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 732965 Enquiry/IFB/Tender Notice Number 37/2023-24/AHUDA
Name of Work AHUDA - Ananthapuramu Rural - Construction of Storm Water Drain from Basavataraka Nagar to Hydervali House in Papampeta Village of A Narayanapuramu GP in Ananthapuramu Rural Mandal Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 93,37,460
Bid Submission Closing Date 28/03/2024 04:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name ANANTAPURAMU HINDUPUR URBAN DEVELOPMENT AUTHORITY
Circle/Division ANANTAPURAMU HINDUPUR URBAN DEVELOPMENT AUTHORITY-VC, AHUDA
Tender ID 732965
IFB No / Tender Notice Number 37/2023-24/AHUDA
Name of Project Developmental work
Name of Work AHUDA - Ananthapuramu Rural - Construction of Storm Water Drain from Basavataraka Nagar to Hydervali House in Papampeta Village of A Narayanapuramu GP in Ananthapuramu Rural Mandal
Estimated Contract Value(INR)
₹ 93,37,460  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 6
Type of Work Drainage Work
Bidding Type OPEN
Bid Call (Numbers) 1
Tender Category WORKS
Currency Type (INR)
Default Currency Indian Rupee - INR
Evaluation Type Percentage
Evaluation Criteria Based on Price
Form Of Contract L.S
Not Applicable
Reverse Tendering Not Applicable

Transaction Fee Details  
3306 (INR)

Tender Dates
Bid Document Download Start Date & Time 14/03/2024 12:30 PM
Bid Document Download End Date & Time 28/03/2024 04:00 PM
Bid Submission Closing Date & Time 28/03/2024 04:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids The Vice Chairperson,AHUDA,Ananthapuramu
Bid Opening Authority The Vice Chairperson,AHUDA,Ananthapuramu
Address The Vice Chairperson,AHUDA,Ananthapuramu
Contact Details 9381915699
Email vcahuda@gmail.com

Bid Security Details  
Bid Security (INR) Rs.93375.00
Bid Security In Favour Of The Vice Chairperson,AHUDA,Ananthapuramu
Mode of Payment Online Payment,Challan Generation

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Contractor Registration Certificate COMMON Mandatory
2 EMD Paid through Online COMMON Mandatory
3 APTS Transaction fee COMMON Mandatory
4 Annual turnover Certficate certified by CA or issued by Executibg Authority along with balance sheet COMMON Mandatory
5 Any other documents required as per tender schedule COMMON Mandatory
6 Certficate 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 year in which the tender is involved COMMON Mandatory
9 Copy of liquid assets /credit facilities/ Solvency certificates. COMMON Mandatory
10 Copy of PAN Card along within 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 AP GST Registration 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  
Eligibility Criteria: 1) (A) Civil contractor having 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, Water Resources Department, Dated:16-08-2019. Completion Period: 06 months. (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 intending bidder can be individual only, Joint venture is not allowed. 3) Copy of GST Registration Certificate with Government of Andhra Pradesh. If not, the successful bidder should get the GST registration in AP, and it should be submit before concluding Agreement. 4) Copy of 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 as specified in the Tender Document. 6) The details and certificates are to be furnished as per the proforma available in the tender schedules. Eligibility Criteria: To qualify for award of the contract, each bidder in its name should have in the last 10 years Satisfactory completed as a prime contractor of similar works 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. 93,37,460.00 The bidder should have satisfactorily completed the value not less than Rs. 93,37,460.00as a prime Contractor in the similar works in any one financial year during last ten financial years ending with 31-03-2023. 7) The bidder should have executed the following work 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 Estimated Qty. Unit Minimum Qty. required 1 HYSD Steel 26320 kgs 26320 2 M15 Grade Concrete & Above 550.83 Cum 550.83 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. 8) The bidder (Combinedly in case of JV) shall fulfill the available bid capacity of 2 AN-B > ECV =Rs. 93,37,460.00 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 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 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) JCB/Excavator - 70/100 Ton - 1 No ii) Water Tanker ? 2 KL 2 Nos iii) Tractor/Tipper - 6 Cum 2 Nos iv) Concrete Mixer ? 2 Cum 1 Nos v) Pin Vibrator ? 25mm - 2 Nos ii) EMD in the shape of Bank Guarantee in favour of Vice Chairperson, AHUDA, Anantapuramu 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 Chairperson, AHUDA, Anantapuramu iii) Copy of GST Registration with Government of Andhra Pradesh. Iv) Liquid assets by credit facility of not less than amount of Rs. 46,68,730 (credit lines by letter of credit / solvency certificate from banks etc. iv) 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 Transaction fee 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 Anantapuramu AHUDA the time of concluding agreement towards corpus fund. 5. Any further information can be obtained from the office of the Vice Chairperson, AHUDA, Anantapuramu Availability of Key Personnel Qualification Minimum Experience Number of persons Graduate Engineer (Civil) 3 2 Nos Diploma Engineer (Civil) 3 2 Nos General Terms & Conditions: 1. Bids are invited on the ape-procurement for the above mentioned work from the Civil contractor having registration in appropriate eligible class as per the G.O. Ms. No 94, I&CAD, Dated: 01-07-2003 and may be relaxed as per G.O. Ms. No 67, Water Resources Department, Dated:16-08-2019. 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. 9) Approximate Estimate Contract Value of work Rs. 93,37,460.00 2. 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. 3. EMD for Rs.93,375.00 to be paid Through Online 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 Chairperson, AHUDA 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 Chairperson, AHUDA, Anantapuramu before entering into agreement. Failure to furnish the documents before entering into agreement will entail rejection of bid and black listing. 4. Period of completion of work: 06 Months. 5. The bidders can view/ down load the tender documents from the ?e? market place. 6. Form of contract ? Lump sum contract. 7. Issue of tender Documents : As per NIT 8. Date and time of Receipt of Tenders : As per NIT 9. Time and date of opening of Tenders: a) Technical Bids : As per NIT b) Price Bid : As per NIT Document details S. No. Document Name Document Type 1 Registration Certificate Mandatory 2 EMD paid through online payment only. Mandatory 3 Transaction Fee Payable to APTS Mandatory 4 Annual Turnover certificate certified by CA or issued by Executing Authority along with balance sheet. Mandatory 5 Any other documents required as per Tender Schedule. Optional 6 Certificate in support of existing commitment. Mandatory 7 copy of declaration stating that the softcopies uploaded by them are genuine Mandatory 8 copy of information regarding any litigation with Govt. during the last ten years, in which the tenderer is involved Mandatory 9 copy of liquid assets / credit facilities / solvency certificate Mandatory 10 Copy of PAN Card along with latest Income Tax clearance certificate Mandatory 11 Experience certificate Within the Block Period in support of Quantities executed. Mandatory 12 Certificate of availability of key personnel. Mandatory 13 Similar Work Completed Within the Block Period experience certificate. Mandatory 15 A.P. GST Registration Mandatory 16 Scanned copy of declaration on critical equipment owned/leased on non-judicial stamp paper of Rs. 100. Mandatory Liquid Assets/Credit Facilities Possessed : Rs. 46,68,730.00 Bid Capacity Required: : Rs. 93,37,460.00

General Technical Terms and Conditions (Procedure)  
As Per NIT

Legal Terms & Conditions  
As Per NIT

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH ANANTHAPUR Ananthapuramu Rural Rapthadu ANANTAPUR

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 28/03/2024 05:00 PM
2 Commercial Stage 28/03/2024 05:15 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