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 738814 Enquiry/IFB/Tender Notice Number e-Procurement Tender Notice No. 2/TO/2024-25, Dated: 20-06-2024
Name of Work Construction of Primary Health Centre at Kesanapalli in Malkipuram Mandal in Konaseema District (5th Call) Tender Category WORKS
Tender Type OPEN Estimated Contract Value ₹ 1,41,12,806
Bid Submission Closing Date 09/07/2024 05:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name R&B
Circle/Division R&B-SE R&B KAKINADA
Tender ID 738814
IFB No / Tender Notice Number e-Procurement Tender Notice No. 2/TO/2024-25, Dated: 20-06-2024
Name of Project Construction of Primary Health Center building at Kesanapalli in Malkipuram Mandal in Konaseema District (5th call)
Name of Work Construction of Primary Health Centre at Kesanapalli in Malkipuram Mandal in Konaseema District (5th Call)
Estimated Contract Value(INR)
₹ 1,41,12,806  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 12
Type of Work Buildings
Bidding Type OPEN
Bid Call (Numbers) 5
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
Normal/Emergency Type

Transaction Fee Details  
4996 (INR)

Tender Dates
Bid Document Download Start Date & Time 25/06/2024 05:00 PM
Bid Document Download End Date & Time 09/07/2024 05:00 PM
Bid Submission Closing Date & Time 09/07/2024 05:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Superintending Engineer (R&B) Circle Kakinada
Bid Opening Authority Superintending Engineer (R&B) Circle Kakinada
Address R&B Circle, Kakinada
Contact Details 08842366212
Email serbkkd@yahoo.co.in

Bid Security Details  
Bid Security (INR) Rs.141128.00
Bid Security In Favour Of EMD to be paid in the shape of BG in favour of Superintending Engineer R and B Circle, Kakinada or using net banking RTGS/NEFT from registered bank accounts or using credit card or debit card
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 COMMON Mandatory
3 Transaction Fee Details COMMON Mandatory
4 Copy of PAN card along with a copy of latest Income Tax returns submitted along with proof of receipt COMMON Mandatory
5 GST registration certificate COMMON Mandatory
6 Details of civil engineering works executed during the last five financial years on the tenderers name in statement - I with supporting certificates COMMON Mandatory
7 Details of similar works (i.e., building work) completed as prime contractor or his identified sub contractor during the last five financial years in statement - II with supporting certificates. COMMON Mandatory
8 Quantities of works executed in building works as prime contractor (in the same name) during the last five financial years in statement- III with supporting certificates COMMON Mandatory
9 Details of existing commitments i.e., works on hand and works for which tenders are submitted in statement - IV with supporting certificates COMMON Mandatory
10 Availability of critical equipment in statement - V COMMON Mandatory
11 Scanned copy of declaration on critical equipment on non-judicial stamp paper worth of Rs.100/- COMMON Mandatory
12 Proof of owning QC lab or having tie up with an established quality control laboratory along with equipment required as per NIT COMMON Mandatory
13 Availability of key personnel in statement - VI COMMON Mandatory
14 Litigation history in statement - VII COMMON Mandatory
15 Declaration in on line stating that the soft copies uploaded by them are genuine COMMON Mandatory
16 Any other documents required as per Bid document COMMON Mandatory
17 Proof of liquid Assets in the shape of Solvency certificates etc., for the required amount. The solvency certificate should not be earlier than one year from last date of submission of bids COMMON Mandatory
18 The contractor or his identified sub contractor should possess required Class-III registration for executing Sanitary and Water Supply work COMMON Mandatory
19 The contractor or his identified sub contractor should possess required Class-I registration for executing Electrical Engineering works COMMON Mandatory
20 Copy of certificate issued by Executive Engineer for critical equipment owned / Decl on NJS paper Rs.100 or lease with proof one year from last date of submission of bids COMMON Mandatory

