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 719002 Enquiry/IFB/Tender Notice Number 07/ATO/2023-24, Dated:05.02.2024
Name of Work Under the main work of Construction of Proposed 4Lane ROB and its approaches in lieu of existing level crossing No.124E SPL 3 at Km.1.800 on NH 205 between Prasannayapalli and Jangalapalli railway stations on Anantapuramu Dharmavaram Railway section in the state of AP Sub-work Urgent Repairs to the Service Road of ROB at Km.1.8 (Old NH205) of Uravakonda Krishnagiri road from Km.77.100 to 78.650 of NH42 in the State of Andhra Pradesh. Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 29,59,018
Bid Submission Closing Date 13/02/2024 04:00 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name R&B
Circle/Division R&B-EE OFFICE - NH ANANTAPUR
Tender ID 719002
IFB No / Tender Notice Number 07/ATO/2023-24, Dated:05.02.2024
Name of Project Under the main work of "Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km.1.800 on NH 205 between Prasannayapalli & Jangalapalli railway stations on Anantapuramu Dharmavaram Railway section in the state of AP Sub-work Urgent Repairs to the Service Road of ROB at Km.1/8 (Old NH205) of Uravakonda Krishnagiri road from Km.77/100 to 78/650 of NH42 in the State of Andhra Pradesh.
Name of Work Under the main work of Construction of Proposed 4Lane ROB and its approaches in lieu of existing level crossing No.124E SPL 3 at Km.1.800 on NH 205 between Prasannayapalli and Jangalapalli railway stations on Anantapuramu Dharmavaram Railway section in the state of AP Sub-work Urgent Repairs to the Service Road of ROB at Km.1.8 (Old NH205) of Uravakonda Krishnagiri road from Km.77.100 to 78.650 of NH42 in the State of Andhra Pradesh.
Estimated Contract Value(INR)
₹ 29,59,018  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 3
Type of Work Civil Works
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

Transaction Fee Details  
1048 (INR)

Tender Dates
Bid Document Download Start Date & Time 06/02/2024 03:00 PM
Bid Document Download End Date & Time 13/02/2024 03:30 PM
Bid Submission Closing Date & Time 13/02/2024 04:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Executive Engineer
Bid Opening Authority Executive Engineer
Address Opp: Z.P. Office, Near Geethamandhir Ananthapuramu
Contact Details 08554297775
Email eenhatp19@yahoo.com

Bid Security Details  
Bid Security (INR) Rs.29590.00
Bid Security In Favour Of Executive Engineer RandB NH Division Ananthapuramu
Mode of Payment Online Payment,Challan Generation

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Contractor Registration Class-III and above COMMON Mandatory
2 1 percent EMD online payemnt in favour of Executive Engineer R and B NH Division Anantapuramu COMMON Mandatory
3 Latest Saral or IT returns COMMON Mandatory
4 Latest PAN COMMON Mandatory
5 GST Certificate COMMON Mandatory
6 Technical Agent Certificate COMMON Optional
7 Any other documents COMMON Optional

General Terms and Conditions / Eligibility  
GOVERNMENT OF ANDHRA PRADESH ROADS AND BUILDINGS DEPARTMENT Name of Work : ?Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? I N D E X NO DETAILS Page No. 1. NOTICE INVITING TENDER (NIT) 2. INSTRUCTIONS TO BIDDERS. A) General. B) Tender Document C) Preparation of Tenders D) Submission of Tenders E) Tender Opening and Evaluation. F) Award of Contract. 3. FORMS OF TENDER QUALIFICATION INFORMATION ? Checklist to Accompany the Tender ? Statements (I to VII) 4. CONDITIONS OF CONTRACT TENDER A) General B) Time for completion. C) Quality Control D) Cost Control E) Finishing the Contract F) Special conditions. G) Maintenence 5. TECHNICAL SPECIFICATIONS 6. DRAWINGS 7. BILL OF QUANTITIES & PRICE BID 8. FORMATS OF SECURITIES GOVERNMENT OF ANDHRA PRADESH ROADS AND BUILDINGS DEPARTMENT * * * NOTICE INVITING TENDERS (NIT) e-CTN No: 07/ATO/2023-24 , Dated: 05.02.2024 of Executive Engineer(R&B) NH Division, Anantapuramu. Tenders for the work mentioned below are invited from the Contractors / Contracting firms registered with Government of Andhra Pradesh. 1) Name of the work : ?Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? 2) Estimate Contract value of work put to tender : Rs.29,59,018/- 3) Period of completion of work : 3 Months 4) Form of contract / Class of contractor eligible : As pr G.O.Ms.No. 94 I&CAD (PW COD) dept dt. 01-7-2003 5) 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 Executive Engineer (R&B), Division, Anantapuramu to be valid for 6 months from the date of NIT obtained from nationalized bank or any Scheduled commercial bank. or (2) By making Payment using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card from Nationalised Bank or any Scheduled commercial bankat 1% of the estimated contract value of work : Rs.30,956/- (1% of ECV) 6) Date and time for Issue of tender documents : 05/02/2024at 8.30 PM to 12/02/2024upto 4:00 PM 7) Last date and time for submission of tenders 12-02-2023 @ 4.30 P.M 8) Date of opening of technical bid 12-02-2024 at 4:30 PM 9) Date of opening of Price Bid On 12-02-2024@ 4.30 P.M. Onwards 10) a) The Bidders need to contact the Executive Engineer (R&B) NH, Division, Anantapuramu for information on e-procurement. b) The Bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e., www.apeprocurement.gov.in. On registration in 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. 