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 717768 Enquiry/IFB/Tender Notice Number e-Procurement Tender Notice No. 29/TO/2023-24, Dated: 02-02-2024
Name of Work Construction of Houses and Infrastructure at Narsingapeta Layout of Yetapaka Mandal in East Godavari District. Sub Work: Construction of building for Training center and Multipurpose office in Chintoor Division (4th Call) Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 87,50,379
Bid Submission Closing Date 23/02/2024 03:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name R&B
Circle/Division R&B-SE R&B KAKINADA
Tender ID 717768
IFB No / Tender Notice Number e-Procurement Tender Notice No. 29/TO/2023-24, Dated: 02-02-2024
Name of Project Construction of Houses and Infrastructure at Narsingapeta Layout of Yetapaka Mandal in East Godavari District. Sub Work: Construction of building for Training center and Multipurpose office in Chintoor Division (4th Call)
Name of Work Construction of Houses and Infrastructure at Narsingapeta Layout of Yetapaka Mandal in East Godavari District. Sub Work: Construction of building for Training center and Multipurpose office in Chintoor Division (4th Call)
Estimated Contract Value(INR)
₹ 87,50,379  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 6
Type of Work Similar Work
Bidding Type OPEN
Bid Call (Numbers) 4
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  
3098 (INR)

Tender Dates
Bid Document Download Start Date & Time 09/02/2024 03:00 PM
Bid Document Download End Date & Time 23/02/2024 03:00 PM
Bid Submission Closing Date & Time 23/02/2024 03:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Superintending Engineer (R&B) Circle, Kakinada
Bid Opening Authority Superintending Engineer (R&B) Circle, Kakinada
Address (R&B) Circle, Kakinada
Contact Details 08842366212
Email serbkkd@yahoo.co.in

Bid Security Details  
Bid Security (INR) Rs.87504.00
Bid Security In Favour Of EMD to be paid Using Net Banking RTGS/NEFT from registered bank accounts OR using Credit Card / Debit card
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Registration Certification COMMON Mandatory
2 EMD COMMON Mandatory
3 Transaction Fee Details COMMON Mandatory
4 Annual Turn over certificate by CA or issued by Executing Authority along with Balance Sheet COMMON Mandatory
5 Any Other documents required as per Tender schedule COMMON Optional
6 Certificate in support of existing commitments COMMON Mandatory
7 Copy of PAN Card and copy of Latest income tax returns submitted along with proof of receipt COMMON Mandatory
8 Experience certificates within the Block Period in support of Quantities executed COMMON Mandatory
9 Qualification certificate of Key personnel COMMON Mandatory
10 Registration Copy under GST Act 2017 COMMON Mandatory
11 Self Declaration COMMON Mandatory
12 Copy of certificate issued by Executive Engineer for critical equipment owned / Decl on NJS paper Rs.100 or lease with proof not earlier than 01-01-2017 COMMON Mandatory
13 Similar Work (i.e., Building Work) completed with in the block period experience certificates COMMON Mandatory
14 The contractor or his identified sub contractor should possess required Class-III Registration for executing Sanitary and Water Supply work COMMON Mandatory
15 Proof of liquid Assets in the shape of Solvency certificates etc., for the required amount. The solvency certificate should not be earlier than one year from the last date of submission of bids COMMON Mandatory

General Terms and Conditions / Eligibility  
OFFICER INVITING BIDS: Superintending Engineer(R&B), (R&B) Circle, Kakinada 1.Bids are invited on the e-procurement platform for the above -mentioned work from the Contractors/Contracting firms registered with Government of AP. The details of Tender conditions and terms can be downloaded from the electronic procurement platform of Govt., of AP i.e. www.eprocurement.gov.in 2. Approximate ECV of work :Rs.87,50,379/- 3. Contractors would be required to register on the e-Procurement Market place www.eprocurement.gov.in and submit their bids online. The department will not accept any bid submitted in the paper form. 4. E.M.D. to be paid by way of unconditional and irrevocable Bank Guarantee issued by any Nationalized Bank /scheduled bank in the standard format as shown in the Tender Schedule in favour of for Rs.87,504/- to be valid for 6 months from the date of NIT (i.e.,1% of ECV) drawn in the shape of E.M.D. to be paid of Bank Guarantee in favour of Superintending Engineer, (R&B) Circle, Kakinada to be valid for 6 months from the Date of NIT, issued by any Nationalised Bank / Scheduled Bank in the standard format OR Using Net Banking / RTGS/ NEFT from registered bank accounts OR using Credit Card / Debit card along with bids and the balance EMD @ 1% of Contract Value to be paid at the time of concluding agreement. The successful bidder shall invariably furnish the original ONLINE PAYMENT / 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. Failure to furnish the original ONLINE PAYMENT / BG to submit and the original Hard Copies of uploaded certificates/ Documents, ONLINE PAYMENT / BG towards EMD within the stipulated time will be suspended from participating in the tenders on e-Procurement platform for a period of 3 years.( As per G.O.Ms.No.174 dt.1.9.2008 of I&CAD(PW-REFORMS) Dept. The EMD @ 1% of ECV / TCV whichever is higher shall be paid at the time of concluding agreement by the successful tenderer. 5. A) Period of completion of work : 6 Months 6.The bidders can view/down load the tender documents from the 'e market place. 7. Form of contract Lump sum contract (i)178, I&CAD (PW-COD) department Dated: 27/09/1997: Class II (ii) 132, T(R&B) department Dated: 11/8/1998 : Class II (iii) 8, T(R&B) department dated: 8/01/2003 : Class III (iv) 94, I&CAD (PW&COD) department dated: 01/07/2003: Class III Note: Eligibility criteria to be adopted are considered as per G.O.Ms.No.73, I&CAD, Dept., Dt. 27-6-2009 9. Issue of Tender Documents: From 09-02-2024 at 3.00 PM to 23-02-2024 up to 3.00 PM 10.Last date and time for Receipt of tenders : 23-02-2024 up to 3.30 PM 11.Time and date of opening of tenders: (a) Technical Bid : 23-02-2024 @ 4.00 PM (b) Price Bid : 24-02-2024 @ 11.00 AM Note: The dates stipulated above are firm and under no circumstances they will be relaxed unless otherwise extended by an official notification or happen to be Public Holidays.

