Welcome to eProcurement - Tender Management System - Govt of .... Welcome To Tender Management Services
View Tender Details

Open main source page if you have any problem in document.

Current Tender Details  
Tender ID 714154 Enquiry/IFB/Tender Notice Number NIT No 26(13)/TO/2023-24 Dated 24.01.2024 of the Superintending Engineer(R&B) Eluru
Name of Work Construction of Primary Health Center at Doramamidi and Strengthening of Primary Health Center at Rachannagudem in West Godavari District under NADU-NEDU (Package No 10(10/2)) (Balance work)(7th call) Tender Category WORKS
Tender Type OPEN Estimated Contract Value ₹ 91,22,269
Bid Submission Closing Date 14/02/2024 03:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name R&B
Circle/Division R&B-SE R&B ELURU
Tender ID 714154
IFB No / Tender Notice Number NIT No 26(13)/TO/2023-24 Dated 24.01.2024 of the Superintending Engineer(R&B) Eluru
Name of Project Construction of Primary Health Center at Doramamidi and Strengthening of Primary Health Center at Rachannagudem in West Godavari District under NADU-NEDU(Package No 10(10/2)) (Balance work)(7th call)
Name of Work Construction of Primary Health Center at Doramamidi and Strengthening of Primary Health Center at Rachannagudem in West Godavari District under NADU-NEDU (Package No 10(10/2)) (Balance work)(7th call)
Estimated Contract Value(INR)
₹ 91,22,269  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 6
Type of Work Similar Work
Bidding Type OPEN
Bid Call (Numbers) 7
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
Reverse Tendering Not Applicable
Normal/Emergency Type

Transaction Fee Details  
3230 (INR)

Tender Dates
Bid Document Download Start Date & Time 31/01/2024 03:00 PM
Bid Document Download End Date & Time 14/02/2024 03:00 PM
Bid Submission Closing Date & Time 14/02/2024 03:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Superintending Engineer(R&B) Eluru
Bid Opening Authority Superintending Engineer(R&B) Eluru
Address NR peta eluru
Contact Details 08812230257
Email serbeluru@yahoo.co.in

Bid Security Details  
Bid Security (INR) Rs.92000.00
Bid Security In Favour Of EMD to be paid using Net banking/ RTGS/ NEFT from their registered bankaccounts orBGin favour of SE(RandB)Eluru obtained from Nationalized Bank or any Scheduled commercial at 1percent of ecv
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Registration Certification COMMON Mandatory
2 EMD COMMON Mandatory
3 Transaction Fee Details COMMON Mandatory
4 Copy of permanent account number PAN card and copy of latest income-Tax returns submitted along with proof COMMON Mandatory
5 Registration copy of Goods And Service Tax (GST) Number ie., taxpayer identification number COMMON Mandatory
6 Annual turnover certificate certified by CA along with balance sheet or issued by Executing authority COMMON Mandatory
7 Details of similar works (i.e., building work) completed as prime contractor during the last five financial years in statement - II with supporting certificates. COMMON Mandatory
8 Quantities of works executed in building works as prime contractor (in the same name) during the last five financial years in statement- III with supporting certificates COMMON Mandatory
9 Details of existing commitments i.e., works on hand and works for which tenders are submitted in statement - IV with supporting certificates COMMON Mandatory
10 Availability of critical equipment in statement - V COMMON Mandatory
11 Scanned copy of declaration on critical equipment on non-judicial stamp paper worth of Rs.100/- COMMON Mandatory
12 Availability of key personnel in statement - VI COMMON Mandatory
13 Litigation history in statement - VII COMMON Mandatory
14 Declaration in on line stating that the soft copies uploaded by them are genuine COMMON Mandatory
15 Any other documents required as per Bid document COMMON Mandatory
16 Copy of certificate issued by Executive Engineer for critical equipment owned / Decl on NJS paper Rs.100 or lease with proof and equipment certificate should not be earlier than one year from last date of submission of bids COMMON Mandatory
17 The contractor or his identified sub contractor should possess required Class-III registration(PHE) for executing Sanitary and Water Supply work COMMON Mandatory
18 Proof of liquid Assets in the shape of Solvency/networth certificates etc., for the required amount. The solvency certificate should not be earlier than one year from last date of submission of bids COMMON Mandatory

