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 749317 Enquiry/IFB/Tender Notice Number 01/Commissioner, H&T/2024-25, Dated: 21.08.2024
Name of Work Construction of Unity Mall in 5.00 Acres of land at Survey No.426/2 of Madhurawada Revenue Village, Visakhapatnam Rural Mandal, Visakhapatnam District. Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 1,09,11,92,006
Bid Submission Closing Date 09/09/2024 03:00 PM Tender Evaluation Type Price Bid EPC

Enquiry Particulars  
Department Name AP INDUSTRIAL INFRASTRUCTURE CORPORATION LIMITED
Circle/Division AP INDUSTRIAL INFRASTRUCTURE CORPORATION LIMITED-Chief Engineer Office -A
Tender ID 749317
IFB No / Tender Notice Number 01/Commissioner, H&T/2024-25, Dated: 21.08.2024
Name of Project Unity Mall
Name of Work Construction of Unity Mall in 5.00 Acres of land at Survey No.426/2 of Madhurawada Revenue Village, Visakhapatnam Rural Mandal, Visakhapatnam District.
Estimated Contract Value(INR)
₹ 1,09,11,92,006  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 24
Type of Work Buildings
Bidding Type OPEN
Bid Call (Numbers) 1
Tender Category WORKS
Currency Type (INR)
Default Currency Indian Rupee - INR
Evaluation Type Price Bid EPC
Evaluation Criteria Based on Price
Form Of Contract EPC and L.S
Applicable
Reverse Tendering Applicable

Transaction Fee Details  
29500 (INR)

Tender Dates
Bid Document Download Start Date & Time 21/08/2024 09:00 PM
Bid Document Download End Date & Time 09/09/2024 01:00 PM
Bid Submission Closing Date & Time 09/09/2024 03:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Commissioner of Handlooms & Textiles
Bid Opening Authority Commissioner of Handlooms & Textiles
Address O/o The Commissioner of Handlooms & Textiles, IHC Corporate Buildings, Mangalagiri, Guntur District Andhra Pradesh, Pin:522503
Contact Details 7075546542
Email s.manibhaskar@gov.in

Bid Security Details  
Bid Security (INR) Rs.10912000.00
Bid Security In Favour Of Online Payment
Mode of Payment Online Payment,Challan Generation

Process Fee Details
Process Fee Process Fee Payable To
25000.00(INR) Online Payment

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Scanned copy of payment towards Processing Fee COMMON Mandatory
2 Scanned copy ofproof of online payment of EMD COMMON Mandatory
3 Copy of Contractors valid Registration under appropriate Class with State/Central Government departments and undertakings. COMMON Mandatory
4 Self Declaration cum Undertaking in the prescribed format COMMON Mandatory
5 Copy of Provident Fund registration. COMMON Mandatory
6 Copy of latest IT returns filed along with copy of PAN card. COMMON Mandatory
7 Copy of GST Registrationas per GST act 2017. COMMON Mandatory
8 Value of Civil Engineering works executed in the last five financial years or current financial year in the bidders name in Statement-I with supporting certificates. COMMON Mandatory
9 Details of Group of similar works (Civil and Electrical separately) executed by the bidder as Prime Contractor (in the same name) in any one year during the last five years, not earlier than April 2019 showing year wise break up of value of work executed in Statement-II with supporting documents COMMON Mandatory
10 Quantities of work executed as Prime Contractor (in the same name) in any one year during the last five financial years or current financial year - in Statement- III with supporting certificates. COMMON Mandatory
11 Details of existing commitments i.e., works on hand and works for which tenders are submitted in Statement-IV with Supporting Certificates. COMMON Mandatory
12 Availability of key / critical equipment as specified in Statement-V COMMON Mandatory
13 Availability of Key personnel in Statement-VI. COMMON Mandatory
14 Litigation history in Statement -VII. COMMON Mandatory
15 Proof of liquid assets in the shape of Solvency certificates etc., for the required amount. COMMON Mandatory
16 Transaction fee by way of Electronic Payment Gateway COMMON Mandatory
17 List of certificates enclosed in Statement -VIII COMMON Mandatory
18 Copy of Contractors valid Registration under appropriate Class-I Electrical with State/Central Government departments and undertakings. COMMON Mandatory
19 Copy of Grade A Electrical license issued by A.P. Electrical Licensing Board. COMMON Mandatory
20 JV Agreement (if applicable as referred in Tender Document) COMMON Mandatory

