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 731741 Enquiry/IFB/Tender Notice Number ET NO.140/2023-24, Item No.08
Name of Work General Fund- 2023-24-Construction of CC Drains and RCC culverts at Joseph Nagar , Lakshmi Nagar, Nethaji Nagar all Main Roads and Internal Cross Roads in Div No.25 under AE-3 Section. (3RD CALL) Tender Category WORKS
Tender Type OPEN Estimated Contract Value ₹ 1,11,43,227
Bid Submission Closing Date 15/03/2024 03:40 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name GUNTUR MUNICIPAL CORPORATION
Circle/Division GUNTUR MUNICIPAL CORPORATION-GUNTUR MUNICIPAL CORPORATION
Tender ID 731741
IFB No / Tender Notice Number ET NO.140/2023-24, Item No.08
Name of Project general
Name of Work General Fund- 2023-24-Construction of CC Drains and RCC culverts at Joseph Nagar , Lakshmi Nagar, Nethaji Nagar all Main Roads and Internal Cross Roads in Div No.25 under AE-3 Section. (3RD CALL)
Estimated Contract Value(INR)
₹ 1,11,43,227  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 6
Type of Work Civil Works
Bidding Type OPEN
Bid Call (Numbers) 3
Tender Category WORKS
Currency Type (INR)
Default Currency Indian Rupee - INR
Evaluation Type Percentage
Evaluation Criteria Based on Price
Form Of Contract L.S
Applicable
Reverse Tendering Applicable
Normal/Emergency Type

Transaction Fee Details  
3945 (INR)

Tender Dates
Bid Document Download Start Date & Time 08/03/2024 03:35 PM
Bid Document Download End Date & Time 15/03/2024 03:35 PM
Bid Submission Closing Date & Time 15/03/2024 03:40 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Commissioner, GMC
Bid Opening Authority Commissioner, GMC
Address Guntur Municipal Corporation
Contact Details 08632224202
Email Munipalli.gopalkrishna@gmail.com

Bid Security Details  
Bid Security (INR) Rs.111432.00
Bid Security In Favour Of Commissioner, GMC
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 AS PER NIT AND REVERSE CONDITIONS COMMON Mandatory

General Terms and Conditions / Eligibility  
NOTICE INVITING TENDER 1. Department Name : Guntur Municipal Corporation 2. Circle / Division : Municipal Commissioner, Guntur Municipal Corporation 3. Tender Number : ET No.140/2023-24, Item.No.08 4. Name of work : General Fund- 2023-24-Construction of CC Drains and RCC culverts at Joseph Nagar , Lakshmi Nagar, Nethaji Nagar all Main Roads and Internal Cross Roads in Div No.25 under AE-3 Section. 5. Estimated contract value : Rs.1,11,43,227/- 6. Period of Contract : 6 Months 7. Form of Contract : Lump sum 8. Tender Type : Open 9. Tender Category : Works 10. EMD/ Bid Security : Rs.1,11,432/- 11. EMD/ Bid Security payable to : E.M.D. to be paid at 1% of the estimated contract value of work in the shape of Bank Guarantee in favour of Commissioner, Guntur Municipal Corporation 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 Commissioner, Guntur Municipal Corporation 12. Bid document download start date & time : - -2024 11:00 AM 13. Bid document closing date & time : - -2024 3:15 PM 14. Pre-qualification/ Technical bid Opening Date Qualification and Eligibility stage) : - -2024 3:30 PM 15. Price bid opening Date (Financial Bid Stage) : - -2024 4:00 PM 16. Place of Tender opening : O/o. Commissioner, Guntur Municipal Corporation 17. Officer Inviting bids : Commissioner, Guntur Municipal Corporation 18. Address : O/o. Commissioner, Guntur Municipal Corporation, Guntur 19. Contact Details : 0863-2224202 Eligibility Criteria : Qualification Requirements: 1) Copy of Class-II and above Contractors registration certificate. Registered Civil contractors having registration in appropriate class with Government of Andhra Pradesh as per G.O.Ms.No.94, Dt:1.7.2003 and G.O.Ms.No. 130, Dt:22.5.2007 2) Copy of GST Registration Certificate with Government of Andhra Pradesh. 3) Copy of Permanent Account Number (PAN) card and copy of Proof of Submission latest income tax Returns (ITR-V) 1. Assessed available bid capacity as per formula (2AN-B) should be greater than the estimated Contract value as specified in the Tender Document. 2. The details and certificates are to be furnished as per the proforma available in the tender schedules. 3. The bidder should have satisfactorily completed the value not less than Rs.1,11,43,227/- as a prime Contractor in the similar nature of works (Civil Work) in any one financial year during last ten financial years from 2013-2014 to 2023-2024. 4. The bidder should have executed the following work in any one financial year durning 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 EXPERIENCE: Sl No Description Estimated Qty Unit Minimum Qty required 1 Providing Concrete for Plain/Reinforced Concrete M10 Grade Using 20mm 1560.15 Cum 1560.15 2 Plastering in CM(1:3) 12mm Thick 4610.00 Sqm 4610.00 Note:- 1) PCC/VCC/VRCC/RCC M-10 (Using 20mm) & above are eligible b) 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. 