General Terms and Conditions / Eligibility  
e-Procurement Tender Notice No. 2/TO/2024-25, Dated: 19-06-2024 1. Tenders for the work mentioned below are invited from the Contractors / Contracting firms registered with Government of Andhra Pradesh. 1) Name of the work : Construction of Primary Health Centre at Kesanapalli in Malkipuram Mandal in Konaseema District (5th Call) 2) Estimate contract value of work put to tender : Rs. 1,41,12,806/- 3) Period of completion of work : 12 Months 4) Form of contract/class of contractor eligible : 1. G.O.MS No 94, I&CAD dated 01-07-2003- Class ? Class-II AND ABOVE (Civil) 2. G.O.MS No .130 I & CAD (PW reforms) department, dated.22.05.2007 ? Class-II AND ABOVE (Civil). Note: Eligibility criteria to be adopted are considered as per G.O.Ms.No.73, I&CAD, Dept., Dt. 27-6-2009 4a) Joint Venture : Not Allowed. 5) Tender Type : LS 6) Bid Call (Nos.) : 5th Call 7) Defect Liability Period (after successful completion of work in all respects) : 24 Months 8) Type of Quotation : The price is to be quoted for work. Evaluation for arriving at the single successful bidder will be carried out through reverse tendering process as detailed in the bid documents. 9) Transaction Fee : Rs.4996/- The participating bidders will have to pay transaction fee to M/s MD AP TS Pvt. Ltd., Vijayawada. It is mandatory for the bidders to pay the transaction fee through the Electronic payment Gateway. 10) E.M.D. to be paid at 1% of the estimated contract value of work (1) In the shape of Bank Guarantee in favour of Superintending Engineer(R&B), KAKINADA to be valid for 6 months from the date of NIT obtained from nationalized bank or any Scheduled commercial bank. or (2) By using Net Banking / RTGS / NEFT from their registered bank account only or using Credit Card / Debit Card from Nationalised Bank or any Scheduled commercial bank. : Rs. 1,41,128/- 11) Bid Document Downloading Start Date : 25.06.2024 @ 5.00 PM 12) Bid Document Downloading End Date : 09.07.2024 @ 5.00 PM 13) Last Date & Time for Receipt of Bids : 09.07.2024 @ 5.30 PM 14) PQ Stage Date & Time : 09.07.2024 @ 6.00 PM 15) Conformation from the Banks on issue of Bid Security in the shape of the BG/DD : An authorized communication or a letter or a scanned and uploaded copy of that letter on e-procurement Website or an e-mail from the issuing bank or any authorized communication from the bank with regard to issue of the Bank Guarantees/Demand Draft is sent to the Tender Inviting authority before Commercial Stage. 16) Commercial Stage Date & Time : 11.07.2024 @ 11.00 AM 17) Auction Date & Time (Reverse Auction) : 12.07.2024 @ 2.00 PM 18) TQ Stage Date & Time : 15.07.2024 @ 11.00 AM 19) Bid Validity Period : 90 Days 20) Tender inviting authority ie Officer inviting bids and opening the bids : Superintending Engineer (R&B), Circle: Kakinada 21) Agreement concluding authority : Superintending Engineer (R&B), Circle: Kakinada 2. a) The bidders need to contact the Superintending Engineer (R&B), Circle: KAKINADA for information on e-procurement. b) The bidders need to register on the electronic procurement market place of Government of Andhra Pradesh, that is, www.apeprocurement.gov.in. On registration on the e-procurement market place they will be provided with a user ID and password by the system using which they can submit their bids on line. c) While registering on the e-procurement market place, bidders need to scan and upload the required documents as per the tender requirements on to their profile. The e-procurement market place provides an online self-service registration facility to such of the contractors who are already