Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 545890 Enquiry/IFB/Tender Notice Number T43/2024-25
Name of Work CONSTRUCTION OF POLICE STATION BUILDING AT MADHIRA OF KHAMMAM DISTRICT (BALANCE WORK)(2ND CALL) Tender Category Works
Tender Type OPEN Estimated Contract Value 5672203.00
Bid Submission Closing Date 07/10/2024 05:00 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name TG STATE POLICE HOUSING CORPORATION LIMITED Circle/Division TG STATE POLICE HOUSING CORPORATION LIMITED-TG STATE POLICE HOUSING CORPORATION LTD
Tender ID 545890 Enquiry/IFB/Tender Notice Number T43/2024-25
Name of Project CONSTRUCTION OF POLICE STATION BUILDING AT MADHIRA OF KHAMMAM DISTRICT (BALANCE WORK)(2ND CALL) Name of Work CONSTRUCTION OF POLICE STATION BUILDING AT MADHIRA OF KHAMMAM DISTRICT (BALANCE WORK)(2ND CALL)
Estimated Contract Value(INR)
5672203.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 06
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
Applicable

Transaction Fee Details
2008 (INR)
Tender Dates
Bid Submission Start Date & Time 23/09/2024 05:00 PM Bid Submission Closing Date & Time 07/10/2024 05:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids CHIEF ENGINEER Bid Opening Authority CHIEF ENGINEER
Address TELANGANA POLICE HEAD QUARTERS COMPOUND TGPHC LTDHYDERABAD 500004 Contact Details 04027855008
Email headoffice@tsphcl.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.57000.00 MANAGING DIRECTOR TGPHCL Online Payment,Challan Generation

Process Fee Details
Process Fee Process Fee Payable To
14160.00(INR) MANAGING DIRECTOR TGPHCL

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Declaration on tender conditions (Statement I) COMMON Mandatory
2 Valid Registration under appropriate Class as mentioned in NIT COMMON Mandatory
3 Transaction fee as mentioned in the tender. COMMON Mandatory
4 Processing fee as mentioned in the tender COMMON Mandatory
5 EMD as mentioned in the tender. COMMON Mandatory
6 Copy of Permanent Account Number (PAN) card. COMMON Mandatory
7 Copy of GST Registration. COMMON Mandatory
8 Details of value of Civil Engineering works executed in the last 5 financial years in the Tenderer?s name in Statement-II with supporting certificates COMMON Mandatory
9 Details of similar works completed as Prime Contractor (in the same name) during the last five financial Years in Statement-III with supporting certificates. COMMON Mandatory
10 Details of single similar work completed as Prime Contractor (in the same name) during the last five financial Years in Statement-IV with supporting certificates. COMMON Mandatory
11 Details of existing commitments i.e., works on hand in Statement-V (A&B) COMMON Mandatory
12 Litigation history in Statement ?VI. COMMON Mandatory
13 Availability of critical / lab equipment in Statement ?VII. COMMON Mandatory
14 Availability of Key personnel in Statement - VIII. COMMON Mandatory
15 Proof of liquid assets in the shape of Solvency certificates etc., for the required amount (in prescribed proforma). COMMON Mandatory