General Technical Terms and Conditions (Procedure)  
13. Qualification Requirements and submission of bids: Note: Eligibility criteria to be adopted are considered as per G.O.Ms.No.73, I&CAD, Dept., Dt. 27-6-2009 i) The bidder should submit the following particulars invariably in formats specified in the tender schedule under Annexure-I along with necessary certificates, failing which his tender shall be treated as incomplete and summarily rejected. To qualify for consideration of award of the contract each tender should fulfill the following criteria and submit information in the form of certificates or statements issued by the competent authorities as prescribed: ii) Bid capacity computed by the formula (2 AN ?B) shall be greater than Half of the estimated contract value. 2. The details and certificates are to be furnished as per the proforma / formats available in the tender schedules vide Annexure-I for the following; 3. The bidder should have satisfactorily completed similar works (i.e. Building Work) of value not less than Rs. 43,75,190/- as a Prime Contractor in the same name and style in any one year during the financial years 2018-2019 to 2022-2023 updated to 2023-2024 price level. Sub contractors / GPA holders experience shall not be taken into account. 4. The contractor or his identified sub-contractor should possess required Class - III registration for executing Sanitary and Water Supply works and should have executed similar works totaling to Rs.2,20,731/- at thereof in any one financial year during the last five financial years ie 2018 ? 2019 to 2022 ? 2023 (This value will be updated to the year 2023 - 2024 price level. 5. The Bidder should have executed the minimum quantities of items of work as given below in any one year during the financial years 2018-2019 to 2022-2023. The bidder should enclose certificate issued by the Engineer-in-Charge of the State/Central Government Departments undertakings not below the rank of E.E., or equivalent and countersigned by the officer of the rank of Superintending Engineer or equivalent. Certificate to be enclosed as prescribed in the format under Annexure-I Sl. No. Item For this work 1 Any type of Flooring 543 Sqm 2 Providing Putty/ Texture 1698 Sqm 3 Supply & Fixing of Doors 49 Sqm 4 Supply & Fixing of Windows / Ventilators 56 Sqm 6. The tenderer should further demonstrate: I. Availability [either owned or leased of the following key and critical equipment Sl.No Equipment type and characteristics Minimum Nos required i) Steel centering 100 sqm ii) Pin Vibrator 1 No iii) Concrete Mixers 1 No Note:- i) Availability [either owned or leased or to be procured matching with the Mobilization Advance of the following key and critical equipment The bidder should submit the Certificate issued by the Executive Engineer not earlier than 01-01-2017 / Invoices for the owned machinery and lease deed along with proof of owning machinery for the leased machinery and for the machinery to be procured matching with the amount of Mobilization Advance. Availability (either owned or leased) of the following key and critical equipment. ii) A lease deed/agreement regarding the equipment leased shall be produced by the tenderer on a non-judicial stamp paper of Rs. 100/- along with proof of ownership in the proforma as given in the bid document. For all works costing more than Rs 200 Lakhs, the contractor shall submit quality plan and also show proof of owning quality control laboratory i Availability of the following key technical personal with adequate experience one Graduate Engineer and One Diploma holder declaration by bidder ii Liquid assets credit Facilities Solvency certificate from Nationalized Bank Schedule bank of value not less than Rs. 21,87,595/- Certificate obtained from competent authority to be enclosed. Proof of liquid Assets in the shape of Solvency certificates etc., for the required amount. The solvency certificate should not be earlier than one year from the last date of submission of bids 7. The tenderer is subjected to be black listed and the EMD forfeited if he is found to have misled or furnished false information in the forms statements certificates submitted in proof of qualification requirements or record of performance such as abandoning of work not properly completed in earlier contracts, inordinate delays in completion of the works, litigation history and or financial failures and or participated in the previous tendering for the same work and had quoted unreasonable high bid prices 7 Even while execution of the work, if found that the contractor had produced false fake certificates of experience he will be black listed and the contract will be terminated 8. All participate bidders shall pay 0.03 % of Estimate Contract Value + 18% of service tax ie Rs.3098/- to electronically pay a Non-refundable Transaction fee to Ms APTS, the service provider through "Payment Gateway Service on E-Procurement platform", e-procurement corpus fund: An e-procurement corpus fund of Rs.3501/- administered by APTS has to be paid by the successful bidder /L1 Bidder shall pay 0.04% of ECV towards corpus fund through online like payment of Transaction fee

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 ALLURI SETHARAMA RAJU CHINTOOR RAMPACHODAVARAM PADERU

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 23/02/2024 04:00 PM
2 Commercial Stage 24/02/2024 11:00 AM 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