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 728206 Enquiry/IFB/Tender Notice Number Office Building/ATK/ Work/2024
Name of Work Construction of New Municipal Office Building in Atmakur Municipality Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 2,32,34,380
Bid Submission Closing Date 20/03/2024 05:00 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name MUNICIPAL ADMINISTRATION DEPARTMENT
Circle/Division MUNICIPAL ADMINISTRATION DEPARTMENT-Atmakur Nagar Panchayat
Tender ID 728206
IFB No / Tender Notice Number Office Building/ATK/ Work/2024
Name of Project Municipal Office Building
Name of Work Construction of New Municipal Office Building in Atmakur Municipality
Estimated Contract Value(INR)
₹ 2,32,34,380  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 12
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  
8225 (INR)

Tender Dates
Bid Document Download Start Date & Time 02/03/2024 11:00 AM
Bid Document Download End Date & Time 20/03/2024 03:00 PM
Bid Submission Closing Date & Time 20/03/2024 05:00 PM
Bid Validity Period (in Days) 360

Tender Inviting Authority Particulars  
Officer Inviting Bids Commissioner, Atmakur Municipality
Bid Opening Authority Commissioner, Atmakur Municipality
Address Atmakur Municipality, Nandyal District
Contact Details 9908045558
Email atmakur.commissioner@gmail.com

Bid Security Details  
Bid Security (INR) Rs.232344.00
Bid Security In Favour Of Commissioner, Atmakur(K) Municipality
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Registration Certificate COMMON Mandatory
2 EMD in the name of Commissioner, Atmakur Municipality COMMON Mandatory
3 Transaction Fee Payable to M/s. Vupadhi Technology COMMON Mandatory
4 Annual Turnover certificate certified by CA or issued by Executing Authority along with balance sheet. COMMON Mandatory
5 Any other documents required as per Tender Schedule. COMMON Optional
6 Certificate in support of existing commitment. COMMON Mandatory
7 Copy of declaration stating that the soft copies uploaded by them are genuine COMMON Mandatory
8 Copy of information regarding any litigation with Govt. during the last ten years, in which the tenderer is involved COMMON Mandatory
9 Copy of liquid assets / credit facilities / solvency certificate. COMMON Mandatory
10 Copy of PAN Card along with latest Income Tax clearance certificate COMMON Mandatory
11 Experience certificate Within the Block Period in support of Quantities executed. COMMON Mandatory
12 Qualification certificate of key personnel. COMMON Mandatory
13 Similar Work Completed Within the Block Period experience certificate. COMMON Mandatory
14 GST Registration is MUST in Andhra Pradesh (AP). If the GST registration is not in AP, the successful bidder should get GST registration in AP before concluding of Agreement. COMMON Mandatory
15 Scanned copy of declaration on critical equipment owned on non-judicial stamp paper of Rs. 100. COMMON Mandatory

General Terms and Conditions / Eligibility  
General Terms & Conditions 1. Bids are invited on the e-procurement for the above mentioned work from the Contractors/ Contracting Firms registered with Government of Andhra Pradesh. The details of Tender conditions and terms can be Down loaded from the electronic procurement platform of Government of Andhra Pradesh i.e. www.e-procurement.gov.in. 2. Approximate Estimate Contract value of work: Rs. 2,32,34,380.00 3. Form of Contract - Lump sum 4. Period of completion: 12 Months. 5. Contractors would be required to register on the e-procurement Market Place www.eprocurement.gov.in and submit their bids on line. The Department will not accept any bid submitted in the paper form. 6. EMD to be paid by way of Online Payment/ BG in favour of Commissioner, Atmakur Municipality Online Payment/BG for Rs. 2,32,344/- (i.e. 1% of ECV) 7. The bidders can view/ down load the tender documents from the e market place. 8. All other relevant conditions are incorporated in the tender document. 9. Eligibility Criteria regarding Class of Contractor Registration: The class of contract eligible is given below; Civil Contractors/Contracting firm having valid registration in appropriate eligible class as per the G.O.Ms.No 94, I&CAD, Dated: 01-07-2003 and G.O.Ms.No.67, Dt:16-08-2019 with any State Government in India i.e., throughout the Country and also meeting the eligibility criteria of technical qualifications as specified in the tender notice on 'e' market Place. Registration in Andhra Pradesh is relaxed as per G.O.Ms.No 67, Water Resources Department, Dated:16-08-2019. Eligibility Criteria: To qualify for award of the contract, each bidder in its name should have in the last 10 years Financial requirement : Satisfactory completed as a prime contractor of similar nature of works in any one financial year during last ten financial years ending with 31/03/2023, of value not less than ((ECVx50%) x (12 months/ Period of Contract)) Rs: 140.71 Lakhs 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. Physical Requirement: 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: Item Estimated Quantity Units Minimum Required Quantity 1) CC/VCC/RCC/VRCC of M25 and above grade of Concrete. 