General Terms and Conditions / Eligibility  
Office of the Superintending Engineer (R&B) Eluru NIT No:- 26(13)/TO/ 2023-24, Dt.24.01.2024 of the Superintending Engineer (R&B) Circle, Eluru. Name of work:- Construction of Primary Health Center at Doramamidi and Strengthening of Primary Health Center at Rachannagudem in West Godavari District under NADU-NEDU (Package No 10(10/2)) (Balance work)(7th call). Officer inviting bids: - Superintending Engineer (R&B) Eluru. Bids are invited on the e-procurement platform for the above - mentioned work from the Contractors / Contracting firms registered with Government of Andhra Pradesh. The tenders will be opened in online by the Superintending Engineer (R&B) Eluru or his nominee. The details of Tender conditions and terms can be downloaded from the electronic procurement platform of Government of Andhra Pradesh i.e., www.tender.apeprocurement.gov.in 1. Approximate Estimate Contract Value of work: Rs.91,22,269/- 2. Contractors would be required to register on the e-Procurement Market place ?www.eprocurement.gov.in? and submit their bids online. The department will not accept any bid submitted in the paper form. The procedure for registration of contractors is explained in the tender schedule. 3. Tenders with an Excess of above 5% of the Estimate contract value shall summarily be rejected. 4. E.M.D. to be paid using Net banking/ RTGS/ NEFT from their registered bank accounts (or) Bank Guarantee in favour of Superintending Engineer (R&B), Eluru obtained from Nationalized Bank or any Scheduled commercial bank valid for 6 months, at 1% of the estimated contract value of work for Rs.92,000/- (i.e., 1% of ECV) 5. Period of completion of work: 6 Months. 6. The bidders can view/ download the tender documents from the 'e? market place. 7. Form of contract ? Lump sum contract 8. Class of Contractors eligible is as given below: Eligible class of contractor as per G.O. Ms. No: 178, II & CAD (PW-COD) Department, Dated: 27-09-1997 : Class II (Civil) & above 132, T(R&B) Department, Dated: 11-08-1998 : Class II (Civil) & above G.O.MS 8, T, R&B dated 8-1-2003 : Class III (Civil) & above 94, I&CAD (PW&COD) Department, Dated: 01-07-2003 : Class III (Civil) & above As per G.O.Ms No 73 Dated 27.06.2009 of IRRIGATION & CAD(PW-REFORMS)DEPARTMENT OF GOVT OF AP CLAUSE 4(3) ?To attract competition from contractors of others states, in the 2nd call tenders the agencies/contractors who are registered in the State Government/Public Sectors/Government undertaking(s) throughout the country shall be permitted tendering, without insisting for registration in State Government 9. Issue of Tender Documents : From 31.01.2024 at 03.00 PM to 14.02.2024 up to 03.00 PM Last date and time for Receipt of tenders : 14.02.2024 up to 03:30 PM 10. Time and date of opening of tenders: (a) Technical Bid : 14.02.2024 at 04.00 PM (b) Price Bid : 17.02.2024 at 04:00 PM Note: The dates stipulated above are firm and under no circumstances they will be relaxed unless otherwise extended by an official notification or happen to be public holidays.

