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 725956 Enquiry/IFB/Tender Notice Number 49/EE/KUDA/2023-24, Dt. 23.02.2024
Name of Work Construction of Drains at Kadapa Pulivendula Road (SH-51) in Krishnapuram Village limits in YSR District Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 58,30,938
Bid Submission Closing Date 11/03/2024 03:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name MUNICIPAL ADMINISTRATION DEPARTMENT
Circle/Division MUNICIPAL ADMINISTRATION DEPARTMENT-Kadapa Urban Development Authority(KUDA), Kadapa
Tender ID 725956
IFB No / Tender Notice Number 49/EE/KUDA/2023-24, Dt. 23.02.2024
Name of Project Construction of Drains at Kadapa Pulivendula Road (SH-51) in Krishnapuram Village limits in YSR District
Name of Work Construction of Drains at Kadapa Pulivendula Road (SH-51) in Krishnapuram Village limits in YSR District
Estimated Contract Value(INR)
₹ 58,30,938  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 6
Type of Work Civil 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 Not Applicable

Transaction Fee Details  
2065 (INR)

Tender Dates
Bid Document Download Start Date & Time 24/02/2024 09:00 AM
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 Vice Chairman, KUDA
Bid Opening Authority Executive Engineer, KUDA, Kadapa
Address D No. 42/12/1, Reddy Colony, Chinna Chowck, Kadapa Near by Old Bypass
Contact Details 7702976948
Email kadapauda@gmail.com

Bid Security Details  
Bid Security (INR) Rs.58309.00
Bid Security In Favour Of VICE CHAIRMAN, KADAPA URBAN DEVELOPMENT AUTHORITY
Mode of Payment Online Payment,Challan Generation

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Civil contract Registration Certificate in appropriate Class COMMON Mandatory
2 EMD through online/ Bank Guarantee COMMON Mandatory
3 Transaction Fee Payable to M/s. APTS, Vijayawada COMMON Mandatory
4 Annual Turnover certificate certified by CA or issued by Executing Authority along with balance sheet COMMON Mandatory
5 Certificate in support of existing Commitment COMMON Mandatory
6 Copy of declaration stating that the soft copies uploaded by them are genuine COMMON Mandatory
7 Copy of information regarding any litigation with Govt. during the last five year in which the tender is involved. COMMON Mandatory
8 Copy of liquid assets / credit facilities / Solvency certificates. COMMON Mandatory
9 Copy of PAN Card along within the block period in support in support of Quantities executed IT filling COMMON Mandatory
10 Experience Certificate within the Block Period in support of quantities executed COMMON Mandatory
11 Qualification Certificate of Key Personnel. COMMON Mandatory
12 Similar Work Completed within the Block Period Experience Certificate. COMMON Mandatory
13 GST Registration ( GST registration must be in Andhra Pradesh, If GST Registration not available, successful bidder must be submit the GST Registration before conclude agreement). COMMON Mandatory
14 Scanned Copy of declaration on critical equipment owned on Non Judicial Stamp Paper of Rs. 100/- COMMON Mandatory
15 Self declaration for selected pre-qualification criteria (technical) COMMON Mandatory
16 Any document related to the Tender schedule COMMON Mandatory