779.65 Cum 389.90 2) High Yield Strength Deformed (HYSD) steel bars 47.08 MT 23.50 3) Brick masonry 335.28 Cum 167.63 Equipment Type Required Capacity Quantity Required Availability of Key and Critical Equipment required for the work JCB / Excavator 70/110 2 Tractors / Tippers 6 cum 4 Concrete Mixer 0.5 Cum 3 Vibrators 40 mm 4 Water Tanker 5 KL 4 Qualification Minimum Experience Number of Persons Availability of Key Personal required with experience in construction of similar civil, engineering works Graduate Engineer (Civil/Mechanical) 3 2 Diploma Engineer (Civil/Mechanical) 3 2 Liquid Assets/Credit Facilities Possessed: Rs: 58.63 Lakhs Bid Capacity Required: Rs: 232.34 lakhs (2AN-B) The Assessed available Bid capacity as per formula (2AN-B) should be greater than Estimate Contract value assessed by the Department Where, A= Maximum value of works executed in any one (1) year during the last ten (10) years ending with 2022-23 by the tenderer or sum of the maximum value of works executed in any one (1) year during the said ten (10) years by each of the JV partners which will take into account the completed as well as works in progress updated to 2023-24* B = Value at 2023-24* price level of the existing commitments and on-going works to be completed by the tenderer or sum of the value at 2023-24* price level of the existing commitments and ongoing works to be completed by each of the JV partner during the next Twelve (12) months. Note: The Bidder shall upload ?certificate of existing commitments? in the proforma, certified by the Chartered Accountant and counter signed by the Bidder. N = Number of years prescribed for completion of the works for which the tenders are invited. 11. The bidder should submit the following particulars invariably in the format specified in the tender schedules with necessary certificates / documents and to be scanned and uploaded online on e -Procurement platform, failing which his tender shall be treated as incomplete and summarily rejected. a. Copy of Civil contractor registration certificate having registration in Appropriate class required as per NIT. b. EMD through Payment gate copy (Online/BG) c. Copy of Payment of transaction fee (Online) d. Copy of Liquid assets / credit facilities / solvency certificate issued by the Scheduled Bank. e. Copy of declaration stating that the soft copies uploaded by them are genuine. f. Copy of Details of Similar works completed as required in NIT in the name of the tenderer as prime contractor during the last ten financial years showing year wise break up of value of work executed. g. Copy of Value of all Civil Engineering works executed every year during the last Ten financial years ending with 31.03.2023. h. Copy of Details of the existing commitments i.e., works on hand and works for which tenders are submitted. i. Copy of year wise specified quantities as required in NIT executed by the tenderer during the last Ten financial years ending with 31.03.2023. j. Copy of information regarding any litigation, with Government during the last ten years, in which the tenderer is involved. k. k. Copy of particulars of quality control testing lab owned (or) tie up with established quality control testing laboratories. l. The bidder is subjected to be blacklisted and his EMD is to be forfeited if he found to have misled or furnished false information in the forms/statements/certificates submitted in proof of qualification. m. 