General Terms and Conditions / Eligibility
25. To qualify for opening the Price Bid, each tenderer should fulfill the following requirements, failing which, the tender will be treated as incomplete and will be disqualified. 25.1. Declaration on tender conditions (Statement I). 25.2. Copy of Registration as a registered contractor as mentioned in the NIT. 25.3. Online payment of Transaction Fee of Rs.(i.e., 0.03 % of estimate contract value + 18% GST on 0.03 % of ECV) paid to Managing Director, Telangana State Technology Services, Hyderabad., through Electronic Gateway. 25.4.A crossed Demand Draft towards processing fee (non-refundable) for Rs. 12,000 /- + GST @ 18% i.e., = Rs.14,160/- The tenderers should submit the DD in favour of MD, TGPHCL, Hyderabad towards processing fee to the tender inviting authority before the date of opening of Technical bid. 25.5. A crossed Demand Draft / Bank Guarantee towards EMD for Rs. 57,000/- (From anyone of the Banks listed & as per format prescribed in NIT) 25.6. Copy of Permanent Account Number (PAN) card. 25.7. Copy of GST Registration. 25.8. The available bid capacity (2AN-B) should be more than estimate contract value put to tender. Available Bid Capacity: 2AN-B > ECV Where, A= Maximum value of civil engineering works executed in its name in any one financial year during the last five financial years (updated to current Price level) taking into account the works completed as well as works in progress. N= Number of years prescribed for completion of the work for which Tenders are invited [months / 12]. B= Updated value (at current Price level), of all existing Commitments i.e., on going works, to be executed during the Period of completion of the work for which Tenders are invited. 25.9 Satisfactory execution of group of works in similar nature in Govt. / Government undertakings as a PRIME CONTRACTOR, in the same name and style, of value not less than Rs. 14.18 lakhs [at current price level] in any one financial year (As specified in NIT). Note : Works experience certificate should be issued by the competent authority and counter signed by the Officer higher than the issuing authority showing work wise / financial year wise value of work done in respect of all the works executed by the tenderer during last 5 financial years, in case no higher authority is existing than issuing authority the same must be indicated in the works experience certificate failing which the tender will be rejected. 25.10. Satisfactory execution of a single work of similar nature, in Govt. / Government undertakings, as a PRIME CONTRACTOR, in the same name and style, of value not less than Rs.14.18 lakhs [at current price level] in any one financial year (As specified in NIT) . Note:- Annual turnover, the cost of completed works and balance works on hand shall be updated by giving weightage of 10% per year to bring them to current price level, (the financial year in which bids are invited). Note : Works experience certificate should be issued by the competent authority and counter signed by the Officer higher than the issuing authority showing work wise / financial year wise value of work done in respect of all the works executed by the tenderer during last 5 financial years, in case no higher authority is existing than issuing authority the same must be indicated in the works experience certificate failing which the tender will be rejected. 25.11. Information regarding any litigation, with Government / Corporation, in which the Tenderer is involved in (Statement-VI). 25.12. Availability of following key & critical equipment and lab equipment ( either owned / leased ) for this work duly giving an undertaking / declaration on a Rs. 10/- non-judicial stamp paper with sufficient proof of purchase of equipment or lease agreements for the following items in Statement VII: A. Field equipment i) Centering steel scaffolding pipes, Jack Props ???????. 350 Sqm. ii) Pin Vibrators ?????????? ?????????? 2 Nos. iii) Pan Vibrators ???????. ????????????.. 2 Nos. iv) C.C. Mixers with hopper???????????????... 1 Nos. 25.13. Availability of the Key personnel (Statement VIII): (Not applicable for R&M works) i) Graduate Engineer ? ii) Diploma Holders with adequate experience ? 1 No. 25.14. Latest certificate (not older than one year, from the date of issue of this notification) on Liquid assets / solvency /credit facilities of not less than Rs.14.18 lakhs issued only from the banks, as specified / listed in the tender document. Any conditional Solvency certificate shall not be accepted. Note: a) No relaxation will be given to any of the qualification criteria as mentioned above. b) Sub-contractor?s experience, in his name will be taken in to account in determining the Tenderer?s compliance to the Qualification criteria, if it is as per GO Ms No.8, dt. 8.1.2003. c) The experience gained in a registered JV firm to the extent of the tenderers share shall be considered if the tenderer happens to be the lead partner, for similar works criteria also. 26. Procedure for Bid Submission 26.1. The Tenderers who are desirous of participating in ?e?procurement shall submit their Technical bids, price bids etc., in the Standard formats prescribed in the Tender documents, displayed at ?e?market place. The tenderers should upload the scanned copies in support of their Technical bids. 26.2. Submission of Hard Copies of the uploaded scanned copies of DD / BG towards EMD by participating bidders to the tender inviting authority before opening of the Price Bid is dispensed forthwith as per G.O.Ms.No.174, Irrigation & CAD (PW-Reforms) Department, dated 01/09/2008. However the tenderers should submit the DD towards processing fee to the tender inviting authority before the date of opening of technical bid. 26.2.1. All the bidders shall invariably upload the scanned copies of DD / BG in e-procurement platform and this will be the primary requirement to consider the Bid as responsive. 26.3. The Corporation will not hold any risk and responsibility for the loss in transit during uploading of the scanned document, for the invisibility of the scanned document online, and any other problem(s) encountered by the Tenderers while submitting his bids online. 26.4. The Corporation shall carryout the technical evaluation of bid solely based on the uploaded certificates / documents, DD / BG towards EMD in the e-procurement platform and open the Price Bids of the responsive bidders. 26.5. The Corporation will notify the successful bidder for submission of original hard copies of all uploaded documents, DD / BG towards EMD prior to entering in to agreement. 26.6. The successful bidder shall invariably furnish the original DD / BG towards EMD, Certificates / documents of the uploaded copies to the tender inviting authority before entering in to agreement either personally or through courier or post and the receipt of the same with in the stipulated date, shall be responsibility of the successful bidder. The Corporation will not take any responsibility for any delay in receipt / non-receipt of original DD / BG towards EMD, certificates / documents, from the successful bidder before the stipulated time. On receipt of documents, the Corporation shall ensure the genuinity of the DD / BG towards EMD, and all other certificates / documents uploaded by the bidder in e-procurement platform in support of the qualification criteria before concluding the agreement. 26.7. If any successful bidder fails to submit the original hard copies of uploaded certificates / documents, DD / BG towards EMD, with in the stipulated time or if any variation is noticed between the uploaded documents and the hard copies submitted by the bidder, the successful bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 years. The e-procurement platform would deactivate the user ID of such defaulting successful bidder based on the trigger / recommendation by the tender inviting authority in the system. Besides this, the Corporation shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the tender process for executing of the development schemes taken up by the Government. The information to this extent may be displayed in the e-procurement platform website.

