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 723889 Enquiry/IFB/Tender Notice Number Rc No. Nill/2024, Dt. 17-02-2024
Name of Work Re Construction of Temple at Sri Malleswara Swamy Temple, Polepalli (V), Durgi (M), Palnadu District Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 1,21,61,810
Bid Submission Closing Date 04/03/2024 04:00 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name ENDOWMENTS DEPARTMENT
Circle/Division ENDOWMENTS DEPARTMENT-Sri Malleswara Swamy Temple, Polepalli(V),Durgi(M), Palnadu(Dist)
Tender ID 723889
IFB No / Tender Notice Number Rc No. Nill/2024, Dt. 17-02-2024
Name of Project Re Construction of Temple at Sri Malleswara Swamy Temple, Polepalli (V), Durgi (M), Palnadu District
Name of Work Re Construction of Temple at Sri Malleswara Swamy Temple, Polepalli (V), Durgi (M), Palnadu District
Estimated Contract Value(INR)
₹ 1,21,61,810  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 24
Type of Work Civil Engineering Works
Bidding Type OPEN
Bid Call (Numbers) 1
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  
4306 (INR)

Tender Dates
Bid Document Download Start Date & Time 19/02/2024 12:30 PM
Bid Document Download End Date & Time 04/03/2024 02:00 PM
Bid Submission Closing Date & Time 04/03/2024 04:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Executive Officer
Bid Opening Authority Executive Officer
Address Sri Malleswara Swamy Temple, Polepalli (V), Durgi (M), Palnadu Dist
Contact Details 9704227789
Email gurramsrinu106@gmail.com

Bid Security Details  
Bid Security (INR) Rs.121700.00
Bid Security In Favour Of Sri Malleswara Swamy Temple, Polepalli
Mode of Payment Online Payment,Challan Generation,BG

Process Fee Details
Process Fee Process Fee Payable To
10000.00(INR) Sri Malleswara Swamy Temple, Polepalli

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Registration as civil contractor required class-II and above as per GO MS No 94, I and CAD (PW-COD) Dept. dated 01-07-2023 COMMON Mandatory
2 EMD COMMON Mandatory
3 Transaction fee COMMON Mandatory
4 Annual turnover of civil engineering works in Statement - I COMMON Mandatory
5 Similar work completed within block period experience certificate in statement II COMMON Mandatory
6 Experience certificate within the block period in support of quantities executed in statement III COMMON Mandatory
7 Certificate in support of existing commitments in Statement IV A and B COMMON Mandatory
8 Availability of Key and critical equipment in Statement V COMMON Mandatory
9 List of Key persons in Statement VI along with Qualification certificates COMMON Mandatory
10 Information of Litigation history in Statement VII COMMON Mandatory
11 Income tax Pan card and copy of Latest Income tax returns submitted along with proof COMMON Mandatory
12 Credit facility or LOC or solvency certificates from Natinalized Banks/ or SCB COMMON Mandatory
13 Declaration in online stating that the soft copies uploaded by them are genuine COMMON Mandatory
14 GST Registration COMMON Mandatory
15 Any other documents required as per NIT and Tender conditions COMMON Mandatory
16 Processing fee COMMON Mandatory

General Terms and Conditions / Eligibility  
3.2 QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID. A) To qualify for opening the price bid each firm in its name, should have, during the last FIVE financial years from 2018 - 2019 to 2022 - 2023 (specify the financial years those immediately preceding the financial year in which the tenders are invited). The bidder should have satisfactory completed, as prime contractor in civil engineering works of value not less than Rs. 30,40,452.50/- in any one financial year during last FIVE financial years i.e., from 2018 - 2019 to 2022 - 2023 (This value will be updated to the year 2022 ? 2023 in which the tenders for this work is called duly giving 10% weight age for each financial year. Sub contractors/GPA holders experience shall not be taken into account. Similar work means ?Executed the following minimum quantities in any one financial year during the last five financial years i.e., from 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? Note:- The cost of completed works of previous years shall be given weightage of 10% per year to bring them to current price level, (the financial year in which bids are invited). a) Executed in any one year the following minimum physical quantities. Sl. No. Item For this work 1 EARTH WORK 120 Cum 2 PCC 1:4:8 10.95 Cum 3 RR STONE MASONARY 44.95 Cum 4 STONE MASONARY USING GRANITE STONE ROUGH DRESSING AND PALAMANA DRESSING 2896.58 SFT 5 ORNAMENTAL BRICK WORK 15.60 Cum 6 ORNAMENTAL PLASTERING 52.79 sqm b) Each bidder should further demonstrate: Availability [either owned or leased of the following key and critical equipment for this work)]. The bidder should submit the latest Invoices for the owned machinery and lease deed along with proof of owning machinery for the leased machinery Sl. No Equipment type and characteristics Minimum Nos required i) Steel centering 1000sqm ii) Pin Vibrator 4 Nos iii) Pan Vibrator 4 Nos iv) Weigh batch mixers 1 Nos v) Water Tanker 1 Nos vi) Tippers 2 Nos Availability either owned (or) leased of the following key and critical equipment for this work i) The tenderer has to upload a certificate for availability of Critical Equipment 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 considered. 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 iii. Liquid assets and/or credit facilities of not less than Rs. 15,20,226.25/-Credit facility / letter of credits / Solvency certificates from Nationalised/Scheduled Commercial Banks in the prescribed proforma enclosed to the Bid Document and the certificate shall not be later than one year. The solvency certificate should not be later than one year. iv. Copy of PAN card with a copy of latest income tax return submitted with proof of receipt. v. Registration copy under GST Act 2017, i.e., Taxpayer Identification Number NOTE: The bidders shall sign on all the statements, documents, certificates uploaded by him owning responsibility for their correctness/authenticity. Bid capacity. The tenderer who meets the above qualification criteria and whose available bid capacity is more than the estimated contract value will be qualified for opening of Price bid. The available bid capacity will be calculated as under: Available Bid capacity : 2AN-B Where, A= Maximum value of civil engineering works executed in its name in any one financial year during the last Five financial years (updated to current price level) considering the works completed as well as works in progress. N= Number of years prescribed for completion of the work for which tenders are invited [months /6]. 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 next 12 (Twelve) Months (Period of completion for which tenders are invited). 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. No relaxation will be given to any of the qualification criteria.

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

Legal Terms & Conditions  
as per tender document

Procedure for Bid Submission  
Procedure for Bid Submission

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

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 04/03/2024 05:00 PM
2 Commercial Stage 05/03/2024 11:00 AM PQ Stage
3 TQ Stage 05/03/2024 11:30 AM
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 No N/A
TQ Stage Work Done as a Prime Contractor Standard No N/A
TQ Stage Key Personnel Standard No N/A
TQ Stage Works On Hand/Tendered Details Standard No N/A
TQ Stage Similar Work Details Standard No N/A
TQ Stage Eligibility Criteria Standard No N/A


View BOQ Item Details | View Tender Documents