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 718484 Enquiry/IFB/Tender Notice Number eNIT No 38/9/MDR/ENC(MDR)/2023 Dated 30.01.2024 (2nd call)
Name of Work Construction of HLB across GARANDALVAGU in Km 0/0 to 0/4 of Pulivendula Alavalapadu Vempalli road (KDMD069) in YSR District Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 3,63,65,575
Bid Submission Closing Date 20/02/2024 04:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name R&B
Circle/Division R&B-SE R&B CUDDAPAH
Tender ID 718484
IFB No / Tender Notice Number eNIT No 38/9/MDR/ENC(MDR)/2023 Dated 30.01.2024 (2nd call)
Name of Project Construction of HLB across Garandal Vagu in Km 0/0 to 0/4 of Pulivendula Alavalapadu Vempalli road KDMD069 in YSR District
Name of Work Construction of HLB across GARANDALVAGU in Km 0/0 to 0/4 of Pulivendula Alavalapadu Vempalli road (KDMD069) in YSR District
Estimated Contract Value(INR)
₹ 3,63,65,575  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 12
Type of Work Similar Work
Bidding Type OPEN
Bid Call (Numbers) 2
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 Applicable

Transaction Fee Details  
11800 (INR)

Tender Dates
Bid Document Download Start Date & Time 06/02/2024 04:00 PM
Bid Document Download End Date & Time 20/02/2024 04:00 PM
Bid Submission Closing Date & Time 20/02/2024 04:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Engineer in Chief R and B MDR Vijayawada
Bid Opening Authority Superintending Engineer R and B Circle Kadapa
Address O/o The Superintending Engineer R and B Circle Kadapa
Contact Details 08562247550
Email sekdpysr@gmail.com

Bid Security Details  
Bid Security (INR) Rs.363700.00
Bid Security In Favour Of By using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card from Nationalised Bank or any Scheduled commercial bank
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Copy of PAN card along with a copy of latest Income Tax returns submitted along with proof of receipt COMMON Mandatory
2 Copies of Registration copy under GST Act 2017, i.e., Taxpayer Identification Number COMMON Mandatory
3 Details of Civil Engineering works executed during the last Ten financial years in the tenderers name in statement - I with supporting certificates such as Turn over Certificate by Auditor, P and L Statement, Balance Sheet and IT Acknowledgment (OR) Experience Certificates issued by the concerned Executive Engineer and Counter signed by the Superintending Engineer. COMMON Mandatory
4 Details of similar nature of works completed as prime contractor (in the same name) during the last Ten financial years in statement - II with supporting certificates COMMON Mandatory
5 Quantities of works executed in road works as prime contractor (in the same name) during the last ten financial years in statement - III with supporting certificates COMMON Mandatory
6 Details of existing commitments i.e., work on hand and works for which tenders are submitted in statement IV A with supporting certificates and IV B Tenders submitted/likely to be awarded COMMON Mandatory
7 Availability of critical equipment in statement V COMMON Mandatory
8 Availability of key personnel in statement VI COMMON Mandatory
9 Litigation history in statement VII COMMON Mandatory
10 Proof of liquid assets in the shape of Solvency certificates etc., for the required amount shall not be EARLIER THAN ONE YEAR (from the last date of submission of bid) COMMON Mandatory
11 Declaration in on line stating that the soft copies uploaded by them are genuine COMMON Mandatory
12 Self-Declaration COMMON Mandatory
13 Any other certificates required as per NIT COMMON Mandatory
14 Copy of Contractors valid registration under appropriate Class in A.P COMMON Mandatory
15 EMD certificate as per NIT COMMON Mandatory

General Terms and Conditions / Eligibility  
e NIT No.38/9/MDR/ENC(MDR)/2023, Dated: 30.01.2024 (2nd call). 1. Tenders for the work mentioned below are invited from the Contractors / Contracting firms registered with Government of Andhra Pradesh. 1) Name of the work : CONSTRUCTION OF H.L.B ACROSS GARANDALVAGU IN KM 0/0 TO 0/4 OF PULIVENDULA ? ALAVALAPADU ? VEMPALLI ROAD (KDMD069) IN YSR DISTRICT. 2) Estimate contract value of work put to tender : Rs.36365575/- 3) Period of completion of work : 12 Months 4) Form of contract/class of contractor eligible : 1. G.O.MS No 94, I&CAD (PW.COD) dept., dated: 01-07-2003: Class-1 (Civil). 5) Tender Type : LS 6) Bid Call (Nos.) : 2nd call as per as per the G.O Ms No.73, Irrigation & CAD (PW-Reforms) Department, Dt.27.06.2009. 7) Type of Quotation : The price is to be quoted for work. Evaluation for arriving at the single successful bidder will be carried out through reverse tendering process as detailed in the bid documents. 