General Technical Terms and Conditions (Procedure)  
11. Procedure for submission of Bids: a) Bidders need to contact Superintending Engineer (R&B) Circle, Eluru for information on e-Procurement. b) Bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e., 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 online. c) While registering on the e-procurement market Place, bidders need to scan and upload the required documents as per the Tender requirements onto their profile. The e procurement market place provides an on line self service Registration facility to such of the contractors or 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 without levying 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 committee on the e procurement as laid down in the G.O.Ms.No. 2, Information and Technology & Communication Department, Dated: 15-01-2003. As per G.O. MS. No: 174, Dated: 01-09-2008 of I & CAD (PWD-R) Department: a) The bidders shall invariably upload the scanned copies of EMD paid in online statement in e-procurement system and this will be the primary requirement to consider the bid as responsive. b) The Department shall carry out the technical bid evaluation solely based on the uploaded certificates / documents, towards EMD paid in online statement of the e-procurement system and open the price bids of the responsive bidders. c) The department will notify the successful bidder for submission of original hard copies of all uploaded documents, Online payment towards EMD prior to entering into agreement. d) The successful bidder shall invariably furnish the EMD, original certificates / documents of the uploaded scanned copies to the Tender Inviting Authority before entering into agreement either personally or through courier or post and the receipt of the same with n the stipulated date shall be the responsibility of the successful bidder. The department will not take any responsibility for any delay in receipt / non-receipt of original Certificate / documents, from the successful bidder before the stipulated time. On receipt of documents, the Department shall ensure the genuinity of the all the certificates / documents uploaded by the bidder in e-procurement system in support of the qualification criteria before concluding the agreement. e) If any successful bidder fails to submit the original Hard Copies of uploaded certificate / documents, 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 system 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 department 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 execution of the development schemes taken up by the government. f) Successful (L1) tender shall furnish the original hard copies of all the documents / certificates / statement uploaded by him before concluding agreement to the Superintending Engineer, (R&B), Eluru. g) The tenderer shall be required to furnish a declaration in online stating that the soft copy supplied 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 business. h) Steps for registration and submission of bids are described in detail in the ?Bidders Training Booklet? available with the department as well as at the above web site.