General Technical Terms and Conditions (Procedure)
27. Officer inviting bids: Chief Engineer, TSPHC Ltd, Hyderabad. 27.1. Bids are invited on the e-procurement platform for the above-mentioned work from the contractors / contracting firms eligible as per clause-10. 27.2. Approximate estimated contract value of work: Rs.56,72,203/- 27.3. 3 Transaction fee: All the participating bidders shall mandatorily pay the transaction fee for ONLINE i.e., 0.03 % of estimate contract value + 18 % GST on 0.03% of ECV ) to Managing Director, Telangana State Technology Services, Hyderabad through the Electronic Payment Gateway of ICICI Bank or HDFC Bank. 27.4 Processing fee: A Demand Draft (non-refundable) Rs.12,000 /-+ GST @ 18% i.e., = Rs. 14,160/- in favour of Managing Director, TGPHC Ltd., Hyd., towards processing fee. The processing fee once received will not be refunded under any circumstances nor adjusted for other works or subsequent calls or on any other account. 27.5 E.M.D. Rs. 57,000/- to be paid in the shape of crossed Demand Draft drawn in favour of Managing Director T.G.P.H.Corpn., Ltd., Hyderabad / Bank Guarantee in favour of Managing Director, TSPHC Ltd Hyderabad. 27.5.1 The available bid capacity (2AN-B) should be more than estimate contract value put to tender. Available Bid Capacity: 2AN-B > ECV Where, A= Maximum value of civil engineering works executed in its name in any one financial year during the last five financial years (updated to current Price level) taking into account the works completed as well as works in progress. N= Number of years prescribed for completion of the work for which Tenders are invited [months / 12]. B= Updated value (at current Price level), of all existing Commitments i.e., on going works, to be executed during the Period of completion of the work for which Tenders are invited. 27.5.2 Satisfactory execution of group of works in similar nature in Govt. / Government undertakings as a PRIME CONTRACTOR, in the same name and style, of value not less than Rs.14.18 lakhs [at current price level] in any one financial year (As specified in NIT). Note : Works experience certificate should be issued by the competent authority and counter signed by the Officer higher than the issuing authority showing work wise / financial year wise value of work done in respect of all the works executed by the tenderer during last 5 financial years, in case no higher authority is existing than issuing authority the same must be indicated in the works experience certificate failing which the tender will be rejected. 27.5.3. Satisfactory execution of a single work of similar nature, in Govt. / Government undertakings, as a PRIME CONTRACTOR, in the same name and style, of value not less than Rs14.18 lakhs [at current price level] in any one financial year (As specified in NIT) . Note:- Annual turnover, the cost of completed works and balance works on hand shall be updated by giving weightage of 10% per year to bring them to current price level, (the financial year in which bids are invited). Note : Works experience certificate should be issued by the competent authority and counter signed by the Officer higher than the issuing authority showing work wise / financial year wise value of work done in respect of all the works executed by the tenderer during last 5 financial years, in case no higher authority is existing than issuing authority the same must be indicated in the works experience certificate failing which the tender will be rejected. 27.6 Period of completion of work:6 Months 27.7 Tender Schedules: tender schedules can be downloaded from the Web site ?https://tender.telangana.gov.in? 27.8 Form of Contract: Lum sum contract. Class of contractor Eligible: a) Special Class ---- as per G.O.Ms.No: 521, dt 10/12/1984. b) Class-I---- as per - G.O.Ms.No: 178, dt 27/09/1997 c) Class-I ------ as per G.O.Ms.No:132 dt. 11/08/1998. e) Class-II ----- as per G.O.Ms.No: 94, dt.01/07/2003 f) Class - II----- as per G.O.Ms.No.8 dt.08/01/2003 g) Class ?III ----- as per G.O.Ms.No.14 dt. 31-01-2015 i) OR any other similar GOs issued by the Govt. of Telangana to the extent of Registration of contractor. j) OR equivalent registration with State/Central Govt. .The eligible intending bidders would be required to enroll themselves on the e-procurement market place https://tender.telangana.gov.in and submit their bids online. 