8) Transaction Fee : The participating bidders will have to pay transaction fee to M/s MD APTS Ltd., Vijayawada, at 0.03% of ECV (Estimated Contract Value) + 18 % service tax on 0.03% of ECV. It is mandatory for the bidders to pay the transaction fee through the Electronic payment Gateway. 9) E.M.D. to be paid at 1% of the estimated contract value of work (1) In the shape of Bank Guarantee in favour of Superintending Engineer, R&B Circle, KADAPA to be valid for 6 months from the date of NIT obtained from nationalized bank or any Scheduled commercial bank. (or) (2) By using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card from Nationalised Bank or any Scheduled commercial bank. : Rs. 3,63,700/- 10) Bid Document Downloading Start Date : 06.02.2024 @ 04.00 PM 11) Bid Document Downloading End Date : 20.02.2024 @ 04.00 PM 12) Last Date & Time for Receipt of Bids : 20.02.2024 @ 04.30 PM 13) PQ Stage Date & Time : 20.02.2024 @ 5.00 PM 14) Confirmation from the Banks on issue of Bid Security in the shape of the BG/DD. : An authorized communication or a letter or a scanned and uploaded copy of that letter on e-procurement Website or an e-mail from the issuing bank or any authorized communication from the bank with regard to issue of the Bank Guarantees/Demand Draft is sent to the Tender Inviting authority before PQ Stage. 15) Commercial Stage Date & Time : <<22.02.2024 @ 11.00 A.M.> 16) Auction Date & Time (Reverse Auction) : << 22.02.2024 @ 2.00 PM>> 17) TQ Stage Date & Time : << 22.02.2024 @ 05.00 P.M >> 18) Bid Validity Period : 90 Days 19) Tender inviting authority i.e., Officer inviting bids and opening the bids : Engineer-in-Chief (R&B) MDR, Vijayawada. 20) Agreement concluding authority : Superintending Engineer, (R&B) Circle, KADAPA Eligibility criteria for opening the Price bid: i) The bidder should have satisfactory completed, as prime contractor in similar nature of Bridge works value not less than Rs.9091394/-in any one financial year during last ten financial years i.e., from 2013-2014 to 2022-2023 (This value will be updated to the year 2023-24 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. ii) Executed the following minimum quantities in any one financial year during the last TEN financial years i.e., from 2013-2014 to 2022-2023. Sl. No. Item For this work 1 PCC or VCC or VRCC or RCC or Combined quantity for Foundations / Sub / Super Structure in Cum 497.63cum 2 HYSD or Mild steel or combined Quantity in MT 43.78MT iii) Bid capacity computed by the formula (2 AN ?B) shall be greater than the estimated contract value. iv) Should possess the key/critical equipment and key technical personnel and liquid assets as shown in the tender documents. Availability either owned (or) leased of the following key and critical equipment for this work Each bidder should further demonstrate: a) Availability [either owned or leased of the following key and critical equipment for this work)]. The bidder should submit the latest Certificate obtained from Executive Engineer/Invoices for the owned machinery and lease deed along with proof of owning machinery for the leased machinery b) The certificate shall not be earlier than 01.01.2017 for consideration of their bids. c) All the previous Machinery Certificate issued by the Executive Engineer?s will be treated as Null and Void up to 31.12.2016 and New Machinery Certificates issued by the Executive Engineers there after shall be uploaded by the Contractors for consideration of their Bids. Sl. No Equipment type and characteristics Minimum Nos required 1 Tippers 2 Nos 2 Smooth Wheeled roller 1 No 3 Water Tankers 4 Nos 4 Quality Control Lab Equipment 1 No 5 Concrete Mixers 2 Nos 6 Weigh Batch Mixers 2 Nos 7 Steel Centering 2000 Sqm i) The tenderer has to upload a certificate for availability of Critical Equipment issued by the Executive Engineer after 01.01.2017 will be considered and the certificates issued by the Executive Engineer dated prior to 01.01.2017 shall be treat as Null and Void (or) Declaration on non judicial stamp paper worth Rs. 100/- as prescribed in Statement-V of Tender Schedule along with proof of document for all machinery in support of owning, such as invoice / certificate of registration by competent authority will be consider. ii) In case of lease the tenderer should upload the lease deed executed on Non - judicial stamp paper worth Rs 100/- with work specific along with sufficient proof in support of owning the equipment by the Lessor such as invoice/certificate of Registration. c) Availability of the key personnel i. Graduate Engineer : 1 No ii. Diploma Holders : 1 No vi)Liquid assets and/or credit facilities of not less than Rs.4545697/-Credit facility / letter of credits / Solvency certificates from Nationalised/Scheduled Commercial Banks in the prescribed proforma enclosed to the Bid Document . The solvency certificate should not earlier than one year from the closing date of the tenders. 