5. The bidder shall fulfill the available bid capacity of 2 AN-B > ECV Where A = Maximum value of civil engineering works executed in its name in any one financial year during the last ten 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 work for which tenders are invited (Months/12) 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 period of completion of the work 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. 1. The tenderer should further demonstrate: i) Availability (either owned or leased) of key and critical equipment. S.No Equipment Type Required Minimum No. Required i) Concrete Mixers 2 ii) Water tankers 2 iii) Tippers 2 iv) Pin Vibrators 2 v) Pan Vibrators 2 ii) EMD in the shape of unconditional and irrevocable Bank guarantee in favour of the Commissioner, Guntur Municipal Corporation in the standard format or �sing 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 Commissioner, Guntur Municipal Corporation. iii) Copy of GST Registration with Government of Andhra Pradesh. iv) Liquid assets by credit facility of not less than amount Rs.55,71,614/- (credit lines by letter of credit / solvency certificate from banks etc.,) v) Copy of Proof of submission of the I.T. Returns (ITR-V) and copy of PAN card. 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 black listed and the contract will be terminated. 4. The successful bidder should pay an amount of 0.04% of ECV in the form of Online Payment in favour of M/s. APTS, Vijayawada at the time of concluding agreement towards corpus fund. 5. Any further information can be obtained from the office of the Commissioner, Guntur Municipal Corporation. 6. Availability of Key Personnel Qualification Minimum Experience Number of persons Graduate Engineer (Civil/Mechanical) 5 2 Diploma Engineer (Civil/Mechanical) 5 2 Reverse Tendering Process: As per G.O.Ms. No. 67 Water Resources (Reforms) Department dated: 16-08-2019 and G.O. Ms. No.50 Water Resources (Reforms) Dept., Dt:15-10-2020 i) Restriction clause like Registration in Andhra Pradesh is relaxed. JV as well as MoU with combined bid capacity permitted to ensure larger participation. ii) All bidders shall self-declare their details under each technical and financial criterion on the e-procurement platform along with an undertaking confirming their compliance with the technical and financial criterion prescribed in the bid document. iii) All bidders shall submit supporting documents for their submittals under each technical and financial criterion. In case of documents found to be defective, incorrect or forged and therefore claim of Qualification is not supported, severe action including forfeiture of EMD shall be taken. iv) Submission of Hard Copies of uploaded Scan copies of Demand Draft / Bank Guarantee towards EMD by participating bidders to the tender Inviting authority before opening of Price Bid is dispensed with. v) Only those bids will be evaluated and considered for comparison to arrive at L1 value and allowed to participate in reverse bidding in whose favour an authorised 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 authorised communication from the bank with regard to issue of the Bank Guarantees/ Demand Draft is sent to the Tender Inviting authority within the stipulated time. vi) All Bank Guarantees uploaded by all Bidders would be verified with the issuing Bank, subsequently and if any uploaded Bank Guarantee is found to be forged or tampered with or fake, then it would be considered as fraud and would be liable for criminal action invariably. vii) The threshold values of Technical and Financial qualification as prescribed by the department shall be displayed to the bidders on the screen of online e-procurement site. The bidders have to submit their details of qualification criterion in prescribed text boxes along with their self-declaration on the fulfillment of qualification criterion prescribed. The system automatically evaluates the qualification details uploaded by the bidders and enable the qualified bidders only to quote for their price bid in the prescribed box for the work. viii) All bidders satisfying pre-qualification criterion as per their submittals and self-declaration on e-procurement site shall quote their price offer. ix) The Price bids of all the bidders shall be opened and the lowest quoted price bid among the qualified bidders in the tender process shall be determined. x) To conduct the reverse tender process at least two bidders would be required. xi) The L1 Price Offer (Initial) shall be the maximum allowable Bid price for the reverse tendering process. xii) Only one round of reverse tendering shall be carried out in which bidders can revise their bids multiple times within the time limits specified. xiii) At the start of the Reverse Tendering process the Maximum Allowable Bid Price will be set and bidders shall submit their bids in an online platform. xiv) Names of the bidders / vendors shall be anonymously masked in the Reverse Tendering process and vendors will be given suitable dummy names. xv) 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. xvi) Only