-1-
TELANGANA POWER GENERATION CORPORATION LIMITED
YADADRI THERMAL POWER STATION: VEERLAPALEM
Office of the
Superintending Engineer
E&M/Stage-I/YTPS
Proc. No. SE/E&M/Stage-I /YTPS/ADE(T)/F. Pumps(TE-II) /D.No. 375/2025-26, Dt: 10.06.2025
NOTICE INVITING TENDERS (NIT) NO. e- 11 / SE/E&M/Stage-I /YTPS/2025-26
1. Department Name Telangana Power Generation Corporation Limited (TGGENCO)
2. Circle/Division Superintending Engineer/E&M/Stage-I/YTPS
Name
3. E-Tender Notice No. e- 11/ SE/ E&M/Stage-I/ YTPS/2025-26
4. Name of Work TGGENCO-YTPS (5x800 MW)-TE-II- Attending various regular
maintenance works in CEP's, BP's, BFP's, Drip Pumps DMCW's,
Vacuum Pumps, ACW's, CWP's YTPS for Unit-II Turbine maintenance
for the FY 2025-26 from 01.04.2025 or actual date of commencement of
work to 31.03.2026.
5. Estimated Contract Rs. 35,06,698.00 (Rupees Thirty Five Lakhs Six Thousand Six Hundred
Value (Approximate) and Ninety Eight only) Excluding all Provisions and GST..
6. Period of Contract 12 (Twelve) Months
7. Form of Contract L.S.
8. Tender Type Open-NCB
9. Tender Category Works
10 Transaction Fee Rs. 1,242/-
Payable to Managing
Director, TSTS,
Hyderabad
(including GST)
11 Bid Security (EMD) An amount of Rs. 52,601/-
12 Bid Security (EMD) Payment of EMD by way of Net Banking/RTGS/NEFT/Credit
Payable to Card/Debit Card is to be done in e-procurement platform only.
13 Processing Fee Not Applicable
14 Schedule Available 10.06.2025, 06:00 P.M
Date & Time
15 Bid Submission 16.06.2025, 11:00 A.M
closing Date & time
16 Technical Bid 16.06.2025, 11:30 A.M
Opening date
17 Price Bid opening 18.06.2025, 12:30 P.M
date
18 Bid Submission Online
19 Bid Validity 120 days from the date of opening of the Bid.
20 Pre Bid Meeting Not Applicable
-2-
21 ELIGIBILITY / The bidder should fulfill the following Pre-Qualification Bid
QUALIFYING Requirements:
CRITERIA a) The Bidder shall pay the EMD for an amount of Rs. 52,601/-
/Incase of exemption submission of valid document as
applicable like PEMD/MSME/SC/ST/Societies or individual
firms).
b) Submission of valid GST Registration,
c) Submission of valid EPF, ESI Registration copy,
d) Submission of valid Firm Registration Copy
e) The firm should posses valid labour license
f) The Bidder must have experience previously in carrying out
similar type of work in 500MW and above units(Previous
Purchase order copies for similar work)
g) Sub-contract firms/ individuals are not eligible for participation
of tender.
The bidder has to upload self attested scanned copies of all the above
documents along with sign & stamp on every page of E-Tender
document duly filling all the particulars and undertakings enclosed
invariably, in token of his / their understanding / acceptance, failing
which the e-tender will be liable for rejection.
Responsibility for correctness of the information submitted in the
online bid lies with bidder. If any information furnished in the bid is
proved to be false at a later date, the bid will not only be rejected but
also the bidder will be BLACKLISTED.
Place of Opening of Office of the Superintending Engineer/E&M/Stage-I/YTPS,
22
Tenders Veerlapalem (V), Dameracherla (M), Nalgonda (Dist), 508208.
23 Officer Inviting Bids Superintending Engineer/E&M/Stage-I/YTPS/Veerlapalem
24 Office of the Superintending Engineer/E&M/Stage-I/YTPS/
Address
Veerlapalem (V)/ Dameracherla (M), Nalgonda (D) - 508208
25 Contact Details Superintending Engineer/E&M/Stage-I/YTPS: For tender query’s
Email:
[email protected]26 Procedure for bid a) The tender should be in the prescribed forms which can be obtained
submission from ‘e’ procurement platform from the date of electronic publication up
to the time and date indicated in the tender notice. The intending
bidders shall enroll themselves on the ‘e’ procurement market-place
with domain name “eprocurement.telangana.gov.in” with sub domain
of “www.tender.telangana.gov.in”. Those contractors who register
themselves in the ‘e’ procurement market place can download the
tender schedules free of cost. 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 following the G.O.Ms.No.6, I.T&C Department, dated. 28-2-
2005 and G.O.Ms.No.14, I.T&C Department, dated. 18.09.2017.
b) Intending bidders can contact office of the Superintending Engineer/
E&M/Stage-I/YTPS/Veerlapalem/Dameracherla/Nalgonda District for
-3-
any clarification/information on any working day during working
hours.
c) The bidders 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
bidders should invariably upload the statement showing the list of
documents etc., in the “e” market place in support of their Technical
bids. The bidder should load scanned copies of all relevant certificates.
