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 709334 Enquiry/IFB/Tender Notice Number 50/JTO/2023-24 - 07
Name of Work Improvements to Christian and Hindu Burial Ground (Sy.No.2 01) i.e., Construction of Compound Wall, internal CC Roads, providing Lighting, water supply arrangments etc., in old Mangalagiri town in MTMC under 15th Finance Commission Grant Tender Category WORKS
Tender Type OPEN Estimated Contract Value ₹ 50,08,417
Bid Submission Closing Date 08/02/2024 02:00 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name MUNICIPALITIES ANDHRA PRADESH
Circle/Division MUNICIPALITIES ANDHRA PRADESH-MANGALAGIRI MUNICIPALITY
Tender ID 709334
IFB No / Tender Notice Number 50/JTO/2023-24 - 07
Name of Project Civil Works
Name of Work Improvements to Christian and Hindu Burial Ground (Sy.No.2 01) i.e., Construction of Compound Wall, internal CC Roads, providing Lighting, water supply arrangments etc., in old Mangalagiri town in MTMC under 15th Finance Commission Grant
Estimated Contract Value(INR)
₹ 50,08,417  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 6
Type of Work Compound Walls
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
Reverse Tendering Not Applicable
Normal/Emergency Type

Transaction Fee Details  
1773 (INR)

Tender Dates
Bid Document Download Start Date & Time 01/02/2024 11:00 AM
Bid Document Download End Date & Time 08/02/2024 11:00 AM
Bid Submission Closing Date & Time 08/02/2024 02:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids COMMISSIONER, MANGALAGIRI TADEPALLI MUNICIPAL CORP
Bid Opening Authority COMMISSIONER, MANGALAGIRI TADEPALLI MUNICIPAL CORP
Address Beside RTC Bustad, Gouthamabuddha Road, Mangalagiri - 522503
Contact Details 9849907303
Email commissioner.mtmc@gmail.com

Bid Security Details  
Bid Security (INR) Rs.50084.00
Bid Security In Favour Of THE COMMISSIONER, MANGALAGIRI TADEPALLI MUNICIPAL CORPORATION
Mode of Payment Exempted,Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 i) The bidder should enclose valid contractors registration certificate in appropriate class COMMON Mandatory
2 ii) EMD through online/BG in favor of The Commissioner, Mangalagiri Tadepalli Municipal Corporation, Mangalagiri COMMON Mandatory
3 iii) Transaction fee payable to M/s. APTS COMMON Mandatory
4 iv) The bidder should enclose GST Registration COMMON Mandatory
5 v) The bidder should enclose Income tax - PAN Card COMMON Mandatory
6 vi) The bidder should enclose Experience certificates issued by Engineer-in-Charge of the State / Central Government Departments under takings not below the rank of Executive Engineer or equivalent and countersigned by the Officer of the rank of Superintending Engineer or equivalent. COMMON Mandatory
7 vii) The bidder should enclose Annual Turnover Certificate certified by Chartered Accountant or issue by executing authority along with balance sheet COMMON Mandatory
8 viii) The bidder should enclose Experience certificate with in the block period in support of quantities executed COMMON Mandatory
9 ix) The bidder should enclose Similar Work completed with in the block period Experience Certificate COMMON Mandatory
10 x) The bidder should enclose copy of Liquid assets/Solvency certificate/Credit facility/Net worth certificate issued by the Chartered Accountant COMMON Mandatory
11 xi) The bidder should enclose details of existing commitments i.e., Work on Hand and Works for which tenders are submitted with supporting certificates and tenders submitted likely to be awarded COMMON Mandatory
12 xii) The bidder should enclose Latest Income Tax latest return with proof of submission (ITR-V) COMMON Optional
13 xiii) The bidder should enclose Any other documents required as per tender schedule COMMON Optional