4. The tenders will be opened by the Superintending Engineer, (R&B) Circle, KADAPA or his nominee at his office in the presence of tenderers/or their authorised representatives on the date mentioned above. 5. The price bids of such tenderers who are determined to have complied with the eligibility criteria will only be opened. 6. 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. 7. Any other details can be had from the office of the Superintending Engineer, (R&B) Circle, KADAPA.

General Technical Terms and Conditions (Procedure)  
Reverse Tendering Process: As per G.O.Ms. No. 67 Water Resources (Reforms) Department dated: 16-08-2019 and G.O.Ms.No 50 Water Resources (Reforms) Department dated: 15-10-2020. (i) Submission of Hard Copies of uploaded Scan copies of Demand Draft / Bank Guarantee towards EMD by participating bidders to the tender Inviting authority before opening of Price Bid is dispensed with. (ii) Only those bids will be evaluated and considered for comparison to arrive at L1 value and allowed to participate in reverse bidding in whose favour an authorised communication or a letter or a scanned and uploaded copy of that letter on e- procurement Website or an e-mail from the issuing bank or any authorised communication from the bank with regard to issue of the Bank Guarantees/ Demand Draft is sent to the Tender Inviting authority within the stipulated time. (iii) All Bank Guarantees uploaded by all Bidders would be verified with the issuing Bank, subsequently and if any uploaded Bank Guarantee is found (iv) To be forged or tampered with or fake, then it would be considered as fraud and would be liable for criminal action invariably. (v) Tenders up to 25% less (-25%) than the estimate may be accepted. Tenders which are less beyond minus 15% {(<-15%)} of the estimate but upto minus 25%, a Bank Guarantee or Demand Draft for the difference between the tendered amount and 85% of the estimate value should be taken, over and above other guarantee, which would be released after the completion of work with other Bank Guarantees. Illustration: If a L1 bidder quotes Rs 75 for an estimated value of Rs 100, then the bidder will have to give an additional BG/DD of Rs 10 {Rs 85 (that is 85% of Est. Value)- Rs 75 (Tendered amount )}. (vi) All the bidders shall invariably upload the scanned copies of Demand Draft /Bank Guarantee in e- Procurement system and this will be the primary requirement to consider the bid as responsive. (vii) The Department shall carry out the technical bid evaluation solely based on the uploaded certificates / documents, DD / BG towards EMD/ affidavit, in the e-Procurement system and open the price bids of the responsive bidders and proceed further for reverse auctioning. (viii) The Department will notify the successful bidder for submission of original hard copies of all uploaded documents, DD / BG towards EMD prior to entering into agreement. (ix) The successful bidder shall invariably furnish the original certificates /documents of the uploaded scanned copies to the Tender Inviting Authority, original Bank Guarentee & Demand Draft towards EMD 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 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 Department shall ensure the genuineness of the DD / BG towards EMD and all other certificates / documents uploaded by the bidder in e-Procurement system in support of the qualification criteria before concluding the agreement. (x) If any successful bidder fails to submit the original Hard Copies of uploaded certificates / Documents, DD / BG towards EMD within 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 deter frivolous bidders and to avoid delays in the tender process for execution of the development schemes taken up by the Government. The information to this extent may be displayed in the e- Procurement platform website and all Govt. Dept./Public Sector Units/ Local Bodies/Autonomous Bodies in AP would prevent such bidders from participating in the bidding process xi) All bidders shall self-declare their details under each technical and financial criterion on the e-procurement platform along with an undertaking confirming their compliance with the technical and financial criterion prescribed in the bid document. xii) All bidders shall submit supporting documents for their submittals under each technical and financial criterion. In case of documents