The bidder shall sign on all the statements, documents, certificates,
uploaded by him, owning responsibility for their correctness /
authenticity.
d) Technical bid evaluation of the tenders will be done on the
certificates/ documents uploaded towards qualification criteria
furnished by them.
e) The tenderer should attend/depute a responsible representative at the
time of opening of bid who can furnish/clarify/note down and furnish,
the particulars missing if any to enable to process the tender quickly,
avoiding any correspondence to the extent possible.
NOTE: Certificates from the concerned organization should be
produced whenever required in support of the particulars given.
27 Other Payments to be Apart from the Bid Security (EMD) the tenderer shall be liable to pay the
made following amounts.
a) Transaction fee: The participating bidders have to pay transaction fee
of 0.03% on estimated contract value of work along with GST extra
@18% i.e., Rs. 1,242/- (Rupees One Thousand Two Hundred and Forty
Two only) through net banking/RTGS/NEFT/Credit card/ Debit card in
e-procurement at the time of bid submission electronically.
b) Corpus Fund: Successful bidder has to pay an amount of 0.04% on
ECV i.e., Rs. 1,403 /- (Rupees One Thousand Four Hundred and Three
only) (maximum of Rs.10,000.00) through Demand draft in favour of
Managing Director, TSTS, Hyderabad towards corpus fund at the time
of concluding agreement.
28 General Technical 1. All T&P required for the above work will be supplied by the
Terms and agency only.
Conditions 2. The work shall be commenced on regular basis and carried out
strictly as per the specifications and instructions of the
TGGENCO field Engineer until their satisfaction.
3. The endorsed work is purely for labour portion only.
4. All safety precautions shall be taken by the agency.
5. The TGGENCO is no way responsible for untoward incidents
occurred to the labour while carrying out the work due to not
following the normal procedures which are adopted.
6. If the agency is fails to execute the entrusted work whenever
required & in time, penalty may be imposed as per the clause.
7. Supervising of the above said work shall be done by the
supervisor/contractor daily, otherwise the amount of
supervising charges will be recovered from the every part bills.
8. The contractor has to pay minimum wages including CLA to
labour without linking to the payment due from the M/s
TGGENCO.
12. The contractor shall pay minimum wages and CLA to the labor
-4-
engaged by him as follows: a) Skilled-Rs: 310/- (b) Semi-skilled-Rs:
253/- (c) Un-skilled-Rs: 214/-per day and CLA (As per the TG L.W
Dept.)
9. The contractor should arrange ESI @ 3.25% and EPF @
13%Compulsory for the workers engaged by him for the work
and should be submit whenever field officer insist to bring.
10. If there is any loss to the TGGENCO’s property due to
negligence of the workers employed by the contractor, the
contractor has to make good the loses as assessed by the
DE/TM-1&2/STG-I/YTPS.
11. The contractor should follow all the statutory rules &
regulations covered by factories act, minimum wages act and
companies act etc.
29 General Terms and 1. The firm should posses valid labour license at the time of
Conditions commencing the work.
2. The tenderer must upload the proof of experiences.
3. The cost of tender documents will not be refundable under any
circumstances.
4. The Chief Engineer/Constn/YTPS reserves the right to cancel
/extend /reject the tender without assigning any reasons
5. Tenders should be quote the rates in prescribed schedule down
loaded from the e-tender web site only.
6. Those seeking exemption from payment of EMD should produce
proof of valid exemption certificate
7. The contract agencies who are having EPF A/c. should upload a
copy of EPF.
8. The rate should be quoted excluding GST, will be paid as per actual
on production of remittance challans, limited to the provision made
in the estimate.
9. Good Service tax as applicable shall be paid as per rules of eligibility
on production of Service tax Registration Number.
10. If the agency fails to execute to the work to the full satisfaction of the
field Engineers, the agency will be blacklisted besides forfeiting
EMD/SD/Retention amounts.
11. The rates in the tender should be quoted item wise. Tender in which
Lumpsum rates are offered will be rejected and no issues in this
regard will be entertained.
12. Sub contract should not be permitted.
13. The TGGENCO is no way responsible for untoward incidents
occurred to the labour while carrying out the work due to not
following the normal procedures which are adopted.