General Terms and Conditions / Eligibility  
QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID. I) To qualify for opening the Price Bid, the bidders in their name should have a) G.O.MS No 178,I&CAD dated 27-9-1997 : Special Class (Civil) b) G.O.MS No 132,T,R&B dated 11-8-1998 : Special Class (Civil) c) G.O.MS 8, T, R&B dated 8-1-2003 : Special Class (Civil) d) G.O.MS No 94, I&CAD dated 1-7-2003 : Special Class (Civil) e) Contractors with valid registration in appropriate class i.e., Class-I (Electrical) in Central government, other State government departments and undertakings in accordance with the G.O.MS No 94, I&CAD Dated: 1-7-2003. AND f) Contractor should posses Grade ?A? Electrical license issued by A.P.Electrical Licensing Board. Contractors registered in appropriate class in Central government, other State government departments and Govt. undertakings are eligible. Other conditions and further information related to tender notice may be obtained on ?e? procurement market place at https://tender.apeprocurement.gov.in wherein select Department as ?AP Industrial Infrastructure Corporation Ltd.? II) Valid provident fund registration Eligibility Criteria for opening Bid at various Stages A) Stage ? I : Pre-Qualification : The Bidder has to submit the following documents through online for making himself to qualify in this Stage. 1) Processing fee of Rs.25,000/- shall be paid online in so mentioned Account in Tender Document. The scanned copy of the payment slip shall be uploaded. 2) Rs.1,09,12,000/- towards EMD shall be paid online. The scanned copy of payment towards EMD shall be uploaded. 3) Original scan copy of Self declaration cum Undertaking shall be uploaded as per tender conditions. 4) All the Bidders shall invariably upload all the scanned copies of certificates / documents related to Experience and mandatory documents as per check list, payment proof towards EMD and Processing fee. 5) The Department carryout technical bid evaluation solely based on the uploaded certificates/ Documents, and payments proofs towards EMD and Processing fee in the eprocurement system a) Technical Eligibility : The Bidder has to fulfill all the conditions as per Instruction to Tenderers b) Commercial Eligibility : The Bidder has to fulfill all the conditions as per Instruction to Tenderers All Bidders has to satisfy Pre-Qualification & Technical Qualification criteria as per their submittals and self-declaration cum Undertaking on eProcurement site. The price bids of the responsive bidders are opened after finalization of Technical Bid and proceed further for reverse auctioning. B) Stage - III : Technical Qualifying Commercial eligibility: 1) Evidence of satisfactorily completion of Group of similar nature of works of value not less than Rs.2221.79 Lakhs (current price level) in any one year during the last 5 (five) years not earlier than April 2019 OR current financial year shall be executed by the bidder. The experience certificate should mandatory adhere to the following. AND Group of similar Electrical Works with a total value not less Rs.506.18 Lakhs (at current price level) in any one year during last five years, not earlier than 2019. OR current financial year shall be executed by the bidder. The experience certificate should mandatory adhere to the following. i) The experience certificates issued by the Executive Engineer concerned and countersigned by the Superintending Engineer showing work wise / year wise value of work done and date of completion. If it is relating to private works executed, besides supporting self-declaration of the bidder, a similar rank officer or statutory auditor of that employer?s certificate has to be enclosed, with counter signature of a licensed valuer about his verification and correctness. Without compliance to the above, the calculation shown by the bidder simply on bid capacity cannot be considered but for rejection of bid on said requirement ii) The sub-contractors / GPA holders experience shall not be taken into account in determining the bidders compliance with the above qualification criteria. iii) Experience relating to the works executed in State / Central Government Department or State / Central Government undertaking or Private works relating to construction of non-residential buildings etc., as described in the note below shall only be considered. Note: In the Similar Works refers to Construction of CIVIL BUILDING (other than residential buildings) WORKS EXECUTED ANY WHERE IN INDIA viz., INSTITUTIONAL BUILDINGS/ IT-PARKSBUILDINGS /CONVENTION CENTRES/ AUDITIOURMS/ MALLS/ MEMORIAL HALLS with annexed greenery/ Land-scaping and not any other construction. 2) Liquid assets / credit facilities of not less than Rs.1363.99 Lakhs (Credit facility / letter of credit / latest solvency certificate from banks etc.,). The solvency certificate shall not be earlier than one year from the last date for submission of bids from any Scheduled / Nationalized Banks 3) Bid capacity. Bid Capacity (2AN-B)> ECV = >Rs.10911.92 Lakhs a) Bid capacity computed by the formula (2AN-B) must be greater than estimated value put to tender (ECV). While calculating for JV Bids , the conditions laid at 3.2 prevail b) The bidder who meets the above qualification criteria and whose available bid capacity is more than the estimated contract value (ECV) will be qualified for opening of Price bid. The available bid capacity will be calculated as under: c) Available Bid Capacity:2AN-B. Where, A= Maximum Value of Civil Engineering works executed in its name in any one FY during the last 5 Financial Years ( updated to current price level) or current financial year taking into account the works completed as well as works in progress Note: The ?A? value(maximum) of Civil Engineering works concerned, it invariably requires