Welcome to eProcurement - Tender Management System - Govt of .... :: Telangana eProcurement Portal ::
Current Tender Details
Tender ID 546346 Enquiry/IFB/Tender Notice Number Chief Engineer (R&B) State Roads & CRN e-NIT No. 1606/4/DCE( R) /EE-R/DEE-III/AEE-V/2024-25 dt 21.09.2024
Name of Work Construction of Bridge approaches to the High Level Bridge across Manair vagu at Km 5/8 of Sulthanabad - Neerukulla road and 3/6 of Veldi - Vegurupally road in Karimnagar District (Balance work). Tender Category Works
Tender Type OPEN Estimated Contract Value 46340710.00
Bid Submission Closing Date 04/10/2024 04:00 PM Tender Evaluation Type Percentage
Other Links
Enquiry Particulars
Department Name R&B - Telangana Circle/Division R&B - Telangana-SE R&B KARIMNAGAR
Tender ID 546346 Enquiry/IFB/Tender Notice Number Chief Engineer (R&B) State Roads & CRN e-NIT No. 1606/4/DCE( R) /EE-R/DEE-III/AEE-V/2024-25 dt 21.09.2024
Name of Project Under PLAN MDR Name of Work Construction of Bridge approaches to the High Level Bridge across Manair vagu at Km 5/8 of Sulthanabad - Neerukulla road and 3/6 of Veldi - Vegurupally road in Karimnagar District (Balance work).
Estimated Contract Value(INR)
46340710.00  
   
()
Package number N/A Period of Completion/ Delivery Period (in months) 12
Type of Work Road and Drainage Work 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
11800 (INR)
Tender Dates
Bid Submission Start Date & Time 27/09/2024 04:00 PM Bid Submission Closing Date & Time 04/10/2024 04:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars
Officer Inviting Bids The Chief Engineer(RnB) State Roads &CRN, Hyd Bid Opening Authority The Superintending Engineer(RnB)Circle, Karimnagar
Address O/o The Superintending Engineer(RnB)Circle, Karimnagar Contact Details 9440818036
Email ersupengerkmnr@gmail.com

Bid Security Details
Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.463407.00 The Superintending Engineer(RnB)Circle, Karimnagar Online Payment,Challan Generation,BG

Required Tender Documents Details
S.No Document Name Stage Document Type
1 Registration Certificate with Government of Telangana State COMMON Mandatory
2 EMD COMMON Mandatory
3 Transaction Fee Payable to TSTS COMMON Mandatory
4 The tenderer has to submit either a certificate issued by the Executive Engineer or Declaration on non judicial stamp paper worth Rs.100/- as prescribed in Statement V of Tender Schedule along with proof of document in support of owning, such as invoice or certificate of registration by competent authority in support of the critical equipment COMMON Mandatory
5 Certificate in support of existing commitments along with documentary evidence such as forwarding slip of agreement and certificate of value of work done if already executes certificate from the EE along with documentary evidence COMMON Mandatory
6 Copy of Goods Service Tax Registration COMMON Mandatory
7 Copy of PAN card along with a copy of latest Income Tax returns submitted along with proof of receipt COMMON Mandatory
8 Liquid assets or credit facilities or solvency certificate from Nationalised Banks or Scheduled Commercial Bank should not be earlier than one year as specified in bid document COMMON Mandatory
9 Qualification certificate of key personnel COMMON Mandatory
10 Annual Turn over certificate certified by CA or issued by Executing Authority along with balance sheet. COMMON Mandatory
11 Any other documents required as per Tender Schedule COMMON Mandatory
12 Sub contractor qualification particulars - if any COMMON Mandatory
13 Quality control laboratory COMMON Mandatory
14 The bidder shall exhibit the proof of owned/leased/ Batch type Hot Mix Plant 100-120TPH within 100 Kms distance from the last point of working reach and other conditions as per GO Rt No.77 T, R&B, R-I, Dept. dt: 27.02.2023 COMMON Mandatory
15 The bidder has to upload self certification in respect of location of the Batch Type Hot Mix Plant as per GO Rt No.77 T, R&B, R-I, Dept. dt: 27.02.2023. COMMON Mandatory