General Terms and Conditions / Eligibility  
Eligibility Criterion Eligibility Criteria:- To qualify for consideration of Award of the Contract each Tenderer should fulfill the following certificates, documents etc., are to be scanned and uploaded on to the ap e-procurement plat form. "i) The Agencies/Contractors who are registered in the State Governments/Public Sectors/Government under takings through out the country shall be permitted for tendering as per G.O.Ms.No:73 I&CAD (PW-Reforms) Dt:27.06.2009. " ii) Copy of contractor's registration certificate in appropriate class with Government of Andhra Pradesh. iii) Copy of Permanent Account Number (PAN) card iv) Copy of GST Registration Certificate Procedure for Bid Submission "a) The bidder shall submit his response through bid submission to the tender on .apeprocurement. platform at www.apeprocurement.gov.in by following the procedure given below. The bidder would be required to register on the .apeprocurement. market place www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in and submit their bids online. No offline bids shall be entertained by the Tender Inviting Authority for the tenders published in ape-procurement platform. " b) The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the standard formats displayed in .apeprocurement. web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/technical bids and other certificates/documents in the .apeprocurement. web site. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/ authenticity. "1). Registration with ap e-procurement platform: For registration and online bid submission bidders may contact HELP DESK of M/s A.P.T.S., Vijaywada., www.apeprocurement.gov.in or https://tender.apeprocurement.gov.in." "2). Digital Certificate authentication: The bidder shall authenticate the bid with his Digital Certificate for submitting the bid electronically on .apeprocurement. platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the .apeprocurement. platform. For obtaining signature certificate, you may please contact. All the bidders need to obtain Digital Certificates from APTS: For obtaining Digital Signature Certificate, Please Contact:" "All the bidders need to obtain Digital Certificates from APTS: For obtaining Digital Signature Certificate, Please Contact: " "You may please Contact Registration Authorities of any Certifying Authorities in India. The list of CAs are available by clicking the link https://tender.apeprocurement.gov.in/Digital Certificate / Signature.html. " "3). Submission of Hard copies: i) Vide ref.G.O.Ms.No.174, I&CAD dept dated :1-9-2008, submission of original hard copies of the uploaded scanned copies towards EMD by participating bidders to the tender inviting authority before opening of the price bid id dispensed forthwith." ii) All the bidders shall invariably upload the scanned copies in .apeprocurement. system and this will be the primary requirement to consider the bid responsive. iii) The department shall carry out the technical evaluation solely based on the uploaded certificates/documents, towards EMD in the .apeprocurement. system and open the price bids of the responsive bidders. "iv)The department will notify the successful bidder for submission of original hardcopies of all the uploaded documents towards EMD prior to entering into agreement. " v)The successful bidder shall invariably furnish the original towards EMD, 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 within the stipulated date shall be the responsibility of the successful bidder. The department will not take responsibility for any delay in receipt/non-receipt of the original towards EMD, Certificates/Documents from the successful bidder before the stipulated time. On receipt of documents, the department shall ensure the genuinity towards EMD and all other Certificates/documents uploaded by the bidder in .apeprocurement. system in support of the qualification criteria before concluding the agreement. "4) The Go.MS.No. 174 ?I&CAD dated: 1-9-2008 Deactivation of Bidders If any successful bidder fails to submit the original hard copies of uploaded certificates/documents, BG towards EMD within stipulated time or if any variation is noticed between the uploaded documents and the hardcopies submitted by the bidder the successful bidder will be suspended from participating in the tenders on .apeprocurement. platform for a period of 3 years. The .apeprocurement. system would deactivate the user ID of such defaulting 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 as per G.O.Ms.No. 174, I & CAD Dt. 01.09.2008. The information to this extent may be seen in the .apeprocurement. plat form web site. Other conditions as per tender document are applicable. The bidder is requested to get a confirmed acknowledgement from the Tender Inviting Authority a proof of Hardcopies submission to avoid any discrepancy. " "5). Payment Of Transaction Fee and EMD: It is mandatory for all the participating bidders from 1st January 2006 to electronically pay a Non-refundable Transaction fee to M/s. APTS, the services provider through ?Payment Gateway Service on .apeprocurement. platform?. The Electronic Payment Gateway accepts all Master and Visa Credit card issued by any bank and Direct Debit facility/Net Banking of ICICI Bank, HDFC, Axis Bank to facilitate the transaction. This is in compliance as per G.O.Ms.4 IT & C department dated: 17.02.2005. A service tax of 15% or as applicable + Bank Charges for Credit Card Transaction as applicable on the transaction amount payable to APTS shall be applicable." 