found to be defective, incorrect or forged and therefore claim of Qualification is not supported, severe action including forfeiture of EMD shall be taken. xiii) The threshold values of Technical and Financial qualification as prescribed by the department shall be displayed to the bidders on the screen of online e-procurement site. The bidders have to submit their details of qualification criterion in prescribed text boxes along with their self-declaration on the fulfillment of qualification criterion prescribed. The system automatically evaluates the qualification details uploaded by the bidders and enable the qualified bidders only to quote for their price bid in the prescribed box for the work. xiv) All bidders satisfying pre-qualification criterion as per their submittals and self-declaration on e-procurement site shall quote their price offer. xv) The Price bids of all the bidders shall be opened and the lowest quoted price bid among the qualified bidders in the tender process shall be determined. xvi) To conduct the reverse tender process at least two bidders would be required. xvii) The L1 Price Offer (Initial) shall be the maximum allowable Bid price for the reverse tendering process. xviii) Only one round of reverse tendering shall be carried out in which bidders can revise their bids multiple times within the time limits specified. xix) At the start of the Reverse Tendering process the Maximum Allowable Bid Price will be set and bidders shall submit their bids in an online platform. xx) Names of the bidders / vendors shall be anonymously masked in the Reverse Tendering process and vendors will be given suitable dummy names. xxi) The initial period of the Reverse tendering process will start after 3 hours, following which there will be auto extensions of time by 15 minutes in case of any reduction in bids recorded in the prior 15 minutes. xxii) Only the current L1 bid shall be visible to all bidders who may revise their bids until the end of the process. xxiii) Decrements made in each subsequent bid shall not be less than 0.5% of the IBM/ECV uploaded. xxiv) The L1 bid may be determined following a period of inactivity of more than 15 minutes of reverse bidding after the initial 3 hour period after closure of the main bidding. xxv) Following the determination of the L1 bid, the L1 bidder?s supporting documents under each technical and commercial criterion shall be verified. The reverse tendering process shall be on hold for a maximum period of 24 hours (1 day) while the L1 bidder?s supporting documents are verified. xxvi) Upon successful verification of the L1 bidder?s supporting documents, the reverse tendering process shall be closed declaring the L1 bidder as ?successful bidder? and the remaining bidders in the process shall be notified as ?unsuccessful? and their respective EMDs shall be refunded. xxvii) In case there are discrepancies between the L1 bidder?s declarations under the technical and financial criteria and the supporting documents submitted, the L1 bidder shall be disqualified, his EMD shall be forfeited, he will be removed from the reverse tendering process and the remaining bidders shall be notified of the date and time when the reverse tendering process shall be resumed. xxviii) The reverse tendering process shall be resumed with the L2 price as the Maximum Allowable Bid Price. xxix) Only 15 minutes shall be initially allowed for the remaining bidders to revise their bids, subject to automatic extensions of 15 minutes in case of any reduction in bids recorded in the prior 15 minutes. xxx) The reverse tendering process shall continue until the determination of a successful bidder. Conclusion of the Reverse Tendering Process:- i) After conclusion of the reverse auction process, the pre-qualification criteria of all bidders shall be verified. In case of successful verification of pre-qualification criteria of the L-1 Bidder and if qualified he will be awarded the contract and the EMDs of un successful bidders shall be refunded. ii) If any variation is noticed between the up loaded documents, information furnished in the given templates in respect of both technical and commercial prequalification criteria and the self-declaration submitted by the bidder, the bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 years. If any of the documents furnished by the bidder are found to be false / fabricated / bogus, at any time the bidder will be black listed and the EMD will be forfeited. iii) In case of the L1 bidder being disqualified, the Department reserves the right to restart the reverse auction process with the L2 price of the concluded reverse auction as the start/ maximum bid price OR to restart the entire tendering process from the NIT Stage. In either case, the date and time of the subsequent process shall be communicated to the remaining bidders thru online. iv) e-procurement corpus fund: An e-procurement corpus fund of Rs.11800/- administered by APTS has to be paid by the successful bidder through online like payment of Transaction fee in favour of Managing Director, AP Technological Services, and Vijayawada at the time of concluding the agreement. Special conditions 1. The Employer reserves the right to accept or reject any or all the Bids without assigning any reason whatsoever. 