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 720660 Enquiry/IFB/Tender Notice Number 105D/2022-23
Name of Work Construction of Commercial Complex Block-6&7 with ground floor in Survey Nos 399/1A,400 & 401/1 of Vinukonda Municipality-On Goodwill Auction Basis. Tender Category WORKS
Tender Type OPEN Estimated Contract Value ₹ 6,28,81,394
Bid Submission Closing Date 26/02/2024 05:00 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name MUNICIPALITIES ANDHRA PRADESH
Circle/Division MUNICIPALITIES ANDHRA PRADESH-VINUKONDA MUNICIPALITY
Tender ID 720660
IFB No / Tender Notice Number 105D/2022-23
Name of Project Goodwill Auction
Name of Work Construction of Commercial Complex Block-6&7 with ground floor in Survey Nos 399/1A,400 & 401/1 of Vinukonda Municipality-On Goodwill Auction Basis.
Estimated Contract Value(INR)
₹ 6,28,81,394  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 15
Type of Work Civil Engineering Works
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
Applicable
Reverse Tendering Applicable
Normal/Emergency Type

Transaction Fee Details  
11800 (INR)

Tender Dates
Bid Document Download Start Date & Time 19/02/2024 04:00 PM
Bid Document Download End Date & Time 26/02/2024 04:00 PM
Bid Submission Closing Date & Time 26/02/2024 05:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids The Commissioner, Vinukonda Municipality
Bid Opening Authority The Commissioner, Vinukonda Municipality
Address Near Aruna Theatre
Contact Details 9704222504
Email municipality.vnk@gmail.com

Bid Security Details  
Bid Security (INR) Rs.628814.00
Bid Security In Favour Of The Commissioner, Vinukonda Municipality
Mode of Payment Exempted,Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Copy of Valid Civil Contract Registration Certificate in appropriate class with G.O of A.P COMMON Mandatory
2 EMD through online/BG in Standard format COMMON Mandatory
3 Transaction Fee Payable to M/s.APTS COMMON Mandatory
4 Annual Turn over certificate cerified by CA COMMON Mandatory
5 Copy of GST registration certificate with Government of Andhra Pradesh COMMON Mandatory
6 Certificate in support of existing commitment COMMON Mandatory
7 Experience certificate in support of quantities executed within the required period COMMON Mandatory
8 Copy of PAN card COMMON Mandatory
9 Qualification certificate of key personnel COMMON Optional
10 Scanned copy of declaration on critical equipment owned on non-judicial stamp paper of Rs.100/- COMMON Optional
11 Detailes of Similar work experience certificates for the works completed within the required period COMMON Mandatory
12 Liquid assets/ Solvency certificate /Credit facility from National Banks in their proforma or Netorth certificate issued by charted accountant COMMON Mandatory
13 Latest income tax returns COMMON Optional

General Terms and Conditions / Eligibility  
Eligibility criteria for opening the Price bid: The Civil contractor/ contracting agency should possess required Class - I or above having registration as per G.O. Ms. No. 94, Dated: 01-07-2003 and exempted to have registration in Andhra Pradesh as per G.O.Ms. No. 67 Water Resources (Reforms) Dept., dated: 16-08-2019. i) The bidder should have satisfactory completed as prime contractor in similar nature of work value not less than Rs.251.53 Lakhs in any one financial year during last ten financial years i.e., from 2013 ? 2014 to 2022 ? 2023 (This value will be updated duly giving 10% weight age 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. Experience relating to the works executed in State/ Central Government departments or State/ Central Government undertakings shall only be considered. Sl. No. Item Est. Quantity Min. Quantity 1. RCC /VRCC of M25 grade and above or combined Quantity 1697.99 Cum 679.20 Cum 2. Brick Masonry of any type 864.00 Cum 345.60 Cum 3. Steel HYSD/TMT/MS or Combined qty 136820 Kgs 55128 Kgs Important Notes: a) Proportionate Quantities will also be considered at the time of evaluation for the completed works of similar nature. b) For DI/ HDPE/ MS pipes, the bidder has to submit copies of Memorandum of Understanding with manufacturers having satisfactory manufacturing experience along with BIS license for a period of not less than 2 years. The MOU should clearly indicate that the manufacturer shall supply the agreement quantity for this work. c) Performance (experience/ work done) for minimum quantities mentioned above relating to the works executed in the state or central government departments or state/ central under taking/ boards/ corporations, municipalities and municipal corporations and urban development authorities shall only be considered. iii) The bidder should enclose experience certificates in support of technical criteria/ requirement 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 next higher authority of Superintending Engineer or equivalent. iv) Liquid assets and / or credit facilities of not less than Rs.125.76 Lakh (Credit facility / letter of credits / Solvency certificates from Nationalized Banks or any scheduled commercial bank etc). The solvency certificate should not be earlier than one year from last date of submission of bids (or) Net worth certificate issued by the Charted Accountant. v) Availability (either owned or leased) of the following minimum key and critical equipment required for the work. Sl No. Equipment type Qty required 1 Cranes 2 Nos 2 JCB / Excavator 2 Nos 3 Vibrators 2 Nos 4 Water Tanker 2 Nos 5 Tractor / Tippers 2 Nos 6 Concrete Hopper miller 3 Nos 7 Hydra for Pipe laying 1 Nos The Key and Critical Equipment must be either owned with proof of owning (invoice/ registration with RTA) or leased with proof of such lease (the period of lease must be with right of renewal and for complete period of contract with such extended periods if any in future for any contingency and till completion, on Rs. 100/- Stamp paper with work specific duly executed and notarized). vi) The bidder should furnish the availability of the following Key technical personnel having degree/ diploma in Engineering with relevant experience : Sl. No. Type of Technical personnel & Qualification Minimum experience No of persons 1 Graduate Engineer (Civil/ Mechanical) 5 yrs 1 Nos 2 Diploma Engineer (Civil/ Mechanical) 5 yrs 2 Nos The key personnel must be on full time basis for the work on hand and shall not be engaged for other works. Among those at least 25% must have quality control experience. vii) The bidders should furnish the particulars of quality control testing Lab owned, or tie up with established quality control laboratories with NABL accreditation. Note: The bidder has to upload a certificate issued by the Executive Engineer with in the Block period towards owning Quality control laboratory equipment (or) proof of tie up with an established Quality control testing laboratory suitable for the tendered work. viii) The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones ix) Bid capacity computed by the formula (2AN?B) shall be greater than the estimated contract value. A= Maximum value of civil works executed in its name in any one financial year during the last TEN financial years (updated to current Price level) taking into account the works completed as well as works in progress. N= Number of years prescribed for completion of the work for which Tenders are invited. B= Updated value (at current Price level), of all existing Commitments i.e., ongoing works, works likely to be awarded to be executed during the Period of completion of the work for which Tenders are invited along with supporting documents. Annual turnover cost of completed works and balance works on hand etc., shall be updated by giving weightage of 10% per year to bring them to current price level. x) Should possess the key/ critical equipment and key technical personnel and liquid assets as shown in the tender documents. xi) The tenders will be opened by the COMMISSIONER, VINUKONDA MUNICIPALITY, PALNADU DISTRICT, ANDHRA PRADESH or his nominee at his office. xii) Government reserves the right to cancel/alter the bid conditions at any time. xiii) The price bids of such tenderers who are determined to have complied with the eligibility criteria will only be opened. xiv) 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. xv) In the process, if the works are stalled due to legal intervention or due to natural calamities, no compensation will be paid. xvi) Any other details can be had from the office of the COMMISSIONER, VINUKONDA MUNICIPALITY, PALNADU DISTRICT, ANDHRA PRADESH.