registered with respective participating departments for supply of specified goods and services. As an incentive for early registration, basic registration by suppliers, that allows them to participate in the e-procurement process, shall be enabled on the e-procurement market place without levy of any registration or subscription fee up to 31st March 2003 or such later date as decided by the steering committee. However, the e-procurement market place levy charges for such value added services as decided by the steering on the e-procurement as laid down in the G.O.Ms. No. 2, Information Technology and Communication department dated: 15-01-2003. 3. Procedure for Bid Submission a) Tender schedule can be downloaded from the web site: https://tender.apeprocurement.gov.in. b) Intending bidders can contact Superintending Engineer, (R&B) Circle, KAKINADA, Andhra Pradesh Land Line No. 08842366212 for any clarification, information on any working day during working hours. c) The bidder shall submit the bid and all related correspondence in English language only. d) All bidders must fill in the pre-qualification checklist in the templates provided and sign on the self-declaration form stating their compliance with all the technical and financial pre - qualification criteria and up load the same. e) E.M.D. to be paid in the shape of Bank Guarantee in favour of Superintending Engineer, (R&B) Circle, KAKINADA to be valid for 6 months from the Date of NIT, issued by any Nationalized Bank /scheduled Bank in the standard format (or) Using Net Banking / RTGS/ NEFT from registered bank accounts OR using Credit Card / Debit card (i.e., 1% of ECV). f) All bidders must upload all supporting documents in the e- Procurement portal validating their declarations and uploaded in the templates provided for the same under the technical and commercial pre-qualification criteria laid down in the check list. g) The bidders should quote their initial price offer at the prescribed field / place provided in the e-market place within the prescribed period. h) The bidder shall sign on all the documents uploaded by him including EMD along with the self-declaration for fulfilling pre - qualification criteria set by the Department (on the check list) owning responsibility for their correctness / authenticity and upload along with Tender. i) The system shall carry initially the evaluation based on the information furnished in the given templates with regard to both technical and commercial pre-qualification criteria and the declaration up loaded by the bidder. j) The price bids will be opened on the date and time fixed. k) 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 authorized communication or a letter or a scanned and uploaded copy of that letter on e-procurement Website or an e-mail from the issuing bank or any authorized communication from the bank with regard to issue of the Bank Guarantees sent to the Tender Inviting authority within the stipulated time. l) The bidders shall furnish willingness in participating reverse tendering process and an undertaking shall be uploaded to that effect along with submission of initial price offer. m) After identification of the L-1 Initial Price Offer, eligible bidders shall be transferred to the Reverse Auction Platform. (All the bidders to be registered with ?https://www.konugolu.ap.gov.in? for participating in Reverse Tendering). n) The time and date will be displayed for reverse tendering process. o) The Department shall carry out the technical bid evaluation of bidders solely based on the uploaded certificates/documents, BG towards EMD in the e-procurement system.