2. The dates stipulated in the NIT are firm and under no circumstances they will be relaxed unless officially extended / notified. 3. The Contractors shall submit their Bids online only. For any sort of difficulties or the problems in the internet, web site in submission of tenders, the Employer is not responsible. 4. Only those bids will be evaluated and considered for comparison to arrive at L1 value and allowed to participate in reverse bidding in whose favour an authorised communication or a letter or a scanned and uploaded copy of that letter on e- procurement Website or an e-mail from the issuing bank or any authorised communication from the bank with regard to issue of the Bank Guarantees/ Demand Draft is sent to the Tender Inviting authority within the stipulated time. 5. Tenders up to 25% less (-25%) than the estimate may be accepted. Tenders which are less beyond minus 15% {(<-15%)} of the estimate but upto minus 25%, a Bank Guarantee or Demand Draft for the difference between the tendered amount and 85% of the estimate value should be taken, over and above other guarantee, which would be released after the completion of work with other Bank Guarantees. Illustration: If a L1 bidder quotes Rs 75 for an estimated value of Rs 100, then the bidder will have to give an additional BG/DD of Rs 10 {Rs 85 (that is 85% of Est. Value)- Rs 75 (Tendered amount )}. 6. The Employer reserves the right to cancel the Bids at any time without assigning any reasons. 7. The Contractor should submit a copy of valid GST registration certificate issued by the registration authority. 8. The Contractor should submit copy of PAN card and copy of latest Income Tax return submitted to IT Department along with proof of submission. 9. Any other condition regarding receipt of Bids in conventional method appearing in the Bid documents is to be treated as not applicable. 10. The Contractors should invariably upload the scanned copies of Bid Security and experience certificates and other relevant documents duly signed by them. 11. Bids shall be valid for a period of 3 months from the last date of submission of Bids. Before expiry of validity, the authority who called for the Tenderers, shall seek for further extension of validity from the Contractors and in case the validity is not extended by any Contractor, his Bid will not be considered after such expiry and his Bid Security shall be returned. 12. The retention amount (FSD) from the bills will be deducted at the rate of 7.50% as usual. The amount of FSD accumulated to 7.5% on Contract value at the end of final bill & the 2.5% EMD in the form of B.G./Cash/DD will be returned to the agency/contractor on the successful completion of the Defects liability period (DLP)/maintenance period (+) 28 day?s grace period from the end of DLP/maintenance period (or) from the date of check measurement of the rectification plus 28 days of grace period in case the defect rectification is completed beyond the DLP/ maintenance period. 13. The participating bidders will have to pay transaction fee to M/s MD APTS, Vijayawada through Online. It is mandatory for the bidders to pay the transaction fee through the Electronic payment Gateway. 14. In case of discrepancy between the Price Bid quoted online and in supporting documents uploaded, the Price Bid quoted in the template provided online only would be considered for evaluation. 15. Bid Price should be quoted online in the specified template. 16. The Contractor is subjected to be disqualified and liable for black listing and forfeiture of Bid Security, if he is found to have misled or furnished false information in the documents submitted in proof of qualification requirement. 17. Even during execution of the work, if found that the Contractor had produced false/fake certificates of experience he will be liable for black listing and the Contract will be liable for termination duly forfeiting Performance Security and all the amounts due to him. 18. Articles of Contract: Successful Contractor/Contractor is to execute Articles of Contract as provided in the Bid Document.

