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 725639 Enquiry/IFB/Tender Notice Number NIT No.43(2)/Buildings/ICC Works/ENC(MDR)/2023-24, dated.15.02.2024 of the Engineer in Chief (R&B) MDRs, A.P., Vijayawada
Name of Work Construction of Integrated Collectorate Complex at Lingamaguntla village, Narasaraopet, Palnadu District Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 59,25,76,526
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 GUNTUR
Tender ID 725639
IFB No / Tender Notice Number NIT No.43(2)/Buildings/ICC Works/ENC(MDR)/2023-24, dated.15.02.2024 of the Engineer in Chief (R&B) MDRs, A.P., Vijayawada
Name of Project Construction of Integrated Collectorate Complex at Lingamguntla Village, Narasaraopet, Palnadu District
Name of Work Construction of Integrated Collectorate Complex at Lingamaguntla village, Narasaraopet, Palnadu District
Estimated Contract Value(INR)
₹ 59,25,76,526  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 24
Type of Work Buildings
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 (RandB) Circle, Guntur
Address Collectorate Compound, Guntur
Contact Details 08632234326
Email serbgnt@gmail.com

Bid Security Details  
Bid Security (INR) Rs.5925765.00
Bid Security In Favour Of 1.BG in favour of SE(RandB) Guntur obtained from Nationalised/any Scheduled Commercial Bank (or) 2.By using Net banking/RTGS/NEFT from their registered bank accounts only or by using credit/debit card
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Copy of Contractors valid registration under appropriate Class COMMON Mandatory
2 The contractor or his identified sub contractor should possess required valid Class -I registration for executing Sanitary and Water Supply work. COMMON Mandatory
3 The contractor or his identified sub contractor should possess required valid Class-I registration and license for executing Electrical Engineering works COMMON Mandatory
4 EMD COMMON Mandatory
5 Transaction fee COMMON Mandatory
6 Copy of PAN card along with a copy of latest Income Tax returns submitted along with proof of receipt COMMON Mandatory
7 GST registration certificate COMMON Mandatory
8 Details of civil engineering works executed during the last five financial years on the tenderers name in statement - I with supporting certificates COMMON Mandatory
9 Details of similar works completed as prime contractor or his identified sub contractor during the last five financial years in statement - II with supporting certificates. COMMON Mandatory
10 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
11 Details of existing commitments i.e., works on hand and works for which tenders are submitted in statement - IV with supporting certificates COMMON Mandatory
12 Availability of critical equipment in statement - V COMMON Mandatory
13 Scanned copy of declaration on critical equipment on non-judicial stamp paper worth of Rs.100/- COMMON Mandatory
14 Proof of owning QC lab or having tie up with an established quality control laboratory along with equipment required as per NIT COMMON Mandatory
15 Availability of key personnel in statement - VI COMMON Mandatory
16 Litigation history in statement - VII 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 Declaration in on line stating that the soft copies uploaded by them are genuine COMMON Mandatory
19 The bidder should have satisfactory completed, as prime contractor contractor in similar nature of Major Building works like Court Building and Multi Stored Office Building Complexes etc., of value not less than Rs.14,81,44,132/- in any one financial year during last five financial years COMMON Mandatory
20 The bidder or his identified sub-contractor should possess required Class - I registration for executing Sanitary and Water Supply works and should have executed similar works totaling to Rs. 14,93,638/- at thereof in any one financial year during the last five financial years COMMON Mandatory
21 The bidder or his identified sub-contractor should possess required Class - I registration and license for executing Electrical Engineering works and should have executed similar works totaling to Rs.1,95,84,379/- at thereof in any one financial year during the last five financial years COMMON Mandatory
22 The bidder or his identified sub-contractor should possess required experience in executing the fire fighting works worth of Rs.23,09,580/- in any one financial year during the last five financial years COMMON Mandatory
23 GST clearance Certificate COMMON Optional
24 Any other certificates required as per NIT COMMON Mandatory