14. The Work should be carried out as and when required during the
year 2025-26.
15. TGGENCO is not responsible for any accidents occurred to the
labour.
16. All and any disputes or differences arising out of or touching this
contract shall be decided only by courts or tribunals situated in
Hyderabad or Secunderabad cities. No suit or other legal
proceedings shall be initiated elsewhere.
17. Terms and Conditions
(i) Payment of minimum wages including CLA in time to the labor
engaged, irrespective of due payments from TGGENCO (or) any
other reason, &
(ii) any other timely requirements. However, the CE/Constn/YTPS-
reserves right to accept / reject the tender and the decision of
-5-
CE/Constn/YTPS is final in this regard.Any or all the relevant
documents shall be produced, whenever demanded,
(iii) The Scrap should be devaluated as per field Engineer guide
lines.
h) The undersigned reserves the right to alter the above dates; and to
reject any (or) all the tenders without assigning any reasons thereof.
i) If any of the above dates happens to be holiday the date may be read
as the next working day
j) The rates shall be quoted excluding Statutory Obligations Viz.,CLA,
EPF, ESI, GST etc.
k) If the less rates quoted by the firm / contractor are found to be over
25% less than the estimate value, Additional Security Deposit shall
be furnished as desired & communicated by TGGENCO, failing
which action will be initiated against the respective
l) Regular PO to the successful bidder can be issued only after fulfilling
of all the required conditions including payment & acceptance of
Security Deposit, Additional Security Deposit etc.,
18. If the agency is fails to execute the entrusted work whenever
required & in time, penalty may be imposed as per the clause.
19. The TGGENCO is empowered to terminate the endorsed work if
required with a intimation to the contractor. No further
correspondence will be entertained in this matter.
20. The contractor has to pay minimum wages including CLA to labour
without linking to the payment due from the M/s TGGENCO.
21. EPF & GI will be paid as per actual limited to the provision made in
the estimate.
30 Documents to be The department will notify the successful bidder for submission of
submitted (Hard original hard copies of all the uploaded documents, Online payment
copies) to the Tender receipt towards EMD prior to issue of LOI.
inviting authority The tenderer shall furnish the declaration that:
1) They have not been blacklisted in any department due to any
reasons.
2) They have not been demoted to lower category in any department for
not filing the tenders after buying the tender schedules in a whole
year and their registration had not been cancelled for a similar
default in two consecutive years.
3) They will agree to get disqualified themselves for any wrong
declaration in respect of the above and get their tender summarily
rejected.
4) The soft copies uploaded by them are genuine. Any incorrectness /
deviation noticed can be viewed seriously and apart from canceling the
work duly forfeiting the bid security, criminal action can be initiated
including suspension of business and/ or blacklisting.
31 Statutory The Tenderer shall fulfill the following statutory requirements.
Requirements a) Income tax Clearance Certificate:
The contractor shall furnish copy of Permanent Account Number (PAN)
card and copy of latest income tax returns submitted along with the
proof of receipt.
b) Insurance:
The contractor shall comply with the statutory labour rules and
regulations i.e. EPF, ESI etc as may be as applicable and shall furnish the
returns and information as may be specified from time to time.
Agreement will not be concluded without above statutory norms.
c) Goods and Services Tax (GST):
GST as applicable as on date shall be indicated separately in each
-6-
invoice and the same will be paid to the contractor and the same shall be
remitted to the concerned department by the contractor. The tenderer
should also furnish the proof of registration under GST along with Tax
payers identification number (TIN) and relevant HSN/SAC code from
the Commercial tax department. The applicable GST as on the date is
18%. The bidder shall upload the “ANNEXURE ON GST” duly signed
by the bidder.
32 Other relevant 1) TGGENCO reserves the right to reject any or all the tenders without
information assigning any reasons thereof.
2) TGGENCO reserves the right to amend or modify the tender and its
conditions before 02.00 P.M on 12.06.2025 under intimation to the
tenderers.
3) Any other condition regarding receipt of tenders in conventional
method appearing in the tender documents may please be treated as
not applicable.
4) The contractors have to upload the information preferably in Zip
format if any.
5) The successful contractor has to submit the original online payment
receipt towards EMD prior to issue of LOI.
6) The contractors should upload the documents duly signing each and
every paper.
For all clarifications & guidance, the bidders may contact the Email:
[email protected]
Sd/-
CHIEF ENGINEER
CONSTN/YTPS(5X800MW)
To:
Notice Board
Copy to the:
1. Superintending Engineer/E&M/Stage-I/YTPS
2. Deputy Chief Controller of Accounts/YTPS
3. Divisional Engineer/TE-II/YTPS