11. The transaction fee shall be paid through electronic gateway of ICICI/HDFC Banks with e-Procurement platform as per the Government orders vide G.O.Ms.No: 13, Dated: 05-07-2006. The Department will not take any responsibility for any delay or non-receipt. 12. a) As per G.O.Ms.No. 8, Information Technology, Electronics & Communications Department, Dated: 08-05-2016, the Bidders shall pay the EMDs using Net banking/RTGS/NEFT from their registered bank accounts only. The unsuccessful Bidder?s EMDs will be refunded to their registered bank accounts only. In the new version of eProcurement, the Bidders can pay the EMDs using Credit Card / Debit Card, as per the VISA/Master Card Guidelines. However the return of EMD will be only to the Originating Card from which payment was made, as per the standard practice. b) As per the G.O.Ms.No. 174, Irrigation & CAD (PW-Reforms) Department, Dated: 01-09-2008, Submission of original Hard Copies of the uploaded scan copies of BG towards EMD by participating Bidders to the tender Inviting authority before opening of the price bid be dispensed forthwith. All the Bidders shall invariably upload the scanned copies of BG in e- Procurement system and this will be the primary requirement to consider the bid as responsive. The Department shall carry out the technical bid evaluation solely based on the uploaded certificates/documents, BG towards EMD in the e-procurement system and open the price bids of the responsive Bidders. The Department will notify the successful Bidder for submission of original hard copies of all uploaded documents, BG towards EMD prior to entering into agreement. c) The successful Bidder shall invariably furnish the original BG 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 with in 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 BG towards EMD, certificates/documents, from the successful Bidder before the stipulated time. On receipt of documents, the Department shall ensure the genuinity of the 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. d) If any successful Bidder fails to submit the original Hard Copies of uploaded certificates/Documents, BG towards 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. The information to this extent may be displayed in the e-procurement platform website. 13. The Bidders shall 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 cancelling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business. 14 The tenders will be opened by the Executive Engineer (R&B) NH, Division, Anantapuramu or his nominee at his office on the eprocurement portal , on the date mentioned above. 15 The price-bids of such Bidders, who are determined to have complied with the eligibility criteria, will only be opened. 16 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. 17 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. 18 Any other details can be had from the Office of the Executive Engineer(R&B) NH, Division, Anantapuramu. INSTRUCTIONS TO TENDERERS A ? GENERAL Name of work.:-? Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? Scope of work: Give brief description and location of work: Mandal: Kadiri, Assembly Constituency: Rapthadu Principal Components of the work: ECV put to tender: Rs. 29,59,018/- 1. ????????. 2. ????????.. Give breakup of cost of major items covered in the ECV.Rs. 29,59,018/- i) Patch Work : ii) Jungle Clearence : iii) Sectioning of Berms : a) Period of completion: 3 Months b) SSR adopted : 2023-24. c) Rates adopted for (Basic prices including excise) i) Bitumen : : VG 30 Grade (Bulk): 39,892/- per MT : Emulsion (SSI) (Bulk): 43,754/- per MT : Emulsion (RSI) (Bulk): 40,263/- per MT ii) Earthwork : Rs._______ per cum (Machinery) iii) Cement : Rs. /MT iv) HYSD Steel : Rs. /MT v) Mild Steel : Rs. /MT d) Details of provisions included in the ECV put to Tender. i) Overhead Charges: 4.615% ii) Contractor?s Profit: 10% iii) Municipal Area allowance: l iv) LA & LI at: v) Other allowances(Agency, Industrial etc.,): e) Reimbursable Provisions: i) Segniorage Charges : As per tender condition No.100 ii) Goods Service Tax (GST): Tender condition No.101 iii) NAC Corpus Fund @0.04% Executive Engineer(R&B) NH Division, Anantapuramu invites tenders for the above work vide e-CTN No:07/ATO/2023-24, Dated: 05/02/2024. The tenders will be opened by the Executive Engineer (R&B) NH, Division, Anantapuramu or his nominee at his office on eprocurement portal, on the dates mentioned in NIT. If the Office happens to be closed on the dates, the opening of tenders gets automatically postponed to the next working date, the time being unaltered, unless extended on online through corrigendum. 