27.9 Availability of Tender Documents: from 23/09/2024 to 07/10/2024 upto 3.00PM 27.11 Date of receipt of tenders: 07/10/2024 up to 5.00 PM 27.12 Time and date of opening of Tenders: a) Technical Bid: 08/10/2024 at 3.00 PM b) Price Bid: 09/10/2024 at 3.00 PM Note: The dates stipulated above are extendable by an official notification by the department or happen to the Public Holidays. 27.13 The documents that are uploaded online on e-market place will only be considered for technical bid evaluation. 27.14 The Corporation shall carryout the technical evaluation of bid solely based on the uploaded certificates / documents, DD / BG towards EMD in the e-procurement platform and open the Price Bids of the responsive bidders. The successful bidder shall invariably furnish the original DD / BG towards EMD, Certificates / documents of the uploaded copies to the tender inviting authority before entering in to agreement either personally or through courier or post and the receipt of the same with in the stipulated date, shall be responsibility of the successful bidder. If any successful bidder fails to submit the original hard copies of uploaded certificates / documents, DD / BG towards EMD, with in the stipulated time or if any variation is noticed between the uploaded documents and the hard copies submitted by the bidder, the successful bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 years. The e-procurement platform would deactivate the user ID of such defaulting successful bidder based on the trigger / recommendation by the tender inviting authority in the system. Besides this, the Corporation shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the tender process for executing of the development schemes taken up by the Government. The information to this extent may be displayed in the e-procurement platform website. 27.15 The tenderer is subject to be disqualified, 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 completion of the works, litigation history and or financial failures and or participated in the previous tendering for the same work and has quoted unreasonable high bid price. 27.16 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 and his EMD will be forfeited. 27.17 Any other condition regarding receipt of tenders in conventional method appearing in the tender documents may please be treated as not applicable. 27.18 The contractors are requested to upload the information?s in Zip format preferably. 27.19 The successful bidder shall pay 0.04% of estimate contract value towards e- procurement corpus fund in the shape of demand draft in favour of Managing Director, Telangana Technology Services, Hyderabad at the time of conclusion of agreement. 27.20 Demand Drafts / Bank Guarantee towards EMD & Demand Draft towards processing fee shall be drawn only on the banks, as specified in the tender. (List of banks enclosed) 27.21 ?The bidder shall authenticate the bid with his digital certificate for submitting the bid electronically on e-procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-procurement platform.? (G.O.Ms.No.6, dated 28/02/2005 of IT & C Dept., Govt. of AP). 27.22 The successful bidders found defaulting in submission of hard copies of original DD / BG for EMD to the Tender Inviting Authorities before stipulated time will be suspended / Disqualified from participating in tenders on e-procurement platform as per G.O.Ms.No.174, Irrigation & CAD (PW-Reforms) Department, dated 01/09/2008. 27.23 Conditional tenders will not be accepted.

Legal Terms & Conditions
AS PER NIT CONDITIONS

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA KHAMMAM Madhira MADHIRA KHAMMAM
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 -----
2 Commercial Stage ----- PQ Stage
Stage Form Name Type of Form Supporting Document Required Supporting Document Encryption Supporting Document Description View Details
PQ Stage Previously Executed works Standard Yes Yes AS PER NIT CONDITIONS
PQ Stage Key Personnel Standard Yes Yes AS PER NIT CONDITIONS
PQ Stage Works On Hand/Tendered Details Standard Yes Yes AS PER NIT CONDITIONS
PQ Stage Eligibility Criteria (Value Based) Standard No No N/A
PQ Stage Work Done as a Prime Contractor (Value Based) Standard Yes Yes AS PER NIT CONDITIONS
Commercial Stage Percentage Wise Rate Secure Yes Yes AS PER NIT CONDITIONS