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 and the work will be taken over invoking clause 60 (a) of PS of APSS. n. Any further information can be obtained from the Office of the Commissioner, Atmakur Municipality. Note: The dates stipulated above are firm and under no circumstances they will be altered unless otherwise extended by an official notification or happen to be a Public Holiday. o. Regarding ASD - i. Tenders up to 25% less (-25%) than the estimate may be accepted. Tenders which are less beyond minus 15% {(<-15%)}of the estimate but up to 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 )} as per G.O.Ms.No.50 WR (Reforms) Dept., Dt.15-10-2020. ii. ii. Tenders up to 25% less than the estimate may be accepted, but for tenders which are less by more than 25% of the estimate, a Bank Guarantee or Demand Draft for the difference between the tendered amount and 75% of the estimate contract value should be taken so that the tenderer leaves the work midway and the department is forced to call for tenders for the work once again, the Bank Guarantee or Demand Draft shall be used to finance the re-tendered work as per G.O.Ms.No.17 Irrigation & CAD (PW-GOD) Dept., Dt.06.02.2004 Reverse Tendering Process: After identifying the eligible agencies / bidders will be eligible to participate in e-auction process in terms of guidelines issued vide G.O.Ms.No.67, Water Resources (Reforms) Dept., Dt.16.08.2019. a) The Commercial Stage of the responsive bidders will be opened after qualification in PQ stage. b) After identification of the L-1 Initial Price Offer, eligible responsive bidders shall be transferred to the Reverse Auction Platform. c) 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. d) Decrements made in each subsequent bid shall not be less than 0.5% of the IBM uploaded.

General Technical Terms and Conditions (Procedure)  
The bidder shall submit his response through Bid submission to the tender on eProcurement platform at www.apeprocurment.gov.in by following the procedure given below. The bidder would be required to register on the e-procurement market place https://tender.apeprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-procurement platform. The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats displayed in eProcurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/technical bids and other certificate/documents in the eProcurement web site. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. The bidder shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the tender notice and bid document. The Bidder shall also ensure prior to Final Bid submission that the Encryption certificate present in the DSC Key token is the same as that mapped into his Profile page in the Eprocurement system. Service provider shall not be responsible for Non-submission of Bid in case there is a variance in the Encryption certificate between the Key token and the Uploaded certificate in the Bidders profile in the Eprocurement system. Registration with eProcurement platform: For registration and online bid submission bidders may contact HELP DESK. https://tender.apeprocurement.gov.in Digital Certificate authentication: The bidder shall authenticate the bid with his Digital Certificate for submitting the bid electronically on eProcurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the eProcurement platform. For obtaining Digital Signature Certificate, you may please Contact: You may please Contact Registration Authorities of any Certifying Authorities in India. The list of CAs are available by clicking the link https://tender.apeprocurement.gov.in/digital-signature.html# 3. Hard copies: i) Vide ref. G.O.Ms.No.174, I&CAD dept dated:1-9-2008, submission of original hard copies of the uploaded scanned copies of Proof of online Payment (Remittance)/BG towards EMD by participating bidders to the tender inviting authority before the opening of the price bid is dispensed forthwith. ii) All the bidders shall invariably upload the scanned copies of Proof of online Payment (Remittance)/BG in eProcurement system and this will be the primary requirement to consider the bid responsive. iii) The department shall carry out the technical evaluation solely based on the uploaded certificates/documents, Proof of online Payment (Remittance)/BG towards EMD in the eProcurement system and open the price bids of the responsive bidders. iv) The department will notify the successful bidder for submission of original hardcopies of all the uploaded documents Proof of online Payment (Remittance)/BG towards EMD prior to entering into agreement. v) The successful bidder shall invariably furnish the original Proof of online Payment (Remittance)/BG towards EMD, Certificates/Documents of the uploaded scan copies to the Tender Inviting Authority 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 Proof of online Payment (Remittance)/BG towards EMD, Certificates/Documents from the successful bidder before the stipulated time. On receipt of documents, the department shall ensure the genuinity of the Proof of online Payment (Remittance)/BG towards EMD and all other certificates/documents uploaded by the bidder in eProcurement system. In support of the qualification criteria before concluding the agreement. 