Legal Terms & Conditions  
Qualification Requirements and submission of bids: The bidder should submit the following particulars invariably in formats specified in the tender schedule under Annexure-I along with necessary certificates, failing which his tender shall be treated as incomplete and summarily rejected. To qualify for consideration of award of the contract each tender should fulfill the following criteria and submit information in the form of certificates or statements issued by the competent authorities as prescribed: As per G.O.Ms No 73 Dated 27.06.2009 of IRRIGATION & CAD(PW-REFORMS)DEPARTMENT OF GOVT OF AP CLAUSE 4(1) ?Whenever there is no response for the 1st call, in such tenders the qualification/eligibility criteria such as (i) Amount of similar work ii) Minimum physical quantities iii) Bid capacity iv) Liquid Assets/Credit facilities etc., may be reduced to 50% to that stipulated in the 1st call eligibility criteria? 1. Assessed available bid capacity as per formula (2AN-B) should be greater than the 50% of the Estimate Contract Value as specified in the tender document. 2. The details and certificates are to be furnished as per the Proforma / formats available in the tender schedules vide Annexure-I for the following; 2. The bidder should have satisfactory completed, as prime contractor in similar nature of ORIGINAL Building works value not less than Rs.45,61,135/- in any one financial year during last five financial years i.e., from 2018 ? 2019 to 2022 ? 2023 (This value will be updated to the year 2023 - 2024 in which the tenders for this work is called duly giving 10% weightage for each financial year. Subcontractors/GPA holders experience shall not be taken into account. 3. The contractor or his identified sub-contractor should possess required Class - III registration(PHE) for executing Sanitary and Water Supply works and should have executed similar works totaling to Rs. 2,13,762/- at thereof in any one financial year during the last five financial years ie 2018 ? 2019 to 2022 ? 2023 (This value will be updated to the year 2023 - 2024 price level. The sub-contractor should submit the willingness letter also 4. The Bidder should have executed the minimum quantities of items of work as given below in any one year during the financial years 2018-19 to 2022-23. The bidder should enclose certificate issued by the Engineer-in-Charge of the State / Central Government Departments undertakings not below the rank of E.E., or equivalent and countersigned by the officer of the rank of Superintending Engineer or equivalent. Certificate to be enclosed as prescribed in the format under Annexure-I. Sl. No. Item For this work 1 HYSD / Mild Steel for Reinforcement or Combined quantity 8.84 MT 2 CC VCC PCC VRCC RCC or Com Qty (other than Slab) 73.28 Cum 3 VRCC RCC or combined Qty (Slab QTY) 244.64 sqm/ 61.03 Cum 4 Brick Masonry/Reinforced Brick masonry/random rubble stone masonry or Combined quantity 72.08 Cum a) Availability {either owned with proof or leased with lease deed and proof of the following Key and Critical equipment for this work.} Availability [either owned or leased of the above key and critical equipment for this work] The bidder should submit the latest Certificate issued by the Executive Engineer / Invoices for the owned machinery or lease deed along with proof of owning machinery for the leased machinery. Executive Engineer certificate should not be earlier than one year from last date of submission of bids or Self declaration on Non - judicial stamp paper worth Rs 100/- as prescribed in the Statement V of the Bid document along with sufficient proof in support of owning the equipment such as invoice/certificate of Registration by competent authority will be considered Sl.No Equipment type and characteristics Minimum Nos required i) Steel centering 1000 sqm ii) Pin Vibrator 2 Nos iii) Pan Vibrator 2 Nos iv) Weigh batch mixers 1 No v) Concrete Mixers 2 Nos The key and critical equipment certificate issued by any Executive Engineer should not be earlier than ONE YEAR from last date of submission of the tender. The tenderer shall upload either a certificate issued by the Executive Engineer or self declaration on Non - judicial stamp paper worth Rs 100/- as prescribed in the statement V of the Bid document along with sufficient proof in support of owning the equipment such as invoice/certificate of In case of lease the tenderer should upload the lease deed executed on Non - judicial stamp paper worth Rs 100/- along with sufficient proof in support of owning the equipment by the Lessor such as invoice/certificate of Registration Availability of the following key technical personal with adequate experience: a) Graduate Engineer : 1 No b) Diploma holder : 1 No II) Liquid assets and / or credit facilities of not less than Rs.22,80,568/- Solvency certificate being issued by the banks in their Proforma as per guidelines of R.B.I (or) the Net worth certificate issued by the Charted Accountant, for the purpose of registration of contractor and for bidding purpose as per G.O.Ms.No.129, dt. 05.10.2015 of Water Resources (Reforms) Dept, Govt. of A.P. shall be considered and the solvency certificate / Net worth certificate shall not be earlier than ONE YEAR from the last date for submission of bid. III) E.M.D. to be paid using Net banking/ RTGS/ NEFT from their registered bank accounts (or) Bank Guarantee in favour of Superintending Engineer (R&B), Eluru obtained from Nationalized Bank or any Scheduled commercial bank valid for 6 months, at 1% of the estimated contract value of work for Rs.92,000/- 5. The tenderer is subjected to be black listed and the EMD forfeited 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 of work not properly completed in earlier contracts, inordinate delays in completion of the works, litigation history and / or financial failures and /or participated in the previous tendering for the same work and had quoted unreasonable high bid prices. 6. 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. 7. All participate bidders shall pay 0.03 % of Estimate Contract Value + 18.00% of service tax i.e. Rs.3,230/- towards transaction fee at the time of bid submission through the Electronic payment Gateway to the Managing Director, A.P.T.S., Vijayawada and the successful bidder shall pay 0.04% of ECV i.e. Rs.3,649/- towards corpus fund payable to the Managing Director, A.P.T.S, Vijayawada in online e procurement platform with the successful bidder login ID, at the time of concluding agreement and hand over payment details to the Superintending Engineer(R&B), Eluru. 8. 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 the digital certificate of the bidder will not be accepted on the e-procurement platform.

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH ELURU BUTTAYAGUDEM Polavaram Eluru

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 14/02/2024 04:00 PM
2 Commercial Stage 17/02/2024 04:00 PM PQ Stage
Stage Form Name Type of Form Supporting Document Required Supporting Document Description View Details
PQ Stage Key Critical Equipment Standard No N/A
PQ Stage Previously Executed works Standard No N/A
PQ Stage Work Done as a Prime Contractor Standard No N/A
PQ Stage Key Personnel Standard No N/A
PQ Stage Works On Hand/Tendered Details Standard No N/A
PQ Stage Similar Work Details Standard No N/A
PQ Stage Eligibility Criteria Standard No N/A
Commercial Stage Percentage Wise Rate Secure No N/A


View BOQ Item Details | View Tender Documents