1.1 The successful Bidder is expected to complete the work within the time period specified in the NIT. 2. Firms Eligible to Tender: 2.1 The Firms who i) possess the valid registration in the class and category mentioned in the NIT and satisfy all the conditions therein. ii) are not blacklisted or debarred or suspended by the Government for whatever the reason, prohibiting them not to continue in the contracting business. iii) have complied with the eligibility criteria specified in the NIT are the eligible Bidders. 2.2 Firms Ineligible to Tender: i) Aretired officer of the Government of AP or Government of India executingworks is disqualified from tendering for a period of two years from the date of retirement without the prior permission of the Government. ii) The Bidder who has employed any retired officer as mentioned above shall be considered as an ineligible Bidder. iii) The contractor himself or any of his employees is found to be Gazetted Officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor?s employment within a period of 2 years from the date of his retirement. iv) The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor?s service. v) Contractor shall not be eligible to tender for works in the division / circle where any of his near relatives are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on the Engineering side and Divisional Accounts Officer and above on the administrative side. The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed. He shall also furnish a list of Gazetted/Non-Gazetted, State Government Employees related to him. Failure to furnish such information Bidder is liable to be removed from the list of approved contractors and his contract is liable for cancellation. Note: Near relatives include 1. Sons, step sons, daughters, and step daughters. 2. Son-in-law and daughter-in-law. 3. Brother-in-law and sister-in-law. 4. Brothers and Sisters. 5. Father and Mother. 6. Wife / Husband. 7. Father-in-law and Mother-in-law 8. Nephews, nieces, uncle and aunts 9. Cousins and 10. Any person residing with or dependent on the contractor. 3. Qualification data of the Bidders 3.1 The Bidder shall furnish the following particulars in the formats enclosed, supported by documentary evidence as specified in the formats. a) Check slip to accompany the tender (in Annexure-I). Attested copies of documents relating to the Registration of the firm, Registration as Civil Contractor, Partnership deed, Articles of Association, Registration copy under AP GST Act i.e , Copy of Permanent Account Number (PAN) Card and copy of Latest Income tax returns submitted along with proof . Note: The Partnership firms, which are registered as Contractors shall intimate the change in partnership deed, if any, as per GO Ms No.58, I & CAD, Dated: 23-04-2002 within one month of such change. Failure to notify the change to the registration authority in time will entail the firms to forfeit their registration and their tender will be rejected. The intimation of change of partners if any and the acceptance by the Registration authority may be enclosed. b)The Bidder shall submit the copies of documents of (i) Copy of Registration (ii) Online pavement towards E.M.D. (iii) Permanent account number (PAN) card issued by income tax department (iv) Copy of latest Income Tax returns submitted along with proof of submission to income tax department (v) Valid GST Registration certificate. (vi) Proof of having paid transaction fees and service tax. (vii) Declaration stating that the soft copies uploaded are genuine. (viii) The tenderers having Own/ Lease BATCH MIX PLANT Machinery Certificate only have to apply for this work. Even though the Bidders meet the above qualifying criteria, they are liable to be disqualified / debarred / suspended / blacklisted if they have ? Furnished false / fabricated particulars in the forms, statements and /annexures submitted in proof of the qualification requirements and/or ? Not turned up for entering into agreement, when called upon. ? record of poor progress such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. and/or ? participated in the previous bidding for the same work and had quoted unreasonably high tender percentage and ? even while execution of th