the current L1 bid shall be visible to all bidders who may revise their bids until the end of the process. xvii) Decrements made in each subsequent bid shall not be less than 0.5% of the IBM/ECV uploaded. xviii) The L1 bid may be determined following a period of inactivity of more than 15 minutes of reverse bidding after the initial 3 hour period after closure of the main bidding. xix) Following the determination of the L1 bid, the L1 bidder?s supporting documents under each technical and commercial criterion shall be verified. The reverse tendering process shall be on hold for a maximum period of 24 hours (1 day) while the L1 bidder?s supporting documents are verified. xx) Upon successful verification of the L1 bidder?s supporting documents, the reverse tendering process shall be closed declaring the L1 bidder as ?successful bidder? and the remaining bidders in the process shall be notified as ?unsuccessful? and their respective EMDs shall be refunded. xxi) In case there are discrepancies between the L1 bidder?s declarations under the technical and financial criteria and the supporting documents submitted, the L1 bidder shall be disqualified, his EMD shall be forfeited, he will be removed from the reverse tendering process and the remaining bidders shall be notified of the date and time when the reverse tendering process shall be resumed. xxii) The reverse tendering process shall be resumed with the L2 price as the Maximum Allowable Bid Price. xxiii) Only 15 minutes shall be initially allowed for the remaining bidders to revise their bids, subject to automatic extensions of 15 minutes in case of any reduction in bids recorded in the prior 15 minutes. xxiv) The reverse tendering process shall continue until the determination of a successful bidder. Conclusion of the Reverse Tendering Process:- i) After conclusion of the reverse auction process, the pre-qualification criteria of L1 bidder shall be verified. In case of successful verification of pre-qualification criteria of the L-1 Bidder and if qualified he will be awarded the contract and the EMDs of unsuccessful bidders shall be refunded. ii) If any variation is noticed between the up loaded documents, information furnished in the given templates in respect of both technical and commercial prequalification criteria and the self-declaration submitted by the bidder, the bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 years. If any of the documents furnished by the bidder are found to be false / fabricated / bogus, at any time the bidder will be black listed and the EMD will be forfeited. iii) In case of the L1 bidder being disqualified, the Department reserves the right to restart the reverse auction process with the L2 price of the concluded reverse auction as the start/ maximum bid price OR to restart the entire tendering process from the NIT Stage. In either case, the date and time of the subsequent process shall be communicated to the remaining bidders. iv) e-procurement corpus fund: An e-procurement corpus fund of Rs.10,000/- administered by APTS has to be paid by the successful bidder in online in favour of Managing Director, AP Technological Services, Vijayawada at the time of concluding the agreement. Joint Venture / Consortium Conditions A Bidder may be a natural person, private entity, government-owned entity or any combination of them with a formal intent to enter into an agreement or under an existing agreement to form a Consortium/Joint Venture. For an applicant / bidder can submit the Bid either individually or form a consortium. In case the Bidder is a Consortium/Joint Venture, it shall, comply with the following additional requirements. (i) The number of members (incorporated under The Companies Act, 2013) in a Consortium /Joint Venture would be limited to 2 (Two) members. The Members of the Consortium/Joint Venture shall nominate one member as the lead member (the ?Lead Member?). ?The lead member? and ?the other members? are to be defined their roles and responsibilities clearly in the agreement. Inc omputing the Technical Capacity and Financial Capacity of the Bidder/Consortium Member/Joint Venture, the Technical Capacity and Financial Capacity of their respective Associates/Combained Capacities shall also be considered. Lead Member must own 51%. (ii) A consortium/Joint Venture shall have registered agreement wherein roles and responsibilities of Consortium members/joint venture parties clearly mentioned. The aforesaid mentioned agreement should be submitted along with

General Technical Terms and Conditions (Procedure)  