General Terms and Conditions / Eligibility
NOTICE INVITING TENDERS (NIT) The Chief Engineer (R&B) State Roads & CRN e-NIT No. 1606/4/DCE( R) /EE-R/DEE-III/AEE-V/2024-25 dt 21.09.2024 Tenders for the work mentioned below are invited from the Registered Contractors/ Contracting firms registered with Government of Telangana State/ Unified Andhra Pradesh 1) Name of the work Construction of Bridge approaches to the High Level Bridge across Manair vagu at Km 5/8 of Sulthanabad - Neerukulla road and 3/6 of Veldi - Vegurupally road in Karimnagar District (Balance work). 2) Estimate Contract value of work put to tender Rs. 4,63,40,710/- 3) Period of completion of work 12 Months. 4) Form of contract / class of contractor eligible i GO MS No.66, I&CAD Dept, Dt: 20.04.2015 Class II (Civil) & above 5) E.M.D to be paid in the shape of Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking/NEFT/RTGS payment modes or Bank Guarantee in favour of Superintending Engineer, R&B Circle, Karimnagar obtained from Nationalised / Scheduled Commercial Bank, at 1% of the estimated contract value of work along with bid documents. NOTE:- (i)Bank Guarantee submitted by the successful bidder at the time of tender with conditional obligations shall not be accepted and retained against E.M.D. for performance at the time of conclusion of contract. (ii)Unconditional and irrecoverable Bank Guarantee shall be obtained towards EMD for the entire specified amount at the time of concluding agreement. Rs.4,63,407/- 6) Bid Submission Start Date & Time 27.09.2024 at 04.00 PM 7) Bid Submission closing Date & Time. 04.10.2024 up to 4.30 PM 8) Date and time of opening of tenders a) PQ Stage 04.10.2024 @ 5.00 PM b) Commercial Stage 07.10.2024 @ 5.00 PM