Legal Terms & Conditions  
2. a) The bidders need to contact the Superintending Engineer, (R&B) Circle, KADAPA for information on e-procurement. b) The bidders need to register on the electronic procurement market place of Government of Andhra Pradesh, that is, www.apeprocurement.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 without levy of any registration or subscription fee up to 31st March 2003 or such later date as decided by the steering committee. However, the e-procurement market place levy charges for such value added services as decided by the steering on the e-procurement as laid down in the G.O.Ms. No. 2, Information Technology and Communication department dated: 15-01-2003. 3. Procedure for Bid Submission a) Tender schedule can be downloaded from the web site: https://tender.apeprocurement.gov.in. b) Intending bidders can contact Superintending Engineer, (R&B) Circle, KADAPA, Andhra Pradesh Land Line No. 08562 247550 for any clarification, information on any working day during working hours. c) The bidder shall submit the bid and all related correspondence in English language only. d) All bidders must fill in the pre-qualification checklist in the templates provided and sign on the self-declaration form stating their compliance with all the technical and financial pre - qualification criteria and up load the same. e) E.M.D. to be paid in the shape of Bank Guarantee in favour of Superintending Engineer, (R&B) Circle, KADAPA to be valid for 6 months from the Date of NIT, issued by any Nationalized Bank /scheduled Bank in the standard format (or) Using Net Banking / RTGS/ NEFT from registered bank accounts OR using Credit Card / Debit card (i.e., 1% of ECV). f) All bidders must upload all supporting documents in the e- Procurement portal validating their declarations and uploaded in the templates provided for the same under the technical and commercial pre-qualification criteria laid down in the check list. g) The bidders should quote their initial price offer at the prescribed field / place provided in the e-market place within the prescribed period. h) The bidder shall sign on all the documents uploaded by him including EMD along with the self-declaration for fulfilling pre - qualification criteria set by the Department (on the check list) owning responsibility for their correctness / authenticity and upload along with Tender. i) The system shall carry initially the evaluation based on the information furnished in the given templates with regard to both technical and commercial pre-qualification criteria and the declaration up loaded by the bidder. j) The price bids will be opened on the date and time fixed. k) Only those bids will be evaluated and considered for comparison to arrive at L1 value and allowed to participate in reverse bidding in whose favour an authorized communication or a letter or a scanned and uploaded copy of that letter on e-procurement Website or an e-mail from the issuing bank or any authorized communication from the bank with regard to issue of the Bank Guarantees/Demand Draft is sent to the Tender Inviting authority within the stipulated time. l) The bidders shall furnish willingness in participating reverse tendering process and an undertaking shall be uploaded to that effect along with submission of initial price offer. m) After identification of the L-1 Initial Price Offer, eligible bidders shall be transferred to the Reverse Auction Platform. (All the bidders to be registered with ?https://www.konugolu.ap.gov.in? for participating in Reverse Tendering). n) The time and date will be displayed for reverse tendering process. o) Finally, after completion of reverse tendering process, the Department shall carry out the technical bid evaluation of L1 bidder solely based on the uploaded certificates/documents, BG towards EMD in the e-procurement system.

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH YSR PULIVENDLA PULIVENDLA CUDDAPAH

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 20/02/2024 05:00 PM
2 Commercial Stage 22/02/2024 11:00 AM PQ Stage
3 TQ Stage 22/02/2024 05:00 PM
Stage Form Name Type of Form Supporting Document Required Supporting Document Description View Details
PQ Stage PQ documents required from the vendor Standard No N/A
Commercial Stage Percentage Wise Rate Secure No N/A
TQ Stage Key Critical Equipment Standard Yes As per Bid Document
TQ Stage Previously Executed works Standard Yes As per Bid Document
TQ Stage Work Done as a Prime Contractor Standard Yes As per Bid Document
TQ Stage Key Personnel Standard Yes As per Bid Document
TQ Stage Works On Hand/Tendered Details Standard Yes As per Bid Document
TQ Stage Similar Work Details Standard Yes As per Bid Document
TQ Stage Eligibility Criteria Standard No N/A


View BOQ Item Details | View Tender Documents