General Terms and Conditions / Eligibility  
As per NIT Conditions

General Technical Terms and Conditions (Procedure)  
ligibility Criteria : 1) a) Registered Civil Contractor having registration in appropriate eligible class as per G.O.Ms.No.94, Dt: 1.7.2003 b) The bids are limited to those individuals, firms, companies who meet the following qualification and the eligibility requirements and here in after referred to as bidder. 2) The bidder shall furnish EMD 1% of the ECV in the shape of irrevocable Bank Guarantee in favor of the Vice Chairman,Kadapa Urban Development Authority, Kadapa (or) online payment using Net banking/RTGS/NEFT from their registered bank accounts only using Credit Card / Debit Card as per the VISA/Master Card guidelines. The banker should be informed that the bank guarantee should not be liquidated without official consent in writing of Government/Employer. 3) The bidder should furnish GST Registration Certificate with Government of Andhra Pradesh. If GST Registration not available, successful bidder must be submit the GST Registration before concluding agreement 4) The bidder should furnish Permanent Account Number (PAN) card and copy of Proof of Submission latest income tax Returns (ITR-V). 5) Assessed available bid capacity as per formula (2AN-B) should be greater than the Estimated Contract value (ECV) as specified in the Tender Document. The bidder shall fulfill the available bid capacity of 2 AN-B > ECV = Rs58,30,938/- Where, A = Maximum value of civil engineering works executed in any one financial year during the last ten financial years taking into account, the works completed as well as works in progress by bidder partners combinedly which will be taken into account and updated financial year ending with 31.03.2023. N = Number of years prescribed for completion of work for which tenders are invited (Months/06) B = Updated value 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 by bidder partners combinedly which will be taken into account and updated financial year ending with 31.03.2023. Annual turnover cost of completed works and balance works on hand etc., shall be updated by giving weight age of 10% per year to bring them to current price level. 6) Eligibility Criteria: Financial Requirement: The bidder as a prime contractor should have satisfactorily completed similar works category in any one financial year during the last ten financial years ending with 31.03.2023. The value will be updated by giving the 10% simple weight age per year to bring them to financial year 2023-24 prices. Satisfactory completed as a prime contractor of similar category, in any one financial year ending with 31/03/2023, of value not less than : (ECV x 50%) x (12 months/Period of Contract)) Rs: 58.30 Lakhs. 7) Technical Requirements: - The bidder should have executed the following works in any one financial year during the last ten financial years. The bidder should enclose certificates issued by Engineer-in-Charge of the State/Central Government Departments under takings not below the rank of Executive Engineer or equivalent and countersigned by the Officer of the rank of Superintending Engineer or equivalent. The experience certificates furnished should clearly indicate the date of commencement of the work and date of completion and payment made financial year wise. Executed the following minimum quantities of work as a prime contractor in any one year during the last ten financial years ending with 31/03/2023: S No Description of item Estimated Qty Unit Minimum Qty required Unit 1 Providing RCC M 20 Nominal Mix using 20 mm metal 364.80 Cum 2 Providing High Yield Strength Deformed (HYSD)/ Thermo Mechanically Treated (TMT) / Mild steel (MS) bars ( (Fe 500/500D grade as per IS 1786-1979)) 21438.00 Kgs 8) Liquid Assets: The bidder should produce liquid asset / credit facilities /Solvency certificate issued after 23.02.2024 from any Indian Nationalized / Scheduled Banks of value not less than Rs.29.15 Lakhs. 9) Critical equipment: Availability of key and critical equipment (either owned or leased) duly giving an Understanding declaration on a non judicial stamp paper of worth of Rs.100/- with sufficient proof of equipment or leased agreement. The bidder should submit the particulars invariably in the format specified in the tender schedule along with necessary certificates, failing which his tender shall be treated as incomplete and summarily rejected. S. No. Equipment required Qty required 1 JCB / Excavator 2 Nos 2 Vibrators 6Nos 3 Water Tanker 5 Nos 4 Tractor / Tippers 4 Nos 5 Concrete Hopper miller 2 Nos 10) Availability of Key Personnel: Qualification Minimum Experience Number of persons Graduate Engineer (Civil) 5 1 Diploma Engineer (Civil) 5 1 12) Litigation History: The bidder shall submit Litigation History. 1. The tenderer should further demonstrate: i) Availability (either owned or leased) of key and critical equipment. ii) Availability of Key Persons. iii) EMD in the shape of Bank Guarantee in favour of Vice Chairman, Kadapa Urban Development Authority, Kadapa obtained from nationalized bank or any Scheduled commercial bank Or By using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card as per the VISA/Master Card guidelines from Nationalized Bank or any Scheduled commercial or In the shape of unconditional and irrevocable Bank Guarantee in favour of Vice Chairman, Kadapa Urban Development Authority. iv) Copy of GST Registration with Government of Andhra Pradesh. If GST Registration not available, successful bidder must be submit the GST Registration before concluding agreement. v) Liquid assets by credit facility of not less than amount Rs.32.29 Lakhs (credit lines by letter of credit / solvency certificate from banks etc.,) vi) Copy of Proof of submission of the I.T. Returns (ITR-V) vii) copy of PAN card. viii) Litigation History ix) B-value for Calculation & Existing commitments and ongoing schemes 2. The tenderer to be blacklisted and the EMD forfeited if he is found to have mislead 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 has quoted unreasonable high bid prices. 3. Even while execution of the work, if found that the contractor had produced false / fake certificates of experience he will be blacklisted and the contract will be terminated. 4. The successful bidder should pay an amount prescribed in the shape of through using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card as per the VISA/Master Card guidelines from Nationalized Bank or any Scheduled commercial, in favour of M/s. APTS, Vijayawada, and the same may be submitted the copy at O/o Kadapa Urban Development Authority, Kadapa the time of concluding agreement towards corpus fund. 5. Any further information can be obtained from the office of the Vice Chairman, Kadapa Urban Development authority. General Terms & Conditions: 1. Bids are invited on the ape-procurement for the abovementioned work from the Civil Contractors / contracting firms registered and appropriate eligible class as per G.O.Ms.No.94, Dt:1.7.2003 The details of Tender conditions and terms can be down loaded from the e-procurement platform of Government of Andhra Pradesh i.e.www.ape-procurement.gov.in. 2. Approximate Estimate Contract value of work Rs.58,30,938/- 3. Contractors would be required to register on the ape-procurement Market Place www.apeprocurement.gov. in and submit their bids on line. The Department will not accept any bid submitted in the paper form. 4. EMD for Rs.58,309 /- to be paid by way of irrevocable Bank Guarantee issued by any Scheduled / Nationalized Bank in favour of Vice Chairman, Kadapa Urban Development Authority, Kadapa in the standard format as shown in the Tender Schedule or using Net banking / RTGS / NEFT from their registered bank accounts only using Credit Card / Debit Card as per the VISA/Master Card guidelines in favour of Vice Chairman, Kadapa Urban Development Authority, Kadapa along with bids and the balance EMD @ 1.5% Contract value to be paid at the time of concluding agreement. Uploaded copies must be submitted to the Vice Chairman, Kadapa Urban Development Authority, Kadapa before entering into agreement. Failure to furnish the documents before entering into agreement will entail rejection of bid and black listing. 5. Period of completion of work: 06 Months. 6. The bidders can view/ download the tender documents from the ?e? market place. 7. Form of contract ? Lump sum contract. 8. Issue of tender Documents : As per NIT 9. Date and time of Receipt of Tenders : As per NIT 10. Time and date of opening of Tenders: a) Technical Bids : As per NIT b) Price Bid : As per NIT

Legal Terms & Conditions  
As per NIT Conditions

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH YSR CHINTHA KOMMADINNE CUDDAPAH CUDDAPAH

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 13/03/2024 03:00 PM 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