General Technical Terms and Conditions (Procedure)  
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) Department dated: 15-10-2020. (i) 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. (ii) 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. (iii) 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. (iv) Tenders up to 25% less (-25%) than the estimate may be accepted. Tenders which are less beyond minus 15% {(<-15%)} of the estimate but upto 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 )}. (v) All the bidders shall invariably upload the scanned copies of Demand Draft /Bank Guarentee in e- Procurement system and this will be the primary requirement to consider the bid as responsive. (vi) The Department shall carry out the technical bid evaluation solely based on the uploaded certificates / documents, DD / BG towards EMD/ affidavit, in the e-Procurement system and open the price bids of the responsive bidders and proceed further for reverse auctioning. (vii) The Department will notify the successful bidder for submission of original hard copies of all uploaded documents, DD / BG towards EMD prior to entering into agreement. (viii) The successful bidder shall invariably furnish the original certificates /documents of the uploaded scanned copies to the Tender Inviting Authority, original Bank Guarentee & Demand Draft towards EMD 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 DD / BG towards EMD, certificates /documents, from the successful bidder before the stipulated time. On receipt of documents, the Department shall ensure the genuineness of the DD / BG towards EMD and all other certificates / documents uploaded by the bidder in e-Procurement system in support of the qualification criteria before concluding the agreement. (ix) If any successful bidder fails to submit the original Hard Copies of uploaded certificates / Documents, DD / BG towards EMD within the stipulated time or if any variation is noticed between the uploaded documents and the hard copies submitted by the bidder, the successful bidder will be suspended from participating in the tenders on e-Procurement platform for a period of 3 years. The e-Procurement system would deactivate the user ID of such defaulting successful 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 deter frivolous bidders and to avoid delays in the tender process for execution of the development schemes taken up by the Government. The information to this extent may be displayed in the e- Procurement platform website and all Govt. Dept./Public Sector Units/ Local Bodies/Autonomous Bodies in AP would prevent such bidders from participating in the bidding process (b) To conduct the reverse tender process at least two bidders would be required. (c) The initial period of the Reverse tendering process will start at the stipulated time in the tender document 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) 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. (e) Decrements made in each subsequent bid shall not be less than 0.5% of the IBM/ECV uploaded. Conclusion of the Reverse Tendering Process:- a) After conclusion of the reverse auction process, the pre-qualification criteria of all bidders shall be verified along with additional field verification for the successful bidder. In case of successful verification of pre-qualification criteria of the L-1Bidder, he will be awarded the contract and the EMDs of other successfully verified bidders shall be refunded. b) If any variation is noticed between the uploaded documents and the self- declaration submitted by the bidder, the bidder will be suspended from participating in the tenders on ap 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. c) 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. d) e-procurement corpus fund: An e-procurement corpus fund of Rs.5645/- administered by APTS has to be paid by the successful bidder /L1 Bidder shall pay 0.04% of ECV towards corpus fund through online like payment of Transaction fee. Special conditions 1. The Employer reserves the right to accept or reject any or all the Bids without assigning any reason whatsoever. 2. The dates stipulated in the NIT are firm and under no circumstances they will be relaxed unless officially extended / notified. 3. The Contractors shall submit their Bids online only. For any sort of difficulties or the problems in the internet, web site in submission of tenders, the Employer is not responsible. 4. 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. 5. Tenders up to 25% less (-25%) than the estimate may be accepted. Tenders which are less beyond minus 15% {(<-15%)} of the estimate but upto 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 )}. 6. The Employer reserves the right to cancel the Bids at any time without assigning any reasons. 7. The Contractor should submit a copy of valid GST registration certificate issued by the registration authority. 8. The Contractor should submit copy of PAN card and copy of latest Income Tax return submitted to IT Department along with proof of submission. 9. Any other condition regarding receipt of Bids in conventional method appearing in the Bid documents is to be treated as not applicable. 10. The Contractors should invariably upload the scanned copies of Bid Security and experience certificates and other relevant documents duly signed by them. 11. Bids shall be valid for a period of 3months from the last date of submission of Bids. Before expiry of validity, the authority who called for the Tenderers, shall seek for further extension of validity from the Contractors and in case the validity is not extended by any Contractor, his Bid will not be considered after such expiry and his Bid Security shall be returned. a. The usual procedure of collecting the EMD @ 2.5% (1+1.5%), as per G.O.No.94, I&CAD Department, dated 1-7-2003 shall be restored w.e.f. 1-4-2023 for new works i.e., works for which agreements are concluded on or after 1-4- 2023. b The recovery of FSD @ 7.5% on the value of the work done or any other specific percentage mentioned in the agreement shall be restored for the works for which agreements are concluded on or after 1-4-2023. c. The relief/s provided by this order shall not be made applicable to contracts which are under dispute or wherein arbitration/court proceedings have commenced or are contemplated. Agreements ordered to be closed on mutual consent basis can be given this relief. All the concerned D.D.O.s shall append a certificate to this effect while extending the relief measure/s & the P.A.O.s concerned shall ensure the same prior to releasing the balance EMD /FSD & any deviation will be viewed seriously. d. The relief/s extended vide this order is subject to be revoked/modified, as & when found warranted by the Government. e. The relief/s provided by this order are applicable to the L.S./E.P.C./E.A.P/etc., contracts entered into with agencies/contractors by all Departments, Public Sector Undertakings, Societies, Universities, Local Bodies and all other Institutions of the Government of Andhra Pradesh. 12. Rs.4996/- The participating bidders will have to pay transaction fee to M/s MD APTS, Vijayawada through Online. It is mandatory for the bidders to pay the transaction fee through the Electronic payment Gateway. 13. In case of discrepancy between the Price Bid quoted online and in supporting documents uploaded, the Price Bid quoted in the template provided online only would be considered for evaluation. 14. Bid Price should be quoted online in the specified template. 15. The Contractor is subjected to be disqualified and liable for black listing and forfeiture of Bid Security, if he is found to have misled or furnished false information in the documents submitted in proof of qualification requirement. 16. Even during execution of the work, if found that the Contractor had produced false/fake certificates of experience he will be liable for black listing and the Contract will be liable for termination duly forfeiting Performance Security and all the amounts due to him. 17. Articles of Contract: Successful Contractor/Contractor is to execute Articles of Contract as provided in the Bid Document.