General Technical Terms and Conditions (Procedure)  
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 The Commisioner, Vinukonda Municipality, Palnadu District, Andhra Pradesh Mobile No. 98499 05835 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/ Online payment in favour of Commissioner, Vinukonda Municipality 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 Guarantee/ Online payments 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 (those who have submitted original hard copies of the BG/ ONLINE PAYMENT for EMD bidders shall be transferred to the Reverse Auction Platform. 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/ ONLINE PAYMENT towards EMD in the e-procurement system.

Legal Terms & Conditions  
Reverse Tendering Process: As per G.O. Ms. No.67 Water Resources (Reforms) Dept., dated:16-08-2019 and G.O. Ms. No.79 Finance (HR.V-TFR) Dept., dated:28-08-2020. (i) Submission of Hard Copies of uploaded Scan copies of Bank Guarantee/ Online payment 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 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 Guarantee/ Online payment 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 Bank Guarantee/ Online payment 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, BG/ ONLINE PAYMENT 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, BG/ ONLINE PAYMENT 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 Guarantee/ Online payment 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 BG/ ONLINE PAYMENT towards EMD, certificates /documents, from the successful bidder before the stipulated time. On receipt of documents, the Department shall ensure the genuineness of the BG/ ONLINE PAYMENT 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, BG/ ONLINE PAYMENT 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 ibidders 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 L1 bidder 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 unsuccessful 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. iv) e-procurement corpus fund: An e-procurement corpus fund of Rs.10,000/- administered by APTS has to be paid by the successful/ L1 bidder shall pay 0.04% of ECV (Estimate Contract Value) or applicable towards corpus fund through online like payment of Transaction fee. 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 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 Guarantee/ Online payments 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 Andhra Pradesh registration authority. If not, he should submit AP GST before concluding Agreement. 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 6 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. Rs.11,800/- 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. 13. 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. 14. Bid Price should be quoted online in the specified template. 15. 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. 16. 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. 17. Articles of Contract: Successful Contractor/Contractor is to execute Articles of Contract as provided in the Bid Document.

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH PALNADU VINUKONDA VINUKONDA NARASARAOPET

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 26/02/2024 05:01 PM
2 Commercial Stage 26/02/2024 05:02 PM PQ Stage
3 TQ Stage 26/02/2024 05:03 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 No N/A
TQ Stage Previously Executed works Standard Yes Experience certificate in support of quantities executed within the required period
TQ Stage Work Done as a Prime Contractor Standard Yes Experience certificate in support of quantities executed within the required period
TQ Stage Key Personnel Standard No N/A
TQ Stage Works On Hand/Tendered Details Standard Yes Certificate in support of existing commitment
TQ Stage Similar Work Details Standard Yes Detailes of Similar work experience certificates for the works completed within the required period
TQ Stage Eligibility Criteria Standard No N/A


View BOQ Item Details | View Tender Documents