NOTICE INVITING TENDER 1. Department Name : Guntur Municipal Corporation 2. Circle / Division : Municipal Commissioner, Guntur Municipal Corporation 3. Tender Number : ET No.140/2023-24, Item.No.08 4. Name of work : General Fund- 2023-24-Construction of CC Drains and RCC culverts at Joseph Nagar , Lakshmi Nagar, Nethaji Nagar all Main Roads and Internal Cross Roads in Div No.25 under AE-3 Section. 5. Estimated contract value : Rs.1,11,43,227/- 6. Period of Contract : 6 Months 7. Form of Contract : Lump sum 8. Tender Type : Open 9. Tender Category : Works 10. EMD/ Bid Security : Rs.1,11,432/- 11. EMD/ Bid Security payable to : E.M.D. to be paid at 1% of the estimated contract value of work in the shape of Bank Guarantee in favour of Commissioner, Guntur Municipal Corporation 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 Commissioner, Guntur Municipal Corporation 12. Bid document download start date & time : - -2024 11:00 AM 13. Bid document closing date & time : - -2024 3:15 PM 14. Pre-qualification/ Technical bid Opening Date Qualification and Eligibility stage) : - -2024 3:30 PM 15. Price bid opening Date (Financial Bid Stage) : - -2024 4:00 PM 16. Place of Tender opening : O/o. Commissioner, Guntur Municipal Corporation 17. Officer Inviting bids : Commissioner, Guntur Municipal Corporation 18. Address : O/o. Commissioner, Guntur Municipal Corporation, Guntur 19. Contact Details : 0863-2224202 Eligibility Criteria : Qualification Requirements: 1) Copy of Class-II and above Contractors registration certificate. Registered Civil contractors having registration in appropriate class with Government of Andhra Pradesh as per G.O.Ms.No.94, Dt:1.7.2003 and G.O.Ms.No. 130, Dt:22.5.2007 2) Copy of GST Registration Certificate with Government of Andhra Pradesh. 3) Copy of Permanent Account Number (PAN) card and copy of Proof of Submission latest income tax Returns (ITR-V) 1. Assessed available bid capacity as per formula (2AN-B) should be greater than the estimated Contract value as specified in the Tender Document. 2. The details and certificates are to be furnished as per the proforma available in the tender schedules. 3. The bidder should have satisfactorily completed the value not less than Rs.1,11,43,227/- as a prime Contractor in the similar nature of works (Civil Work) in any one financial year during last ten financial years from 2013-2014 to 2023-2024. 4. The bidder should have executed the following work in any one financial year durning 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 EXPERIENCE: Sl No Description Estimated Qty Unit Minimum Qty required 1 Providing Concrete for Plain/Reinforced Concrete M10 Grade Using 20mm 1560.15 Cum 1560.15 2 Plastering in CM(1:3) 12mm Thick 4610.00 Sqm 4610.00 Note:- 1) PCC/VCC/VRCC/RCC M-10 (Using 20mm) & above are eligible b) 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. 5. The bidder shall fulfill the available bid capacity of 2 AN-B > ECV Where A = Maximum value of civil engineering works executed in its name in any one financial year during the last ten 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 work for which tenders are invited (Months/12) 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 period of completion of the work 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. 1. The tenderer should further demonstrate: i) Availability (either owned or leased) of key and critical equipment. S.No Equipment Type Required Minimum No. Required i) Concrete Mixers 2 ii) Water tankers 2 iii) Tippers 2 iv) Pin Vibrators 2 v) Pan Vibrators 2 ii) EMD in the shape of unconditional and irrevocable Bank guarantee in favour of the Commissioner, Guntur Municipal Corporation in the standard format or �sing 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 Commissioner, Guntur Municipal Corporation. iii) Copy of GST Registration with Government of Andhra Pradesh. iv) Liquid assets by credit facility of not less than amount Rs.55,71,614/- (credit lines by letter of credit / solvency certificate from banks etc.,) v) Copy of Proof of submission of the I.T. Returns (ITR-V) and copy of PAN card. 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 black listed and the contract will be terminated. 4. The successful bidder should pay an amount of 0.04% of ECV in the form of Online Payment in favour of M/s. APTS, Vijayawada at the time of concluding agreement towards corpus fund. 5. Any further information can be obtained from the office of the Commissioner, Guntur Municipal Corporation. 6. Availability of Key Personnel Qualification Minimum Experience Number of persons Graduate Engineer (Civil/Mechanical) 5 2 Diploma Engineer (Civil/Mechanical) 5 2 Reverse Tendering Process: As per G.O.Ms. No. 67 Water Resources (Reforms) Department dated: 16-08-2019 and G.O. Ms. No.50 Water Resources (Reforms) Dept., Dt:15-10-2020 i) Restriction clause like Registration in Andhra Pradesh is relaxed. JV as well as MoU with combined bid capacity permitted to ensure larger participation. ii) All bidders shall self-declare their details under each technical and financial criterion on the e-procurement platform along with an undertaking confirming their compliance with the technical and financial criterion prescribed in the bid document. iii) All bidders shall submit supporting documents for their submittals under each technical and financial criterion. In case of documents found to