4. The GO. Ms. No. 174 -I&CAD dated: 1-9-2008 Deactivation of Bidders If any successful bidder fails to submit the original hard copies of uploaded certificates/documents, Proof of online Payment (Remittance)/BG towards EMD within stipulated time or if any variation is noticed between the uploaded documents and the hardcopies submitted by the bidder, as the successful bidder will be suspended from participating in the tenders on eProcurement platform for a period of 3 years. The eProcurement system would deactivate the user ID of such defaulting 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 avoid delays in the tender process for execution of the development schemes taken up by the government. Other conditions as per tender document are applicable. The bidder is requested to get a confirmed acknowledgement from the Tender Inviting Authority a proof of Hardcopies submission to avoid any discrepancy. 5. Payment of EMD: It is mandatory for all participant bidders to electronically pay EMD Online by utilizing the "Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking/NEFT payment modes through ICICI Bank and/or Axis Bank Payment Gateways to facilitate the transaction. This is in compliance as per G.O.Ms. 08 dated 08.05.2016. A GST of 18.00% + Bank charges on the transaction amount payable to APTS shall be applicable. In addition to this, Bidders can also pay the EMD through Download of PDF format of RTGS Challan for respective Payment gateway and pay the EMD through their Parent Bank account. Once the EMD is received by the EProcurement application, Bidders can automatically continue with their Bid Submission online. IMPORTANT NOTE REGARDING EMD PAYMENT: 1. Bidders are encouraged to use only Net banking facility for payment of EMDs as far as possible for faster refunds in case of unsuccessful Bids for the Tender. 2. Bidders are advised not to use RTGS Challan downloads at the penultimate hour of Bid submission closing as any delay by their banker would not enable Bid submission on the platform. Please allow a minimum of 60 minutes for enabling "Continuation of Bid Submission" from the time the Pool Account receives credit of the EMD from the Bidders Bank for both NEFT and RTGS Transfers. For RTGS Transfers, the Pool Account can get immediate credit whereas NEFT transfers would follow RBI Payment Cycle time. 3. Bidders are advised to pay EMD Online atleast T-1 or T-2 days before Bid submission closing date (T= Bid submission closing date) to avoid last minute delays and denials of successful Bid submission and to take care of any delays in Banking procedures. Un Successful Bidder EMD Refund process: - The bid is declared unsuccessful, under the following circumstances. Bid submitted by the bidder is not the lowest bid. Upon Finalization of the L1 Bid. Technical Disqualification of the Bid in case of 2 cover system. EMD paid but bid not submitted EMD refund will be initiated by the Tender Inviting Authority directly and through Online only and through the same payment channels as EMD received by the Department. (RTGS / NEFT /Credit Card /Debit Card refund), within 30 days from the date of publishing the Decision / Result. However, Service Provider /GoAP will not be held responsible for the delays occurring due to banking channels/procedures/processes of the respective vendor. IMPORTANT NOTE REGARDING EMD REFUNDS: Bidders are requested to use discretion in their choice of payment channel for remittance of EMD. Time taken for Refunds under Ideal conditions: 1. Net Banking / NEFT / RTGS Challan: �One (1) Banking Business Day from time of initiation of refund by Tender Inviting Authority subject to RTGS/NEFT timings of RBI. 2. Credit card/ Debit card: 7-10 working days from time of initiation of refund by the Tender Inviting Authority. However, this may be longer in case of certain bank cards. In case of delays, bidders are requested to contact the Card issuing Bank for faster resolution. 6. Payment of Transaction Fee: It is mandatory for all the participant bidders from 1st January 2006 to electronically pay a Non-refundable Transaction fee to M/s. APTS , the service provider through "Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking of ICICI Bank, Axis Bank to facilitate the transaction. This is in compliance as per G.O.Ms. 13 dated 07.05.2006. A GST of 18.00% + Bank charges on the transaction amount payable to APTS shall be applicable. The participating bidders will pay a transaction fee @ 0.03% of ECV (estimated contract value) with a cap of Rs.10,000/- (Rupees ten thousand only) for all works with ECV upto Rs.50 crores, and Rs.25,000/- (Rupees twenty five thousand only) for works with ECV above Rs.50 crores, at the time of bid submission electronically. For tenders wherever ECV is not available i.e., for goods and services, the transaction fee shall be calculated on quoted value. GST as levied by the GOI on transaction fee, electronic payment gateway charges shall be borne by the bidders. 