Legal Terms & Conditions  
Eligibility criteria for opening the Price bid: Note: Eligibility criteria to be adopted are considered as per G.O.Ms.No.73, I&CAD, Dept., Dt. 27-6-2009 i) The bidder should have satisfactory completed, as prime contractor in similar nature of original Building works value not less than Rs.35,28,202/- in any one financial year during last five financial years i.e., from 2019 ? 2020 to 2023 ? 2024 (This value will be updated to the year 2024 - 2025 in which the tenders for this work is called duly giving 10% weightage for each financial year. Subcontractors/GPA holders experience shall not be taken into account. ii) The contractor or his identified sub-contractor should possess required Class - III registration for executing Sanitary and Water Supply works and should have executed similar works totaling to Rs.87,334/- at thereof in any one financial year during the last five financial years i.e. 2019 ? 2020 to 2023 ? 2024 (This value will be updated to the year 2024 - 2025 price level. iii) The contractor or his identified sub-contractor should possess required Class - I registration and license for executing Electrical Engineering works and should have executed similar works totaling to Rs.3,63,391/- at thereof in any one financial year during the last five financial years ie 2019 ? 2020 to 2023 ? 2024 (This value will be updated to the year 2024 - 2025 price level. iv) Executed the following minimum quantities in any one financial year during the last five financial years i.e., from 2019 ? 2020 to 2023 ? 2024. The bidder should enclose certificate issued by the Engineer-in-Charge of the State/Central Government Departments undertakings not below the rank of E.E., or equivalent and countersigned by the officer of the rank of Superintending Engineer or equivalent. Sl. No. Item For this work 1 HYSD / Mild Steel for Reinforcement 6.36 MT 2 CC VCC PCC VRCC RCC or Com Qty (other than Slab) 86.85 Cum 3 VRCC RCC or combined Qty (Slab QTY) 118.50 Sqm/ 14.75 Cum 4 RR/CRS Masonry/Brick Masonry/ Reinforced Brick Masonry 48.95 Cum v) Availability (either owned or leased) of the following key and critical equipment. Key Equipment Owned / Leased Sl.No Equipment type and characteristics Minimum Nos required i) Steel centering 1000 sqm ii) Pin Vibrator 2 Nos iii) Pan Vibrator 2 Nos iv) Weigh batch mixers 1 No v) Concrete Mixers 2 Nos a) The tenderer should further demonstrate: Availability [either owned or leased of the above key and critical equipment for this work] The bidder should submit the latest Certificate issued by the Executive Engineer / Invoices for the owned machinery or lease deed along with proof of owning machinery for the leased machinery. Executive Engineer certificate should not be earlier than one year from last date of submission of bids or Self declaration on Non - judicial stamp paper worth Rs 100/- as prescribed in the Statement V of the Bid document along with sufficient proof in support of owning the equipment such as invoice/certificate of Registration by competent authority will be considered. b) In case of lease the tenderer should upload the lease deed executed on Non - judicial stamp paper worth Rs 100/- with work specific along with sufficient proof in support of owning the equipment by the Lessor such as invoice/certificate of Registration. c) Graduate Engineer: 1 No d) Diploma holder: 2 No vi) Liquid assets and / or credit facilities of not less than Rs. 17,64,101/- (Credit facility / letter of credits / Solvency certificates from Nationalised Banks or any scheduled commercial bank etc). The solvency certificate should not be earlier than one year from last date of submission of bids. vii) Bid capacity computed by the formula (2 AN ?B) shall be greater than Half of the estimated contract value. viii) Should possess the key/critical equipment and key technical personnel and liquid assets as shown in the tender documents. ix) The tenders will be opened by the SUPERINTENDING ENGINEER (R&B), CIRCLE: KAKINADA or his nominee at his office. x) The price bids of such tenderers who are determined to have complied with the eligibility criteria will only be opened. xi) If the office happens to be closed on the dates specified above, the respective activity will be performed at the designated time on the next working day without any notification. xii) Any other details can be had from the office of the SUPERINTENDING ENGINEER (R&B), CIRCLE: KAKINADA.

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH KONASEEMA MALIKIPURAM Razole Amalapuram

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 09/07/2024 06:00 PM
2 Commercial Stage 11/07/2024 11:00 AM PQ Stage
3 TQ Stage 15/07/2024 11:00 AM
Stage Form Name Type of Form Supporting Document Required Supporting Document Description View Details
PQ Stage PQ documents required from the vendor Standard No N/A
Commercial Stage Percentage Wise Rate Secure No N/A
TQ Stage Key Critical Equipment Standard No N/A
TQ Stage Previously Executed works Standard No N/A
TQ Stage Work Done as a Prime Contractor Standard No N/A
TQ Stage Key Personnel Standard No N/A
TQ Stage Works On Hand/Tendered Details Standard No N/A
TQ Stage Similar Work Details Standard No N/A
TQ Stage Eligibility Criteria Standard No N/A


View BOQ Item Details | View Tender Documents