be defective, incorrect or forged and therefore claim of Qualification is not supported, severe action including forfeiture of EMD shall be taken. iv) Submission of Hard Copies of uploaded Scan copies of Demand Draft / Bank Guarantee towards EMD by participating bidders to the tender Inviting authority before opening of Price Bid is dispensed with. v) Only those bids will be evaluated and considered for comparison to arrive at L1 value and allowed to participate in reverse bidding in whose favour an authorised 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 authorised communication from the bank with regard to issue of the Bank Guarantees/ Demand Draft is sent to the Tender Inviting authority within the stipulated time. vi) All Bank Guarantees uploaded by all Bidders would be verified with the issuing Bank, subsequently and if any uploaded Bank Guarantee is found to be forged or tampered with or fake, then it would be considered as fraud and would be liable for criminal action invariably. vii) The threshold values of Technical and Financial qualification as prescribed by the department shall be displayed to the bidders on the screen of online e-procurement site. The bidders have to submit their details of qualification criterion in prescribed text boxes along with their self-declaration on the fulfillment of qualification criterion prescribed. The system automatically evaluates the qualification details uploaded by the bidders and enable the qualified bidders only to quote for their price bid in the prescribed box for the work. viii) All bidders satisfying pre-qualification criterion as per their submittals and self-declaration on e-procurement site shall quote their price offer. ix) The Price bids of all the bidders shall be opened and the lowest quoted price bid among the qualified bidders in the tender process shall be determined. x) To conduct the reverse tender process at least two bidders would be required. xi) The L1 Price Offer (Initial) shall be the maximum allowable Bid price for the reverse tendering process. xii) Only one round of reverse tendering shall be carried out in which bidders can revise their bids multiple times within the time limits specified. xiii) At the start of the Reverse Tendering process the Maximum Allowable Bid Price will be set and bidders shall submit their bids in an online platform. xiv) Names of the bidders / vendors shall be anonymously masked in the Reverse Tendering process and vendors will be given suitable dummy names. xv) 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. xvi) Only the current L1 bid shall be visible to all bidders who may revise their bids until the end of the process. xvii) Decrements made in each subsequent bid shall not be less than 0.5% of the IBM/ECV uploaded. xviii) The L1 bid may be determined following a period of inactivity of more than 15 minutes of reverse bidding after the initial 3 hour period after closure of the main bidding. xix) Following the determination of the L1 bid, the L1 bidder?s supporting documents under each technical and commercial criterion shall be verified. The reverse tendering process shall be on hold for a maximum period of 24 hours (1 day) while the L1 bidder?s supporting documents are verified. xx) Upon successful verification of the L1 bidder?s supporting documents, the reverse tendering process shall be closed declaring the L1 bidder as ?successful bidder? and the remaining bidders in the process shall be notified as ?unsuccessful? and their respective EMDs shall be refunded. xxi) In case there are discrepancies between the L1 bidder?s declarations under the technical and financial criteria and the supporting documents submitted, the L1 bidder shall be disqualified, his EMD shall be forfeited, he will be removed from the reverse tendering process and the remaining bidders shall be notified of the date and time when the reverse tendering process shall be resumed. xxii) The reverse tendering process shall be resumed with the L2 price as the Maximum Allowable Bid Price. xxiii) Only 15 minutes shall be initially allowed for the remaining bidders to revise their bids, subject to automatic extensions of 15 minutes in case of any reduction in bids recorded in the prior 15 minutes. xxiv) The reverse tendering process shall continue until the determination of a successful bidder. Conclusion of the Reverse Tendering Process:- i) After conclusion of the reverse auction process, the pre-qualification criteria of L1 bidder shall be verified. In case of successful verification of pre-qualification criteria of the L-1 Bidder and if qualified he will be awarded the contract and the EMDs of unsuccessful bidders shall be refunded. ii) If any variation is noticed between the up loaded documents, information furnished in the given templates in respect of both technical and commercial prequalification criteria and the self-declaration submitted by the bidder, the bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 years. If