7. Corpus Fund: As per GO MS No.4 User departments shall collect 0.04% of ECV (estimated contract value) with a cap of Rs. 10,000 (Rupees ten thousand only) for all works with ECV upto Rs.50 Crores, and Rs. 25,000/- (Rupees twenty-five thousand only) for works with ECV above Rs.50 Crores, from successful bidders on eProcurement platform before entering into agreement / issue of purchase orders, towards eprocurement fund in favour of Managing Director, APTS . There shall not be any charge towards eProcurement fund in case of works, goods and services with ECV less than and upto Rs. 10 lakhs 8. Tender Document: The bidder is requested to download the tender document and read all the terms and conditions mentioned in the tender Document and seek clarification if any from the Tender Inviting Authority. Any offline bid submission clause in the tender document could be neglected. The bidder has to keep track of any changes by viewing the Addendum/Corrigenda issued by the Tender Inviting Authority on time-to- time basis in the E-Procurement platform. The Department calling for tenders shall not be responsible for any claims/problems arising out of this. 9. Bid Submission Acknowledgement: The bidder shall complete all the processes and steps required for Bid submission. The system will generate an acknowledgement with a unique bid submission number after completing all the prescribed steps and processes by the bidder. Users may also note that the bids for which an acknowledgement is not generated by the e-procurement system are treated as invalid or not saved in the system. Such invalid bids are not made available to the Tender Inviting Authority for processing the bids. The Government of AP are not responsible for incomplete bid submission by users.

Legal Terms & Conditions  
General Terms & Conditions 1. Bids are invited on the e-procurement for the above mentioned work from the Contractors/ Contracting Firms registered with Government of Andhra Pradesh. The details of Tender conditions and terms can be Down loaded from the electronic procurement platform of Government of Andhra Pradesh i.e. www.e-procurement.gov.in. 2. Approximate Estimate Contract value of work: Rs. 2,32,34,380.00 3. Form of Contract - Lump sum 4. Period of completion: 12 Months. 5. Contractors would be required to register on the e-procurement Market Place www.eprocurement.gov.in and submit their bids on line. The Department will not accept any bid submitted in the paper form. 6. EMD to be paid by way of Online Payment/ BG in favour of Commissioner, Atmakur Municipality Online Payment/BG for Rs. 2,32,344/- (i.e. 1% of ECV) 7. The bidders can view/ down load the tender documents from the e market place. 8. All other relevant conditions are incorporated in the tender document. 9. Eligibility Criteria regarding Class of Contractor Registration: The class of contract eligible is given below; Civil Contractors/Contracting firm having valid registration in appropriate eligible class as per the G.O.Ms.No 94, I&CAD, Dated: 01-07-2003 and G.O.Ms.No.67, Dt:16-08-2019 with any State Government in India i.e., throughout the Country and also meeting the eligibility criteria of technical qualifications as specified in the tender notice on 'e' market Place. Registration in Andhra Pradesh is relaxed as per G.O.Ms.No 67, Water Resources Department, Dated:16-08-2019. Eligibility Criteria: To qualify for award of the contract, each bidder in its name should have in the last 10 years Financial requirement : Satisfactory completed as a prime contractor of similar nature of works in any one financial year during last ten financial years ending with 31/03/2023, of value not less than ((ECVx50%) x (12 months/ Period of Contract)) Rs: 140.71 Lakhs 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. Physical Requirement: 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: Item Estimated Quantity Units Minimum Required Quantity 1) CC/VCC/RCC/VRCC of M25 and above grade of Concrete. 