General Technical Terms and Conditions (Procedure)
2. a) The bidders need to contact the Superintending Engineer, R&B Circle, Karimnagar for information on e-procurement. b) The bidders need to register on the electronic procurement market place of Government of Telangana State/ Unified Andhra Pradesh that is, www.eprocurement.gov.in. On registration on the e-procurement market place they will be provided with a user ID and password by the system using which they can submit their bids on line. c) While registering on the e-procurement market place, bidders need to scan and upload the required documents as per the tender requirements on to their profile. The e-procurement market place provides an online self-service registration facility to such of the contractors who are already registered with respective participating departments for supply of specified goods and services. As an incentive for early registration, basic registration by suppliers, that allows them to participate in the e-procurement process, shall be enabled on the e-procurement market place with out levy of any registration or subscription fee up to 31st March 2003 or such later date as may be decided by the steering committee. However, the e-procurement market place may levy charges for such value added services as may be decided by the steering on the e-procurement as laid down in the G.O.Ms.No.2, Information Technology and Communication department dated 15-01-03. 3. A copy of valid Contractors Registration proceedings shall be enclosed along with the hard copies of the Tender documents. 4. a) Furnishing of hard copies by the tenders before opening the technical bids is dispensed with. b) The technical bid evaluation of the tenders may be done on the certificates / documents uploaded through online only towards qualification criteria furnished by them. c) A minimum of 3 days time gap shall be maintained between opening of technical bids and opening of price bids. d) The tenderer shall invariably furnish the original BG to the tender inviting authority before opening price bids either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of the bidder. Department will not take any responsibility for any delay or non receipt. e) The successful (L1) tenderer shall furnish the original hard copies of all the documents/ Certificates / statements uploaded by him before concluding agreement. f) The tenderer shall be required to 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 of business. g) Before concluding the agreement with the L1 tenderer, the tender inviting authority shall ensure the genuinity of BG furnished by bidder towards EMD and all the certificates uploaded by the bidder online by deputing responsible departmental officials. h) The Government as further decided that not withstanding any existing provisions of the Unified A.P. Public works Department Code as well as other orders and executive instructions in force if any tenderer fails to submit the hard copies of BG for EMD. DD for transaction fee, hard copies of uploaded documents within the stipulated time the tenderer will be suspended disqualified from participating in the tenders on ?eprocurement plat form? for a period of 3 Months from the date of bid submission. The suspension of tenderer shall be automatically enforced by the eprocurement system (As per G.O.Ms. No.6 I&CAD ( PW-Reforms) Dept., dt.11.1.2005 and G.O.Ms.No. 245I&CAD(PW-Reforms)dept.,dt.30.12.2005). 5. Eligibility criteria for opening the Price Bid: 1. The bidder should have Registration in Class-II (Civil) and above as per GOMs No.66, I & CAD Dated:20.04.2015. Special Condition: As per COT, Hyderabad Circular memo Rc. No./SO2/ DEE1 / EE/COT/2023, Dt:26.07.2023 1. The contractor shall renew his contractor Registration well in advance before its expiry during the agreement period/EOT/Defect liability period (DLP) as the case may be, if the same is expiring during the said periods after award of work. It is the responsibility of the Contractor to ensure that his contractor Registration shall be valid during the entire period of contract and non-compliance of the same amounts to breach of contract. The agreement work shall not be carried out by an non-registered contractor at any point of time. 2. If any contractor fails to renew Contractor registration before its expiry during the above said period of contract, penalties shall be imposed @ Rs.10,000/- per week for the delay period caused from expiry of registration to its renewal and such work shall be liable for termination as per the recommendations of concerned Agreement Authority. 3. The work done payments and deposits if any due to the contractor shall be withheld until his Contractor registration is renewed, well in time accordingly. 2. E.M.D to be paid in the shape of Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking/NEFT/RTGS payment modes or Bank Guarantee in favour of Superintending Engineer, R&B Circle, Karimnagar obtained from Nationalised / Scheduled Commercial Bank, for Rs.4,63,407/- along with bid documents. NOTE:- 1 Bank Guarantee submitted by the successful bidder at the time of tender with conditional obligations shall not be accepted and retained against E.M.D. for performance at the time of conclusion of contract. (ii) Unconditional and irrecoverable Bank Guarantee shall be obtained towards EMD for the entire specified amount at the time of concluding agreement. 3. Copy of PAN card with a copy of latest income tax returns submitted with proof of receipt. 4. Copy of Goods Services Tax (GST) Registration 5. Requirement of satisfactory completed, as prime contractor similar nature of works is not applicable as per G.O.Ms.No. 66, I & CAD (REFORMS)Department Dt:20.04.2015 6. Requirement of Execution of minimum quantities is not applicable as per G.O.Ms.No. 66, I & CAD (REFORMS)Department Dt:20.04.2015 7. Should possess the Key / Critical equipment I) Availability of either owned with proof or leased with lease deed and proof or to be procured against mobilization advance. The tenderer has to submit either a certificate issued by the Executive Engineer or Declaration on non judicial stamp paper worth Rs.100.00 as prescribed in Statement V of Tender Schedule along with proof of document in support of owning, such as invoice or certificate of registration by competent authority in support of the critical equipment 1 Front End Loader 1 No 2 Transit Mixers 3 Nos 3 Tippers 5.5 Cum/ Hr 3 Nos 4 Vibratory Road Roller 8 to 10 T 1 No 5 Wet mix plant/Pug Mill 1 No 6 Mechanical Paver Finisher / Hydro Static Sensor Paver 1 No 7 Own/ leased Batch type HMP 100-120 TPH within 100 kms from the last point of working reach 1 No 8 QC Lab 1 Set 9 Concrete Mixer 1 No 10 Steel Centering 200 Sqm II) The tenderer should further demonstrate: i) The bidder shall exhibit the proof of owned/leased the ?Batch Type Hot Mix Plant 100-120TPH? located within 100 Kms distance from the last point of working reach and other conditions as per GO Rt No.77 T, R&B, R-I, Dept. dt: 27.02.2023 The bidder has to upload self certification in respect of location of the Batch Type Hot Mix Plant100-120 TPH. However at the time of Technical Bid scrutiny, it shall be ensured by the Superintending Engineer (R&B) that the plant is actually available at the location mentioned by the bidder as per GO Rt No.77 T, R&B, R-I, Dept. dt: 27.02.2023. The Contractor shall procure the Hot Mix Material to the work site duly maintaining the required laying temperature as per the MORTH Specification III)The tenderer has to submit either a certificate issued by the Executive Engineer or a Declaration on Non-judicial stamp paper worth Rs. 100/- as prescribed in Statement-V given above with sufficient proof of document in support of owning such as Invoice / certificate of registration by competent authority in support of the critical equipment. IV) A lease deed/agreement regarding the equipment leased shall be produced by the tenderer on a non-judicial stamp paper of Rs.100/- along with proof of ownership in the proforma as below: :LEASE DEED / AGREEMENT Agreement made on ___________________ between M/s.___________________ (hereinafter called the lessor which expression shall where the context so admits include his successors and assigns) of the one part and _________________ (hereinafter called the lessee which expression shall where the context so admits include its successors and assigns) of the other part. WHEREAS the Lessee has stated that the said lease of machinery and equipment hereto for use on the work ?_____________ ?________________________________________________________________________________? NOW IT IS HEREBY AGREED as follows: 1.The lessor shall let to the Lessee and the Lessee shall take on lease from the lessor __________ for the period of (12) months from ___________ day to _____________ for use on the above said work. 2. The lessee shall keep the said machinery and equipment in good order and condition and make good all damages (fair wear and tear being excepted) whether by accident or fire or otherwise. 3. The lessee shall bear all charges connected with packing, conveyance and other incidental expenses in connection with the dispatch and return of the said machinery and equipment. 4. All repairs due to fair wear and tear during the lease period shall be done by the lessee. Ownership certificate of the said machinery is enclosed. In the presence of Witness: 1.________________________ 2.________________________ Signature of Lessor Signature of Lessee. S. Quality Control Laboratory: For all works costing more than Rs. 200.00 Lakhs, the tenderer shall submit quality plan and also show proof of owning quality laboratory. The following equipment is required: Sl.No Name of the equipment Minimum Nos required i) Testing machine for determining crushing strength of cement concrete cubes 1 No ii) Liquid limit and plastic limit apparatus 1 No (iii) Slump test apparatus 1 No iv) Physical balance 1 No (v) Digital electronic balance from reputed manufacturers as instructed by the Engineer 2 Nos (vi) Electrically operated oven 1 No (vii) Proctor?s compaction equipment 1 No (viii) Sand replacement method equipment 1 No (ix) Bitumen extraction equipment 1 No (x) Aggregate impact value equipment 1 No (xi) Flakiness and elongation index equipment 1 No (xii) Set of IS sieves 1 Set (xiii) Camber board and straight edge 2 Sets (xiv) Measuring jar for testing silt content in sand 2 Nos (xv) Marshall Stability Apparatus 1 Set (xvi) Bitumen core extraction machine 1 Set (xvii) Bitumen Viscosity testing apparatus 1 Set 8. Liquid assets and / or credit facilities of not less than Rs. 1,15,85,178/- (Credit facility / letter of credits / Solvency certificates from Nationalized /Scheduled Commercial Banks etc) (Certificate shall not be earlier than one year) 9) Key Technical personnel Graduate Engineer with adequate experience 1 No. Diploma Holders with adequate experience 1 No. 10) Bid capacity. The tenderer who meets the above qualification criteria and whose available bid capacity is more than the estimated contract value will be qualified for opening of Price bid. The available bid capacity will be calculated as under: Available Bid Capacity: 2AN-B Where, A= Maximum value of civil engineering works executed in its name in any one financial year during the last Ten financial years (updated to current Price level) 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 [12/12]. The ?N? is pertaining to completion period B= Updated value (at current Price level), of all existing Commitments i.e., on going works, works likely to be awarded to be executed during the next ?12? months. (Period of completion for which tenders are invited i.e. pertaining to Part- I. 11. The tenders will be opened by the Superintending Engineer, R&B Circle, Karimnagar or his nominee at his office in the presence of tenderers / or their authorized representatives, on the date mentioned above. 12. The price-bids of such tenderers, who are determined to have complied with the eligibility criteria, will only be opened. 13. If the office happens to be closed on the dates specified above, the respective activity will be performed at the designated time on the next working day without any notification. 14. Any other details can be had from the Office of the Superintending Engineer, R&B Circle, Karimnagar. 15. Corpus fund for NAC at 0.1% will be operated as per G.O.Ms.NO.19, TR&B(R.II)Dept., dt. 24.04.2015. 16. If the lowest bidder backs out at the time of agreement, penalty of forfeiture of EMD will be imposed and business of the agency will be suspended for one year with all the Departments in A.P in respect of conventional tenders also vide G.O.Ms.No. 259 of T, R&B (R.V) dept., dt. 6.9.2008. 17. Green Fund: The contribution towards Telangana Green Fund @ 0.01% from the contractor?s work bills shall be deducted which is not reimbursable. Accordingly, no provision shall be made in the estimates as per G.O.Ms. No. 17, I & CAD (REFORMS) Dept., Dt. 13.05.2022 & G.O.Ms. No. 17, Finance (TFR) Dept., Dt. 18.02.2022