any of the documents furnished by the bidder are found to be false / fabricated / bogus, at any time the bidder will be black listed and the EMD will be forfeited. iii) In case of the L1 bidder being disqualified, the Department reserves the right to restart the reverse auction process with the L2 price of the concluded reverse auction as the start/ maximum bid price OR to restart the entire tendering process from the NIT Stage. In either case, the date and time of the subsequent process shall be communicated to the remaining bidders. iv) e-procurement corpus fund: An e-procurement corpus fund of Rs.10,000/- administered by APTS has to be paid by the successful bidder in online in favour of Managing Director, AP Technological Services, Vijayawada at the time of concluding the agreement. Joint Venture / Consortium Conditions A Bidder may be a natural person, private entity, government-owned entity or any combination of them with a formal intent to enter into an agreement or under an existing agreement to form a Consortium/Joint Venture. For an applicant / bidder can submit the Bid either individually or form a consortium. In case the Bidder is a Consortium/Joint Venture, it shall, comply with the following additional requirements. (i) The number of members (incorporated under The Companies Act, 2013) in a Consortium /Joint Venture would be limited to 2 (Two) members. The Members of the Consortium/Joint Venture shall nominate one member as the lead member (the ?Lead Member?). ?The lead member? and ?the other members? are to be defined their roles and responsibilities clearly in the agreement. Inc omputing the Technical Capacity and Financial Capacity of the Bidder/Consortium Member/Joint Venture, the Technical Capacity and Financial Capacity of their respective Associates/Combained Capacities shall also be considered. Lead Member must own 51%. (ii) A consortium/Joint Venture shall have registered agreement wherein roles and responsibilities of Consortium members/joint venture parties clearly mentioned. The aforesaid mentioned agreement should be submitted along with

Legal Terms & Conditions  
NOTICE INVITING TENDER 1. Department Name : Guntur Municipal Corporation 2. Circle / Division : Municipal Commissioner, Guntur Municipal Corporation 3. Tender Number : ET No.140/2023-24, Item.No.08 4. Name of work : General Fund- 2023-24-Construction of CC Drains and RCC culverts at Joseph Nagar , Lakshmi Nagar, Nethaji Nagar all Main Roads and Internal Cross Roads in Div No.25 under AE-3 Section. 5. Estimated contract value : Rs.1,11,43,227/- 6. Period of Contract : 6 Months 7. Form of Contract : Lump sum 8. Tender Type : Open 9. Tender Category : Works 10. EMD/ Bid Security : Rs.1,11,432/- 11. EMD/ Bid Security payable to : E.M.D. to be paid at 1% of the estimated contract value of work in the shape of Bank Guarantee in favour of Commissioner, Guntur Municipal Corporation 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 Commissioner, Guntur Municipal Corporation 12. Bid document download start date & time : - -2024 11:00 AM 13. Bid document closing date & time : - -2024 3:15 PM 14. Pre-qualification/ Technical bid Opening Date Qualification and Eligibility stage) : - -2024 3:30 PM 15. Price bid opening Date (Financial Bid Stage) : - -2024 4:00 PM 16. Place of Tender opening : O/o. Commissioner, Guntur Municipal Corporation 17. Officer Inviting bids : Commissioner, Guntur Municipal Corporation 18. Address : O/o. Commissioner, Guntur Municipal Corporation, Guntur 19. Contact Details : 0863-2224202 Eligibility Criteria : Qualification Requirements: 1) Copy of Class-II and above Contractors registration certificate. Registered Civil contractors having registration in appropriate class with Government of Andhra Pradesh as per G.O.Ms.No.94, Dt:1.7.2003 and G.O.Ms.No. 130, Dt:22.5.2007 2) Copy of GST Registration Certificate with Government of Andhra Pradesh. 3) Copy of Permanent Account Number (PAN) card and copy of Proof of Submission latest income tax Returns (ITR-V) 1. Assessed available bid capacity as per formula (2AN-B) should be greater than the estimated Contract value as specified in the Tender Document. 2. The details and certificates are to be furnished as per the proforma available in the tender schedules. 3. The bidder should have satisfactorily completed the value not less than Rs.1,11,43,227/- as a prime Contractor in the similar nature of works (Civil Work) in any one financial year during last ten financial years from 2013-2014 to 2023-2024. 4. The bidder should have executed the following work in any one financial year durning 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 EXPERIENCE: Sl No Description Estimated Qty Unit Minimum Qty required 1 Providing Concrete for Plain/Reinforced Concrete M10 Grade Using 20mm 1560.15 Cum 1560.15 2 Plastering in CM(1:3) 12mm Thick 4610.00 Sqm 4610.00 Note:- 1) PCC/VCC/VRCC/RCC M-10 (Using 20mm) & above are eligible b) 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. 