General Technical Terms and Conditions (Procedure)  
GOVERNMENT OF ANDHRA PRADESH ROADS AND BUILDINGS DEPARTMENT Name of Work : ?Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? I N D E X NO DETAILS Page No. 1. NOTICE INVITING TENDER (NIT) 2. INSTRUCTIONS TO BIDDERS. A) General. B) Tender Document C) Preparation of Tenders D) Submission of Tenders E) Tender Opening and Evaluation. F) Award of Contract. 3. FORMS OF TENDER QUALIFICATION INFORMATION ? Checklist to Accompany the Tender ? Statements (I to VII) 4. CONDITIONS OF CONTRACT TENDER A) General B) Time for completion. C) Quality Control D) Cost Control E) Finishing the Contract F) Special conditions. G) Maintenence 5. TECHNICAL SPECIFICATIONS 6. DRAWINGS 7. BILL OF QUANTITIES & PRICE BID 8. FORMATS OF SECURITIES GOVERNMENT OF ANDHRA PRADESH ROADS AND BUILDINGS DEPARTMENT * * * NOTICE INVITING TENDERS (NIT) e-CTN No: 07/ATO/2023-24 , Dated: 05.02.2024 of Executive Engineer(R&B) NH Division, Anantapuramu. Tenders for the work mentioned below are invited from the Contractors / Contracting firms registered with Government of Andhra Pradesh. 1) Name of the work : ?Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? 2) Estimate Contract value of work put to tender : Rs.29,59,018/- 3) Period of completion of work : 3 Months 4) Form of contract / Class of contractor eligible : As pr G.O.Ms.No. 94 I&CAD (PW COD) dept dt. 01-7-2003 5) 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 Executive Engineer (R&B), Division, Anantapuramu to be valid for 6 months from the date of NIT obtained from nationalized bank or any Scheduled commercial bank. or (2) By making Payment using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card from Nationalised Bank or any Scheduled commercial bankat 1% of the estimated contract value of work : Rs.30,956/- (1% of ECV) 6) Date and time for Issue of tender documents : 05/02/2024at 8.30 PM to 12/02/2024upto 4:00 PM 7) Last date and time for submission of tenders 12-02-2023 @ 4.30 P.M 8) Date of opening of technical bid 12-02-2024 at 4:30 PM 9) Date of opening of Price Bid On 12-02-2024@ 4.30 P.M. Onwards 10) a) The Bidders need to contact the Executive Engineer (R&B) NH, Division, Anantapuramu for information on e-procurement. b) The Bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e., www.apeprocurement.gov.in. On registration in 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. 11. The transaction fee shall be paid through electronic gateway of ICICI/HDFC Banks with e-Procurement platform as per the Government orders vide G.O.Ms.No: 13, Dated: 05-07-2006. The Department will not take any responsibility for any delay or non-receipt. 12. a) As per G.O.Ms.No. 8, Information Technology, Electronics & Communications Department, Dated: 08-05-2016, the Bidders shall pay the EMDs using Net banking/RTGS/NEFT from their registered bank accounts only. The unsuccessful Bidder?s EMDs will be refunded to their registered bank accounts only. In the new version of eProcurement, the Bidders can pay the EMDs using Credit Card / Debit Card, as per the VISA/Master Card Guidelines. However the return of EMD will be only to the Originating Card from which payment was made, as per the standard practice. b) As per the G.O.Ms.No. 174, Irrigation & CAD (PW-Reforms) Department, Dated: 01-09-2008, Submission of original Hard Copies of the uploaded scan copies of BG towards EMD by participating Bidders to the tender Inviting authority before opening of the price bid be dispensed forthwith. All the Bidders shall invariably upload the scanned copies of BG in e- Procurement system and this will be the primary requirement to consider the bid as responsive. The Department shall carry out the technical bid evaluation solely based on the uploaded certificates/documents, BG towards EMD in the e-procurement system and open the price bids of the responsive Bidders. The Department will notify the successful Bidder for submission of original hard copies of all uploaded documents, BG towards EMD prior to entering into agreement. c) The successful Bidder shall invariably furnish the original BG 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 with in 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 BG towards EMD, certificates/documents, from the successful Bidder before the stipulated time. On receipt of documents, the Department shall ensure the genuinity of the 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. d) If any successful Bidder fails to submit the original Hard Copies of uploaded certificates/Documents, BG towards 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. The information to this extent may be displayed in the e-procurement platform website. 