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 725551 Enquiry/IFB/Tender Notice Number NIT No 43(5)/Buildings/ICC Works/ENC(MDR)/2023-24 dated 15.02.2024 of the Engineer-in-Chief (R&B) MDRs Vijayawada
Name of Work Construction of Integrated Collectorate Complex at Gunupudi Village, Bhimavaram West Godavari District Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 62,69,39,449
Bid Submission Closing Date 11/03/2024 03:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name R&B
Circle/Division R&B-SE R&B ELURU
Tender ID 725551
IFB No / Tender Notice Number NIT No 43(5)/Buildings/ICC Works/ENC(MDR)/2023-24 dated 15.02.2024 of the Engineer-in-Chief (R&B) MDRs Vijayawada
Name of Project Construction of Integrated Collectorate Complex at Gunupudi Village, Bhimavaram West Godavari District
Name of Work Construction of Integrated Collectorate Complex at Gunupudi Village, Bhimavaram West Godavari District
Estimated Contract Value(INR)
₹ 62,69,39,449  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 24
Type of Work Similar Work
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  
29500 (INR)

Tender Dates
Bid Document Download Start Date & Time 23/02/2024 03:00 PM
Bid Document Download End Date & Time 11/03/2024 03:00 PM
Bid Submission Closing Date & Time 11/03/2024 03:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Engineer-in-Chief (R&B) MDRs Vijayawada
Bid Opening Authority Superintending Engineer(R&B) Eluru
Address NR Peta
Contact Details 08812230257
Email serbeluru@yahoo.co.in

Bid Security Details  
Bid Security (INR) Rs.6269500.00
Bid Security In Favour Of EMD to be paid using Net banking/ RTGS/ NEFT from their registered bank accounts (or) BG in favor of SE(RandB) Eluru obtained from Nationalized Bank or any Scheduled commercial bank at 1percent of ecv
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 Copy of permanent account number PAN card and copy of latest income-Tax returns submitted along with proof COMMON Mandatory
5 Registration copy of Goods And Service Tax (GST) Number ie., taxpayer identification number COMMON Mandatory
6 Annual turnover certificate certified by CA along with balance sheet or issued by Executing authority COMMON Mandatory
7 Details of similar works (i.e., building work) completed as prime contractor during the last five financial years in statement - II with supporting certificates. COMMON Mandatory
8 Quantities of works executed in building works as prime contractor (in the same name) during the last five financial years in statement- III with supporting certificates COMMON Mandatory
9 Details of existing commitments i.e., works on hand and works for which tenders are submitted in statement - IV with supporting certificates COMMON Mandatory
10 Availability of critical equipment in statement - V COMMON Mandatory
11 Scanned copy of declaration on critical equipment on non-judicial stamp paper worth of Rs.100/- COMMON Mandatory
12 Proof of owning QC lab or having tie up with an established quality control laboratory along with equipment required as per NIT COMMON Mandatory
13 Availability of key personnel in statement - VI COMMON Mandatory
14 Litigation history in statement - VII COMMON Mandatory
15 Declaration in on line stating that the soft copies uploaded by them are genuine COMMON Mandatory
16 Any other documents required as per Bid document COMMON Mandatory
17 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 last date of submission of bids COMMON Mandatory
18 Copy of certificate issued by Executive Engineer for critical equipment owned / Decl on NJS paper Rs.100 or lease with proof and equipment certificate should not be earlier than one year from last date of submission of bids COMMON Mandatory
19 The contractor or his identified sub contractor should possess required Class-I registration (PHE) for executing Sanitary and Water Supply work COMMON Mandatory
20 The contractor or his identified sub contractor should possess required Class-I registration and license Grade I for executing Electrical Engineering works COMMON Mandatory
21 The bidder should have satisfactory completed, as prime contractor in similar nature of Major Building works like Court buildings and multi storied office building complexes etc. of value not less than Rs.15,67,34,862/- in any one financial year COMMON Mandatory
22 The bidder or his identified sub-contractor should have satisfactorily completed in similar nature of Electrical works of value not less than Rs.1,95,84,379/- in any one financial year during the last five financial years. COMMON Mandatory
23 The bidder or his identified sub-contractor should have satisfactorily completed in similar nature of Water supply and sanitary works of value not less than Rs.15,02,543/- in any one financial year during the last five financial years. COMMON Mandatory
24 The bidder or his identified sub-contractor should have satisfactorily completed in similar nature of Fire Fighting works of value not less than Rs.23,09,581/- in any one financial year during the last five financial years. COMMON Mandatory

General Terms and Conditions / Eligibility  
Please refer bid document Eligibility criteria for opening the Price bid: 1) The bidder should have satisfactory completed, as prime contractor in similar nature of Major Building works like Court buildings and multi storied office building complexes etc. of value not less than Rs.15,67,34,862/- 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 2023-2024 in which the tenders for this work is called duly giving 10% weightage for each financial year. Subcontractors/GPA holders experience shall not be taken into account. 2) The contractor or his identified sub-contractor should possess required Class - II registration for executing Sanitary and Water Supply works and should have executed similar works totaling to Rs. 15,02,543/- 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). 3) (a) The contractor or his identified sub-contractor should possess required Class - I registration and license for executing Electrical Engineering works and should have executed similar works totalling to Rs.1,95,84,379/- 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). (b) The contractor or his identified sub-contractor should possess required experience in executing the fire fighting works worh of Rs.23,09,581/- (50% of estimate amount) in the last five financial years ie 2018 -2019 to 2022-2023 (This value will be updated to the year 2023-2024 price level). 4) 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. Sl. No Item For this work 1 HYSD / Mild Steel or combined quantity 291.63 MT 2 CC / PCC / VCC /VRCC / RCC or Com Qty (other than Slab) 1509.69 Cum 3 VRCC / RCC or combined Qty (for Slabs QTY) 7028.17 sqm (or) 1056.04 cum 4 VRCC / RCC or combined Qty (for PILES QTY) 811.00 cum

General Technical Terms and Conditions (Procedure)  
Please refer bid document

Legal Terms & Conditions  
Please refer bid document

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH WEST GODAVARI BHIMAVARAM BHIMAVARAM NARSAPUR

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 11/03/2024 04:00 PM
2 Commercial Stage 14/03/2024 11:00 AM PQ Stage
3 TQ Stage 16/03/2024 11:00 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