6. Corpus Fund: As per GO MS No.4 User departments shall collect 0.04% of ECV (estimated contract valve) with a cap of Rs.10,000 (Rupees ten thousand only) for all works with ECV upto Rs.50 crores, and Rs.25,000/- (Rupees twenty five thousand only ) for works with ECV above Rs.50.00 crores from successful bidders on .apeprocurement. platform before entering into agreement / issue of purchase orders, towards .apeprocurement. fund in favour of Managing Director, APTS. There shall not be any charge towards .apeprocurement. fund in case of works, goods and services with ECV less than and upto Rs. 10 lakhs. "7. Tender document: The bidder is requested to download the tender document and read all the terms and conditions mentioned in the tender Document and seek clarification if any from the Tender Inviting Authority. Any offline bid submission clause in the tender document could be neglected. The bidder has to keep track of any changes by viewing the Addendum/Corrigenda issued by the Tender Inviting Authority on time-to-time basis in the .apeprocurement. platform. The Department calling for tenders shall not be responsible for any claims/problems arising out of this. " "8). Bid Submission Acknowledgement: The bidder shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the bidder. Users may also note that the bids for which an acknowledgement is not generated by the apeprocurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the Tender Inviting Authority for processing the bids. The Government of AP and M/s APTS is not responsible for incomplete bid submission by users. " General Terms & Conditions The Agencies/Contractors who are registered in the State Governments/Public Sectors/Government under takings through out the country shall be permitted for tendering as per G.O.Ms.No:73 I&CAD (PW-Reforms) Dt:27.06.2009. 1. Assessed available bid capacity as per formula (2AN-B) should be greater than the estimated Contract value as specified in the Tender Document. "2. The details and certificates are to be furnished as per the proforma available in the tender schedules. " 3. The bidder should have satisfactorily completed the value not less than Rs 50.08 lakhs as a Prime Contractor in the same name and "style in the similar nature of works in any one financial year during last ten financial years from 2013-2014 to 2022-2023 as per G.O.Ms.No: 372, Dt: 28.09.2012. Sub-contractor/GPA holder?s experience shall not be taken into account. The bidder shall enclose the Experience certificates issued by Engineer-in-Charge of the State / Central Government Departments under takings not below the rank of Executive Engineer or equivalent and countersigned by the Officer of the rank of Superintending Engineer or equivalent. The experience certificates furnished should clearly indicate the date of commencement of the work and date of completion and payment made financial year wise and payment made year wise" 4. The bidder should have executed the minimum quantities of items of work as given below in any one financial year durning the last ten financial years. The bidder should enclose Experience certificates issued by Engineer-in-Charge of the State / Central Government Departments under takings not below the rank of Executive Engineer or equivalent and countersigned by the Officer of the rank of Superintending Engineer or equivalent. The experience certificates furnished should clearly indicate the date of commencement of the work and date of completion and payment made financial year wise and payment made year wise. PHYSICAL EXPERIENCE: The bidder should have satisfactorily completed in any one year during the last 10 Financial Years i.e, from FY: 2013-2014 to 2022-2023 Should have satisfactorily executed the following items: 1) Should have satisfactorily executed VCC / RCC / VRCC M25 and above or combined quantity : Not less than 72.91 Cum 72.91 36.46 2) Should have satisfactorily executed High Yield Strength Deformed (HYSD)/ Thermo Mechanically Treated (TMT) / Mild steel (MS) steel bars or combined quantity : Not less than 5270.85 Kgs 750.00 375.00 3) Should have satisfactorily executed Brick Masonry/ Flyash Masonry (or) combined quantitiy : Not less than 116.54 Cum 116.54 58.27 4) Should have satisfactorily executed Plastering work : Not less than 1320.39 Cum 1320.39 660.20 b) Availability of key and critical equipment (either owned or leased) duly giving an understanding declaration on a non judicial stamp paper of worth of Rs.100/- with sufficient proof of equipment or leased agreement. The bidder should submit the particulars invariably in the format specified in the tender schedule along with necessary certificates, failing which his tender shall be treated as incomplete and summarily rejected. C) The bidder should furnish the availability of following key personnel. a)��Graduate Engineers b) Diploma Engineers "5. The bidder shall fulfill the available bid capacity of 2 AN-B > ECV 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 work for which tenders are invited (Months/ 12) B = Updated value (at current price level) of all existing commitments i.e., ongoing works, works likely to be awarded to be executed during the period of completion of the work for which tenders are invited. Annual turnover, cost of completed works and balance works on hand etc., shall be updated by giving simple weightage of 10% per year to bring them to current price level. The bidder should enclose the above certificates at the time of bidding. 1. The tenderer should further demonstrate: i) EMD for Rs 50,084.00 in the shape of unconditional and irrevocable Bank guarantee in favour of the Commissioner, Mangalagiri Tadepalli Municipal Corporation in the standard format issued by any Nationalised Bank/ Scheduled Bank to be valid for 6 months from the date of NIT (or) E.M.D for Rs 50,084.00 to be paid by using Net banking/RTGS /NEFT only in favour of the Commissioner, Mangalagiri Tadepalli Municipal Corporation. ii) The Agencies/Contractors who are registered in the State Governments/Public Sectors/Government under takings through out the country shall be permitted for tendering as per G.O.Ms.No:73 I&CAD (PW-Reforms) Dt:27.06.2009. iii) Copy of contractor's registration certificate in appropriate class iv) Copy of Permanent Account Number (PAN) card v) Copy of GST Registration with Government of Andhra Pradesh. vi) Liquid assets by credit facility of not less than an amount of Rs 25.04 Lakhs (credit lines by letter of credit / solvency certificate from banks etc.,) should be submitted by the bidder. Or Net Worth certificate issued by the Chartered Accountant. vii) Annual turnover, cost of completed works and balance works on hand etc., viii) Availability (either owned or leased) of key and critical equipment. ix) The bidder should upload the list of technical persons as required for the work. 2. The tenderer is to be blacklisted and the EMD forfeited if he is found to have mislead 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 /

General Technical Terms and Conditions (Procedure)  
as per tender document

Legal Terms & Conditions  
as per tender document

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH GUNTUR MANGALAGIRI MANGALAGIRI GUNTUR

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 08/02/2024 02:01 PM
2 Commercial Stage 08/02/2024 03:00 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