13. The Bidders shall 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 cancelling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business. 14 The tenders will be opened by the Executive Engineer (R&B) NH, Division, Anantapuramu or his nominee at his office on the eprocurement portal , on the date mentioned above. 15 The price-bids of such Bidders, who are determined to have complied with the eligibility criteria, will only be opened. 16 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. 17 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. 18 Any other details can be had from the Office of the Executive Engineer(R&B) NH, Division, Anantapuramu. INSTRUCTIONS TO TENDERERS A ? GENERAL Name of work.:-? Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? Scope of work: Give brief description and location of work: Mandal: Kadiri, Assembly Constituency: Rapthadu Principal Components of the work: ECV put to tender: Rs. 29,59,018/- 1. ????????. 2. ????????.. Give breakup of cost of major items covered in the ECV.Rs. 29,59,018/- i) Patch Work : ii) Jungle Clearence : iii) Sectioning of Berms : a) Period of completion: 3 Months b) SSR adopted : 2023-24. c) Rates adopted for (Basic prices including excise) i) Bitumen : : VG 30 Grade (Bulk): 39,892/- per MT : Emulsion (SSI) (Bulk): 43,754/- per MT : Emulsion (RSI) (Bulk): 40,263/- per MT ii) Earthwork : Rs._______ per cum (Machinery) iii) Cement : Rs. /MT iv) HYSD Steel : Rs. /MT v) Mild Steel : Rs. /MT d) Details of provisions included in the ECV put to Tender. i) Overhead Charges: 4.615% ii) Contractor?s Profit: 10% iii) Municipal Area allowance: l iv) LA & LI at: v) Other allowances(Agency, Industrial etc.,): e) Reimbursable Provisions: i) Segniorage Charges : As per tender condition No.100 ii) Goods Service Tax (GST): Tender condition No.101 iii) NAC Corpus Fund @0.04% Executive Engineer(R&B) NH Division, Anantapuramu invites tenders for the above work vide e-CTN No:07/ATO/2023-24, Dated: 05/02/2024. The tenders will be opened by the Executive Engineer (R&B) NH, Division, Anantapuramu or his nominee at his office on eprocurement portal, on the dates mentioned in NIT. If the Office happens to be closed on the dates, the opening of tenders gets automatically postponed to the next working date, the time being unaltered, unless extended on online through corrigendum. 1.1 The successful Bidder is expected to complete the work within the time period specified in the NIT. 2. Firms Eligible to Tender: 2.1 The Firms who i) possess the valid registration in the class and category mentioned in the NIT and satisfy all the conditions therein. ii) are not blacklisted or debarred or suspended by the Government for whatever the reason, prohibiting them not to continue in the contracting business. iii) have complied with the eligibility criteria specified in the NIT are the eligible Bidders. 2.2 Firms Ineligible to Tender: i) Aretired officer of the Government of AP or Government of India executingworks is disqualified from tendering for a period of two years from the date of retirement without the prior permission of the Government. ii) The Bidder who has employed any retired officer as mentioned above shall be considered as an ineligible Bidder. iii) The contractor himself or any of his employees is found to be Gazetted Officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor?s employment within a period of 2 years from the date of his retirement. iv) The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor?s service. v) Contractor shall not be eligible to tender for works in the division / circle where any of his near relatives are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on the Engineering side and Divisional Accounts Officer and above on the administrative side. The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed. He shall also furnish a list of Gazetted/Non-Gazetted, State Government Employees related to him. Failure to furnish such information Bidder is liable to be removed from the list of approved contractors and his contract is liable for cancellation. Note: Near relatives include 1. Sons, step sons, daughters, and step daughters. 2. Son-in-law and daughter-in-law. 3. Brother-in-law and sister-in-law. 4. Brothers and Sisters. 5. Father and Mother. 6. Wife / Husband. 7. Father-in-law and Mother-in-law 8. Nephews, nieces, uncle and aunts 9. Cousins and 10. Any person residing with or dependent on the contractor. 