Legal Terms & Conditions
As per tender conditions

Geographical Particulars
Sno State District Mandal Assembly Parliament
1 TELANGANA KARIMNAGAR Manakondur Manakondur KARIMNAGAR
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 04/10/2024 05:00 PM
2 Commercial Stage 07/10/2024 05:00 PM PQ Stage
Stage Form Name Type of Form Supporting Document Required Supporting Document Encryption Supporting Document Description View Details
PQ Stage Key Critical Equipment Standard Yes No The tenderer has to submit either a certificate issued by the Executive Engineer or Declaration on non judicial stamp paper worth Rs.100/- as prescribed in Statement V of Tender Schedule along with proof of document in support of owning, such as invoice or certificate of registration by competent authority in support of the critical equipment
PQ Stage Previously Executed works Standard Yes No Annual Turn over certificate certified by CA or issued by Executing Authority along with balance sheet.
PQ Stage Key Personnel Standard Yes No Qualification certificate of key personnel
PQ Stage Works On Hand/Tendered Details Standard Yes No Certificate in support of existing commitments along with documentary evidence such as forwarding slip of agreement and certificate of value of work done if already executes certificate from the EE along with documentary evidence
PQ Stage Eligibility Criteria Standard No No N/A
Commercial Stage Percentage Wise Rate Secure No No N/A