779.65 Cum 389.90 2) High Yield Strength Deformed (HYSD) steel bars 47.08 MT 23.50 3) Brick masonry 335.28 Cum 167.63 Equipment Type Required Capacity Quantity Required Availability of Key and Critical Equipment required for the work JCB / Excavator 70/110 2 Tractors / Tippers 6 cum 4 Concrete Mixer 0.5 Cum 3 Vibrators 40 mm 4 Water Tanker 5 KL 4 Qualification Minimum Experience Number of Persons Availability of Key Personal required with experience in construction of similar civil, engineering works Graduate Engineer (Civil/Mechanical) 3 2 Diploma Engineer (Civil/Mechanical) 3 2 Liquid Assets/Credit Facilities Possessed: Rs: 58.63 Lakhs Bid Capacity Required: Rs: 232.34 lakhs (2AN-B) The Assessed available Bid capacity as per formula (2AN-B) should be greater than Estimate Contract value assessed by the Department Where, A= Maximum value of works executed in any one (1) year during the last ten (10) years ending with 2022-23 by the tenderer or sum of the maximum value of works executed in any one (1) year during the said ten (10) years by each of the JV partners which will take into account the completed as well as works in progress updated to 2023-24* B = Value at 2023-24* price level of the existing commitments and on-going works to be completed by the tenderer or sum of the value at 2023-24* price level of the existing commitments and ongoing works to be completed by each of the JV partner during the next Twelve (12) months. Note: The Bidder shall upload ?certificate of existing commitments? in the proforma, certified by the Chartered Accountant and counter signed by the Bidder. N = Number of years prescribed for completion of the works for which the tenders are invited. 11. The bidder should submit the following particulars invariably in the format specified in the tender schedules with necessary certificates / documents and to be scanned and uploaded online on e -Procurement platform, failing which his tender shall be treated as incomplete and summarily rejected. a. Copy of Civil contractor registration certificate having registration in Appropriate class required as per NIT. b. EMD through Payment gate copy (Online/BG) c. Copy of Payment of transaction fee (Online) d. Copy of Liquid assets / credit facilities / solvency certificate issued by the Scheduled Bank. e. Copy of declaration stating that the soft copies uploaded by them are genuine. f. Copy of Details of Similar works completed as required in NIT in the name of the tenderer as prime contractor during the last ten financial years showing year wise break up of value of work executed. g. Copy of Value of all Civil Engineering works executed every year during the last Ten financial years ending with 31.03.2023. h. Copy of Details of the existing commitments i.e., works on hand and works for which tenders are submitted. i. Copy of year wise specified quantities as required in NIT executed by the tenderer during the last Ten financial years ending with 31.03.2023. j. Copy of information regarding any litigation, with Government during the last ten years, in which the tenderer is involved. k. k. Copy of particulars of quality control testing lab owned (or) tie up with established quality control testing laboratories. l. The bidder is subjected to be blacklisted and his EMD is to be forfeited if he found to have misled or furnished false information in the forms/statements/certificates submitted in proof of qualification. m. 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 and the work will be taken over invoking clause 60 (a) of PS of APSS. n. Any further information can be obtained from the Office of the Commissioner, Atmakur Municipality. Note: The dates stipulated above are firm and under no circumstances they will be altered unless otherwise extended by an official notification or happen to be a Public Holiday. o. Regarding ASD - i. Tenders up to 25% less (-25%) than the estimate may be accepted. Tenders which are less beyond minus 15% {(<-15%)}of the estimate but up to 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 )} as per G.O.Ms.No.50 WR (Reforms) Dept., Dt.15-10-2020. ii. ii. Tenders up to 25% less than the estimate may be accepted, but for tenders which are less by more than 25% of the estimate, a Bank Guarantee or Demand Draft for the difference between the tendered amount and 75% of the estimate contract value should be taken so that the tenderer leaves the work midway and the department is forced to call for tenders for the work once again, the Bank Guarantee or Demand Draft shall be used to finance the re-tendered work as per G.O.Ms.No.17 Irrigation & CAD (PW-GOD) Dept., Dt.06.02.2004

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH NANDYAL ATMAKUR Srisailam Nandyal

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 20/03/2024 05:01 PM
2 Commercial Stage 20/03/2024 05:08 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