3. Qualification data of the Bidders 3.1 The Bidder shall furnish the following particulars in the formats enclosed, supported by documentary evidence as specified in the formats. a) Check slip to accompany the tender (in Annexure-I). Attested copies of documents relating to the Registration of the firm, Registration as Civil Contractor, Partnership deed, Articles of Association, Registration copy under AP GST Act i.e , Copy of Permanent Account Number (PAN) Card and copy of Latest Income tax returns submitted along with proof . Note: The Partnership firms, which are registered as Contractors shall intimate the change in partnership deed, if any, as per GO Ms No.58, I & CAD, Dated: 23-04-2002 within one month of such change. Failure to notify the change to the registration authority in time will entail the firms to forfeit their registration and their tender will be rejected. The intimation of change of partners if any and the acceptance by the Registration authority may be enclosed. b)The Bidder shall submit the copies of documents of (i) Copy of Registration (ii) Online pavement towards E.M.D. (iii) Permanent account number (PAN) card issued by income tax department (iv) Copy of latest Income Tax returns submitted along with proof of submission to income tax department (v) Valid GST Registration certificate. (vi) Proof of having paid transaction fees and service tax. (vii) Declaration stating that the soft copies uploaded are genuine. (viii) The tenderers having Own/ Lease BATCH MIX PLANT Machinery Certificate only have to apply for this work. Even though the Bidders meet the above qualifying criteria, they are liable to be disqualified / debarred / suspended / blacklisted if they have ? Furnished false / fabricated particulars in the forms, statements and /annexures submitted in proof of the qualification requirements and/or ? Not turned up for entering into agreement, when called upon. ? record of poor progress such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. and/or ? participated in the previous bidding for the same work and had quoted unreasonably high tender percentage and ? even while execution of th

Legal Terms & Conditions  
GOVERNMENT OF ANDHRA PRADESH ROADS AND BUILDINGS DEPARTMENT Name of Work : ?Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? I N D E X NO DETAILS Page No. 1. NOTICE INVITING TENDER (NIT) 2. INSTRUCTIONS TO BIDDERS. A) General. B) Tender Document C) Preparation of Tenders D) Submission of Tenders E) Tender Opening and Evaluation. F) Award of Contract. 3. FORMS OF TENDER QUALIFICATION INFORMATION ? Checklist to Accompany the Tender ? Statements (I to VII) 4. CONDITIONS OF CONTRACT TENDER A) General B) Time for completion. C) Quality Control D) Cost Control E) Finishing the Contract F) Special conditions. G) Maintenence 5. TECHNICAL SPECIFICATIONS 6. DRAWINGS 7. BILL OF QUANTITIES & PRICE BID 8. FORMATS OF SECURITIES GOVERNMENT OF ANDHRA PRADESH ROADS AND BUILDINGS DEPARTMENT * * * NOTICE INVITING TENDERS (NIT) e-CTN No: 07/ATO/2023-24 , Dated: 05.02.2024 of Executive Engineer(R&B) NH Division, Anantapuramu. Tenders for the work mentioned below are invited from the Contractors / Contracting firms registered with Government of Andhra Pradesh. 1) Name of the work : ?Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? 2) Estimate Contract value of work put to tender : Rs.29,59,018/- 3) Period of completion of work : 3 Months 4) Form of contract / Class of contractor eligible : As pr G.O.Ms.No. 94 I&CAD (PW COD) dept dt. 01-7-2003 5) 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 Executive Engineer (R&B), Division, Anantapuramu to be valid for 6 months from the date of NIT obtained from nationalized bank or any Scheduled commercial bank. or (2) By making Payment using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card from Nationalised Bank or any Scheduled commercial bankat 1% of the estimated contract value of work : Rs.30,956/- (1% of ECV) 6) Date and time for Issue of tender documents : 05/02/2024at 8.30 PM to 12/02/2024upto 4:00 PM 7) Last date and time for submission of tenders 12-02-2023 @ 4.30 P.M 8) Date of opening of technical bid 12-02-2024 at 4:30 PM 9) Date of opening of Price Bid On 12-02-2024@ 4.30 P.M. Onwards 10) a) The Bidders need to contact the Executive Engineer (R&B) NH, Division, Anantapuramu for information on e-procurement. b) The Bidders need to register on the electronic procurement market place of Government of Andhra Pradesh i.e., www.apeprocurement.gov.in. On registration in 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. 11. The transaction fee shall be paid through electronic gateway of ICICI/HDFC Banks with e-Procurement platform as per the Government orders vide G.O.Ms.No: 13, Dated: 05-07-2006. The Department will not take any responsibility for any delay or non-receipt. 