5. The bidder shall fulfill the available bid capacity of 2 AN-B > ECV Where A = Maximum value of civil engineering works executed in its name in any one financial year during the last ten 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 work for which tenders are invited (Months/12) 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 period of completion of the work 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. 1. The tenderer should further demonstrate: i) Availability (either owned or leased) of key and critical equipment. S.No Equipment Type Required Minimum No. Required i) Concrete Mixers 2 ii) Water tankers 2 iii) Tippers 2 iv) Pin Vibrators 2 v) Pan Vibrators 2 ii) EMD in the shape of unconditional and irrevocable Bank guarantee in favour of the Commissioner, Guntur Municipal Corporation in the standard format or �sing 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 Commissioner, Guntur Municipal Corporation. iii) Copy of GST Registration with Government of Andhra Pradesh. iv) Liquid assets by credit facility of not less than amount Rs.55,71,614/- (credit lines by letter of credit / solvency certificate from banks etc.,) v) Copy of Proof of submission of the I.T. Returns (ITR-V) and copy of PAN card. 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 black listed and the contract will be terminated. 4. The successful bidder should pay an amount of 0.04% of ECV in the form of Online Payment in favour of M/s. APTS, Vijayawada at the time of concluding agreement towards corpus fund. 5. Any further information can be obtained from the office of the Commissioner, Guntur Municipal Corporation. 6. Availability of Key Personnel Qualification Minimum Experience Number of persons Graduate Engineer (Civil/Mechanical) 5 2 Diploma Engineer (Civil/Mechanical) 5 2 Reverse Tendering Process: As per G.O.Ms. No. 67 Water Resources (Reforms) Department dated: 16-08-2019 and G.O. Ms. No.50 Water Resources (Reforms) Dept., Dt:15-10-2020 i) Restriction clause like Registration in Andhra Pradesh is relaxed. JV as well as MoU with combined bid capacity permitted to ensure larger participation. ii) All bidders shall self-declare their details under each technical and financial criterion on the e-procurement platform along with an undertaking confirming their compliance with the technical and financial criterion prescribed in the bid document. iii) All bidders shall submit supporting documents for their submittals under each technical and financial criterion. In case of documents found to be defective, incorrect or forged and therefore claim of Qualification is not supported, severe action including forfeiture of EMD shall be taken. iv) Submission of Hard Copies of uploaded Scan copies of Demand Draft / Bank Guarantee towards EMD by participating bidders to the tender Inviting authority before opening of Price Bid is dispensed with. v) Only those bids will be evaluated and considered for comparison to arrive at L1 value and allowed to participate in reverse bidding in whose favour an authorised 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 authorised communication from the bank with regard to issue of the Bank Guarantees/ Demand Draft is sent to the Tender Inviting authority within the stipulated time. vi) All Bank Guarantees uploaded by all Bidders would be verified with the issuing Bank, subsequently and if any uploaded Bank Guarantee is found to be forged or tampered with or fake, then it would be considered as fraud and would be liable for criminal action invariably. vii) The threshold values of Technical and Financial qualification as prescribed by the department shall be displayed to the bidders on the screen of online e-procurement site. The bidders have to submit their details of qualification criterion in prescribed text boxes along with their self-declaration on the fulfillment of qualification criterion prescribed. The system automatically evaluates the qualification details uploaded by the bidders and enable the qualified bidders only to quote for their price bid in the prescribed box for the work. viii) All bidders satisfying pre-qualification criterion as per their submittals and self-declaration on e-procurement site shall quote their price offer. ix) The Price bids of all the bidders shall be opened and the lowest quoted price bid among the qualified bidders in the tender process shall be determined. x) To conduct the reverse tender process at least two bidders would be required. xi) The L1 Price Offer (Initial) shall be the maximum allowable Bid price for the reverse tendering process. xii) Only one round of reverse tendering shall be carried out in which bidders can revise their bids multiple times within the time limits specified. xiii) At the start of the Reverse Tendering process the Maximum Allowable Bid Price will be set and bidders shall submit their bids in an online platform. xiv) Names of the bidders / vendors shall be anonymously masked in the Reverse Tendering