accidents and shall where the provision of the workmen?s compensation Act apply, take steps to properly insure against any claims there under at his own cost and the bidder shall obtain appropriate insurance policy towards this. Appropriate Insurance policy shall be submitted to Executive Engineer within 1st RA bill or within 2 months from the date of Agreement which ever is earlier. 10. Site Inspections: 10.1 The contractor should inspect the site and also proposed quarries of choice for materials, source of water and quote his percentage including quarrying, conveyance and all other incidental charges etc. 10.2 The responsibility for arranging the land for borrow area rests with the Contractor and no separate payment will be made for procurement or otherwise. The contractor?s quoted percentage will be inclusive of land cost. 11. Contractor to Construct the Works: 11.1 The Contractor shall construct and Commission the Work in accordance with the specifications and Drawings. 12. Diversion of streams / Vagus / Drains. 12.1 The contractor shall at all times carry out construction of cross drainage works in a manner creating least interference to the natural flow of water while consistent with the satisfactory execution of work. The contractor at his cost shall form a temporary diversion wherever necessary. No extra payment shall be made for this work. 12.2 No separate payment for bailing out sub-soils, water drainage or locked up rain water for diversion, shoring, foundations, bailing or pumping water either from excavation of soils from foundations or such other incidental will be paid. The percentage to be quoted by the contractor is for the finished item of work in situ and including all the incidental charges. The borrow pits are also to be de-watered by the contractor himself at his e

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 26/09/2024 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