12. a) As per G.O.Ms.No. 8, Information Technology, Electronics & Communications Department, Dated: 08-05-2016, the Bidders shall pay the EMDs using Net banking/RTGS/NEFT from their registered bank accounts only. The unsuccessful Bidder?s EMDs will be refunded to their registered bank accounts only. In the new version of eProcurement, the Bidders can pay the EMDs using Credit Card / Debit Card, as per the VISA/Master Card Guidelines. However the return of EMD will be only to the Originating Card from which payment was made, as per the standard practice. b) As per the G.O.Ms.No. 174, Irrigation & CAD (PW-Reforms) Department, Dated: 01-09-2008, Submission of original Hard Copies of the uploaded scan copies of BG towards EMD by participating Bidders to the tender Inviting authority before opening of the price bid be dispensed forthwith. All the Bidders shall invariably upload the scanned copies of BG in e- Procurement system and this will be the primary requirement to consider the bid as responsive. The Department shall carry out the technical bid evaluation solely based on the uploaded certificates/documents, BG towards EMD in the e-procurement system and open the price bids of the responsive Bidders. The Department will notify the successful Bidder for submission of original hard copies of all uploaded documents, BG towards EMD prior to entering into agreement. c) The successful Bidder shall invariably furnish the original BG 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 with in 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 BG towards EMD, certificates/documents, from the successful Bidder before the stipulated time. On receipt of documents, the Department shall ensure the genuinity of the 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. d) If any successful Bidder fails to submit the original Hard Copies of uploaded certificates/Documents, BG towards 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. The information to this extent may be displayed in the e-procurement platform website. 13. The Bidders shall 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 cancelling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business. 14 The tenders will be opened by the Executive Engineer (R&B) NH, Division, Anantapuramu or his nominee at his office on the eprocurement portal , on the date mentioned above. 15 The price-bids of such Bidders, who are determined to have complied with the eligibility criteria, will only be opened. 16 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. 17 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. 18 Any other details can be had from the Office of the Executive Engineer(R&B) NH, Division, Anantapuramu. INSTRUCTIONS TO TENDERERS A ? GENERAL Name of work.:-? Under the main work of ?Construction of Proposed 4-Lane ROB and its approaches in lieu of existing level crossing No.124E/SPL 3 @ Km 1.800 on NH 205 betwwen Prasannayapalle & Zangalapalle railway stations on Anantapur-Dharamavaram Railway section in the State of A.P? Sub-Work:-Urgent Repairs to the Service Roads of ROB @ Km 1/8 (Old NH-205) of Uravakonda-Krishnagiri Road from Km.77/100 to 78/650 of NH-42 in the state of Andhra Pradesh? Scope of work: Give brief description and location of work: Mandal: Kadiri, Assembly Constituency: Rapthadu Principal Components of the work: ECV put to tender: Rs. 29,59,018/- 1. ????????. 2. ????????.. Give breakup of cost of major items covered in the ECV.Rs. 29,59,018/- i) Patch Work : ii) Jungle Clearence : iii) Sectioning of Berms : a) Period of completion: 3 Months b) SSR adopted : 2023-24. c) Rates adopted for (Basic prices including excise) i) Bitumen : : VG 30 Grade (Bulk): 39,892/- per MT : Emulsion (SSI) (Bulk): 43,754/- per MT : Emulsion (RSI) (Bulk): 40,263/- per MT ii) Earthwork : Rs._______ per cum (Machinery) iii) Cement : Rs. /MT iv) HYSD Steel : Rs. /MT v) Mild Steel : Rs. /MT d) Details of provisions included in the ECV put to Tender. i) Overhead Charges: 4.615% ii) Contractor?s Profit: 10% iii) Municipal Area allowance: l iv) LA & LI at: v) Other allowances(Agency, Industrial etc.,): e) Reimbursable Provisions: i) Segniorage Charges : As per tender condition No.100 ii) Goods Service Tax (GST): Tender condition No.101 iii) NAC Corpus Fund @0.04% Executive Engineer(R&B) NH Division, Anantapuramu invites tenders for the above work vide e-CTN No:07/ATO/2023-24, Dated: 05/02/2024. The tenders will be opened by the Executive Engineer (R&B) NH, Division, Anantapuramu or his nominee at his office on eprocurement portal, on the dates mentioned in NIT. If the Office happens to be closed on the dates, the opening of tenders gets automatically postponed to the next working date, the time being unaltered, unless extended on online through corrigendum. 