process and vendors will be given suitable dummy names. xv) 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. xvi) Only the current L1 bid shall be visible to all bidders who may revise their bids until the end of the process. xvii) Decrements made in each subsequent bid shall not be less than 0.5% of the IBM/ECV uploaded. xviii) The L1 bid may be determined following a period of inactivity of more than 15 minutes of reverse bidding after the initial 3 hour period after closure of the main bidding. xix) Following the determination of the L1 bid, the L1 bidder?s supporting documents under each technical and commercial criterion shall be verified. The reverse tendering process shall be on hold for a maximum period of 24 hours (1 day) while the L1 bidder?s supporting documents are verified. xx) Upon successful verification of the L1 bidder?s supporting documents, the reverse tendering process shall be closed declaring the L1 bidder as ?successful bidder? and the remaining bidders in the process shall be notified as ?unsuccessful? and their respective EMDs shall be refunded. xxi) In case there are discrepancies between the L1 bidder?s declarations under the technical and financial criteria and the supporting documents submitted, the L1 bidder shall be disqualified, his EMD shall be forfeited, he will be removed from the reverse tendering process and the remaining bidders shall be notified of the date and time when the reverse tendering process shall be resumed. xxii) The reverse tendering process shall be resumed with the L2 price as the Maximum Allowable Bid Price. xxiii) Only 15 minutes shall be initially allowed for the remaining bidders to revise their bids, subject to automatic extensions of 15 minutes in case of any reduction in bids recorded in the prior 15 minutes. xxiv) The reverse tendering process shall continue until the determination of a successful bidder. Conclusion of the Reverse Tendering Process:- i) After conclusion of the reverse auction process, the pre-qualification criteria of L1 bidder shall be verified. In case of successful verification of pre-qualification criteria of the L-1 Bidder and if qualified he will be awarded the contract and the EMDs of unsuccessful bidders shall be refunded. ii) If any variation is noticed between the up loaded documents, information furnished in the given templates in respect of both technical and commercial prequalification criteria and the self-declaration submitted by the bidder, the bidder will be suspended from participating in the tenders on e-procurement platform for a period of 3 years. If any of the documents furnished by the bidder are found to be false / fabricated / bogus, at any time the bidder will be black listed and the EMD will be forfeited. iii) In case of the L1 bidder being disqualified, the Department reserves the right to restart the reverse auction process with the L2 price of the concluded reverse auction as the start/ maximum bid price OR to restart the entire tendering process from the NIT Stage. In either case, the date and time of the subsequent process shall be communicated to the remaining bidders. iv) e-procurement corpus fund: An e-procurement corpus fund of Rs.10,000/- administered by APTS has to be paid by the successful bidder in online in favour of Managing Director, AP Technological Services, Vijayawada at the time of concluding the agreement. Joint Venture / Consortium Conditions A Bidder may be a natural person, private entity, government-owned entity or any combination of them with a formal intent to enter into an agreement or under an existing agreement to form a Consortium/Joint Venture. For an applicant / bidder can submit the Bid either individually or form a consortium. In case the Bidder is a Consortium/Joint Venture, it shall, comply with the following additional requirements. (i) The number of members (incorporated under The Companies Act, 2013) in a Consortium /Joint Venture would be limited to 2 (Two) members. The Members of the Consortium/Joint Venture shall nominate one member as the lead member (the ?Lead Member?). ?The lead member? and ?the other members? are to be defined their roles and responsibilities clearly in the agreement. Inc omputing the Technical Capacity and Financial Capacity of the Bidder/Consortium Member/Joint Venture, the Technical Capacity and Financial Capacity of their respective Associates/Combained Capacities shall also be considered. Lead Member must own 51%. (ii) A consortium/Joint Venture shall have registered agreement wherein roles and responsibilities of Consortium members/joint venture parties clearly mentioned. The aforesaid mentioned agreement should be submitted along with

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH GUNTUR GUNTUR WEST GUNTUR-II GUNTUR

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 15/03/2024 03:50 PM
2 Commercial Stage 15/03/2024 04:00 PM PQ Stage
3 TQ Stage 15/03/2024 04:30 PM
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