General Terms and Conditions / Eligibility  
GOVERNMENT OF ANDHRA PRADESH ROADS AND BUILDINGS DEPARTMENT NOTICE INVITING TENDERS (NIT) NIT No.43(2)/Buildings/ICC Works/ENC(MDR)/2023-24, dated.15.02.2024 of the Engineer in Chief (R&B) MDRs, A.P., Vijayawada 1. Tenders for the work mentioned below are invited from the Contractors / Contracting firms registered with Government of Andhra Pradesh. 1) Name of the work : Construction of Integrated Collectorate Complex at Lingamguntla village, Narasaraopet,Palnadu District 2) Estimate contract value of work put to tender : Rs. 59,25,76,526/- 3) Period of completion of work : 24 Months 4) Form of contract/class of contractor eligible : 1. G.O.MS No 94, I&CAD dated 01-07-2003- ? Special Class (Civil) 2. G.O.MS No .130, I & CAD (PW reforms) department, dated.22.05.2007 ? Special Class (Civil) 4a) Joint Venture : Not Allowed. 5) Tender Type : LS 6) Bid Call (Nos.) : 1st Call 7) Defect Liability Period (after successful completion of work in all respects) : 24 Months 8) Type of Quotation : The price is to be quoted for work. Evaluation for arriving at the single successful bidder will be carried out through reverse tendering process as detailed in the bid documents. 9) Transaction Fee : Rs.29,500/ (25000+4500).- The participating bidders will have to pay transaction fee to M/s MD AP TS Pvt. Ltd., Vijayawada. It is mandatory for the bidders to pay the transaction fee through the Electronic payment Gateway. 10) 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 Superintending Engineer(R&B) GUNTUR to be valid for 6 months from the date of NIT obtained from nationalized bank or any Scheduled commercial bank. or (2) By using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card from Nationalised Bank or any Scheduled commercial bank. : Rs. 59,25,765/- 11) Bid Document Downloading Start Date : 23.02.2024 @ 3.00 PM 12) Bid Document Downloading End Date : 11.03.2024 @ 3.00 PM 13) Last Date & Time for Receipt of Bids : 11.03.2024 @ 3.30 PM 14) PQ Stage Date & Time : 11.03.2024 @ 4.00 PM 15) Confirmation from the Banks on issue of Bid Security in the shape of the BG/DD : 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 Guarantees/Demand Draft is sent to the Tender Inviting authority before Commercial Stage. 16) Commercial Stage Date & Time : <<14.03.2024 @ 11.00 AM>> 17) Auction Date & Time (Reverse Auction) : <<15.03.2024 @ 2.00 PM >> 18) TQ Stage Date & Time : <<16.03.2024 @ 11.00 AM >> 19) Bid Validity Period : 90 Days 20) Tender inviting authority i.e., Officer inviting bids and opening the bids : Engineer in Chief (R&B) MDRs, A.P., Vijayawada Agreement concluding authority : Superintending Engineer (R&B), Circle: GUNTUR 3.3 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). B) The bidder should have satisfactory completed, as prime contractor contractor in similar nature of Major Building works like Court Building and Multi Stored Office Building Complexes etc., of value not less than Rs.14,81,44,132/- 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. C) The contractor or his identified sub-contractor should possess required Class - I registration for executing Sanitary and Water Supply works and should have executed similar works totaling to Rs.14,93,638/- 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. D) (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 totaling 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 worth of Rs.23,09,580/- (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. E) 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. HYSD / Mild Steel or combined quantity : 313.48 MT 2. CC / PCC / VCC /VRCC / RCC or Com Qty (other than Slab): 2375.48 Cum 3. VRCC / RCC or combined Qty (Slab QTY) : 28015.00 Sqm (or) 4208.05 Cum B) Each bidder should further demonstrate: a) Availability (either owned or leased of the following key and critical equipment for this work) Sl.No Equipment type and characteristics Minimum Nos required i) Steel centering : 5000 sqm ii) Pin Vibrator :2 Nos iii) Pan Vibrator :2 Nos iv) Weigh batch mixers :2 Nos v) Concrete Mixers: 2 Nos vi) QC Lab :1 Set b) The tenderer shall upload either a certificate issued by the Executive Engineer or self declaration on Non - judicial stamp paper worth Rs 100/- as prescribed in the statement V of the Bid document along with sufficient proof in support of owning the equipment such as invoice/certificate of Registration. The Executive Engineer certificate should not be earlier than one year from the last date of submission of bids. c) In case of lease the tenderer should upload the lease deed executed on Non - judicial stamp paper worth Rs 100/- along with sufficient proof in support of owning the equipment by the Lessor such as invoice/certificate of Registration d) For all works, the contractor shall submit quality plan and also show proof of owning quality lab or tie-up with an established quality lab. e) Availability of the key personnel i. Graduate Engineer wth adequate experience 2 Nos ii. Diploma Holders with adequate experience : 2 Nos f) Liquid assets and/or credit facilities of not less than Rs. 7,40,72,066/- (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. g) Copy of PAN card with a copy of latest income tax return submitted with proof of receipt. h) GST registration. 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) 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 [months / 12]. B= Updated value (at current price level), of all existing commitments i.e., on going works, works likely to be awarded to be executed during the next 24 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. Note: a) Sub-contractor?s experience in his name will be taken in to account in determining the tenderer?s compliance to the qualification criteria, if it is as per GO Ms No. 94, dated: 01/07/2003 b) The experience gained in a registered JV firm to the extent of the tenderer?s share shall be considered if the tenderer happens to be the lead partner for similar works criteria also.

General Technical Terms and Conditions (Procedure)  
As per NIT and Tender Document

Legal Terms & Conditions  
As per NIT and Tender Document

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH PALNADU NARASARAOPETA Narasaraopet Narasaraopet

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 11/03/2024 05:00 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