1.1 The successful Bidder is expected to complete the work within the time period specified in the NIT. 2. Firms Eligible to Tender: 2.1 The Firms who i) possess the valid registration in the class and category mentioned in the NIT and satisfy all the conditions therein. ii) are not blacklisted or debarred or suspended by the Government for whatever the reason, prohibiting them not to continue in the contracting business. iii) have complied with the eligibility criteria specified in the NIT are the eligible Bidders. 2.2 Firms Ineligible to Tender: i) Aretired officer of the Government of AP or Government of India executingworks is disqualified from tendering for a period of two years from the date of retirement without the prior permission of the Government. ii) The Bidder who has employed any retired officer as mentioned above shall be considered as an ineligible Bidder. iii) The contractor himself or any of his employees is found to be Gazetted Officer who retired from Government Service and had not obtained permission from the Government for accepting the contractor?s employment within a period of 2 years from the date of his retirement. iv) The Contractor or any of his employees is found at any time after award of contract, to be such a person who had not obtained the permission of the Government as aforesaid before submission of the tender or engagement in the Contractor?s service. v) Contractor shall not be eligible to tender for works in the division / circle where any of his near relatives are employed in the rank of Assistant Engineer or Assistant Executive Engineers and above on the Engineering side and Divisional Accounts Officer and above on the administrative side. The Contractor shall intimate the names of persons who are working with him in any capacity or are subsequently employed. He shall also furnish a list of Gazetted/Non-Gazetted, State Government Employees related to him. Failure to furnish such information Bidder is liable to be removed from the list of approved contractors and his contract is liable for cancellation. Note: Near relatives include 1. Sons, step sons, daughters, and step daughters. 2. Son-in-law and daughter-in-law. 3. Brother-in-law and sister-in-law. 4. Brothers and Sisters. 5. Father and Mother. 6. Wife / Husband. 7. Father-in-law and Mother-in-law 8. Nephews, nieces, uncle and aunts 9. Cousins and 10. Any person residing with or dependent on the contractor. 3. Qualification data of the Bidders 3.1 The Bidder shall furnish the following particulars in the formats enclosed, supported by documentary evidence as specified in the formats. a) Check slip to accompany the tender (in Annexure-I). Attested copies of documents relating to the Registration of the firm, Registration as Civil Contractor, Partnership deed, Articles of Association, Registration copy under AP GST Act i.e , Copy of Permanent Account Number (PAN) Card and copy of Latest Income tax returns submitted along with proof . Note: The Partnership firms, which are registered as Contractors shall intimate the change in partnership deed, if any, as per GO Ms No.58, I & CAD, Dated: 23-04-2002 within one month of such change. Failure to notify the change to the registration authority in time will entail the firms to forfeit their registration and their tender will be rejected. The intimation of change of partners if any and the acceptance by the Registration authority may be enclosed. b)The Bidder shall submit the copies of documents of (i) Copy of Registration (ii) Online pavement towards E.M.D. (iii) Permanent account number (PAN) card issued by income tax department (iv) Copy of latest Income Tax returns submitted along with proof of submission to income tax department (v) Valid GST Registration certificate. (vi) Proof of having paid transaction fees and service tax. (vii) Declaration stating that the soft copies uploaded are genuine. (viii) The tenderers having Own/ Lease BATCH MIX PLANT Machinery Certificate only have to apply for this work. Even though the Bidders meet the above qualifying criteria, they are liable to be disqualified / debarred / suspended / blacklisted if they have ? Furnished false / fabricated particulars in the forms, statements and /annexures submitted in proof of the qualification requirements and/or ? Not turned up for entering into agreement, when called upon. ? record of poor progress such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. and/or ? participated in the previous bidding for the same work and had quoted unreasonably high tender percentage and ? even while execution of th

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH ANANTHAPUR RAPTADU ANANTAPUR ANANTAPUR

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 Commercial Stage 13/02/2024 04:10 PM
Stage Form Name Type of Form Supporting Document Required Supporting Document Description View Details
Commercial Stage Percentage Wise Rate Secure No N/A


View BOQ Item Details | View Tender Documents