certification by the Superintending Engineer/ Executive Engineer concerned of what were the works executed in any one out of last five financial years. If it is relating to private works executed, besides supporting self-declaration of the bidder, a similar rank officer or statutory auditor of that employer?s certificate has to be enclosed, with counter signature of a licenced valuer about his verification and correctness. Without compliance to the above, the calculation shown by the bidder simply on bid capacity cannot be considered but for rejection of bid on said requirement?.. N= Number of years prescribed for completion of the work for which tenders are invited [24 months / 12]. B= Updated value ( at current price level ) of all existing commitments ie Ongoing works, works likely to be awarded to be executed during the period of completion of the work for which tenders are invited Note: 1) The ?B? value as to the existing commitments and ongoing works concerned, it invariably requires certification by the Superintending Engineer/ Executive Engineer concerned. If it is relating to private works executed, besides supporting self-declaretion of the bidder, a similar rank officer or statutory auditor of that employer?s certificate has to be enclosed, with counter signature of a licensed valuer about his verification and correctness. Without compliance to the above, the calculation shown by the bidder simply on bid capacity cannot be considered but for rejection of bid on said requirement?. In case the bidder submits that there are no existing commitments and ongoing works anywhere in the country, he shall file an affidavit to that effect duly notarized with undertaking for criminal prosecution if anything found in the affidavit information is untrue besides right of the employer to terminate the contract and for other legal recourse. 2) The chartered accountant certificate of the financial capacity shall confine to the civil construction other than residential works eligible supra and not any other. 3) The financial capacity / qualification criteria of the bidders shall be 5/1 years respectively in relation to financial value of similar works executed in one out of the previous five years on qualification criteria. d) Annual turnover( clearly indicating the Value of Civil Engineering Works), cost of completed works and balance works on hand etc., shall be updated by giving weight age of 10% per year to bring them to current price level. Note: 1) Satisfactorily completed works with more than 90 % of the value of the work has been completed and duly certified by the authority concerned, it invariably requires certification by the concerned Superintending Engineer/ Executive Engineer. 2) If it is relating to private works executed, besides supporting self-declaration of the bidder, a similar rank officer or statutory auditor of that employer?s certificate has to be enclosed, with counter signature of a licensed valuer about his verification and correctness. 3) Without compliance to the above, the calculation shown by the bidder simply on bid capacity cannot be considered but for rejection of bid on said requirement?. e) No relaxation will be given to any of the qualification criteria Technical Eligibility 1) Executed the following minimum quantities of work in any one year during the last five years or current financial year: Sl. No. Description of Item of work Minimum Quantity required Declared Value Declared value in which particular year Without JV With JV Lead Members Total a) Earth work : 23130 Cum b) PCC / VCC / VRCC (Any other concrete works) : 6026 Cum c) Reinforcement Steel : 561 MT d) Structural Glazing : 877 Sqm e) HVAC : 111 TR f) Passenger Lifts (6 persons and above capacity) : 2 Nos. g) Transformers (500 KVA) and above : 1 No. 2) Availability of (Either own or leased-with written proof of owning with registration or written lease agreement as the case may be) for the following key and critical equipment for the work Sl. No. Equipment Type and Characteristics Minimum required Declared 1) Hydraulic Excavator : 1 No 2) Pin vibrator 40mm : 4 Nos. 3) Pan vibrator 40mm : 4 Nos. 4) Front end loader 1 cum : 2 Nos. 5) Batching Plant 20 Cum per hr. : 1 No. 6) Dozer : 2 Nos. 7) Tippers : 4 Nos. 8) Transit Millers 6Cum capacity : 2 Nos. 9) Water tanker 6 KL : 4 Nos. 10) QC Lab with all necessary equipment : 1 No Note: 1) Availability of (Either own or leased-with written proof of owning with registration or written lease agreement as the case may be and in case of lease, the lease period shall be for a period not less than 24 months covering the contract period to count from date of LOA followed by contract agreement and with a provision that in case of any extensions of time of completion the lease shall be under taken to be extended till completion & commissioning. 2) The bidder should produce ownership certificate / lease certificate in proof of having in possession of requisite equipment and other T&P as specified for carrying out the work duly certified by an officer of the Government Department not below the rank of an Executive Engineer, it invariably requires certification by the Superintending Engineer/ Executive Engineer concerned of what were the works executed in any one out of last five financial years. If it is relating to private works executed, besides supporting self-declaration of the bidder, a similar rank officer or statutory auditor of that employer?s certificate has to be enclosed, with counter signature of a licensed valuer about his verification and correctness. Without compliance to the above, the calculation shown by the bidder simply on bid capacity cannot be considered but for rejection of bid on said requirement 3) Availability of Key Technical Personnel: a) Graduate Engineer (Civil-2 Nos. & Electrical-2 Nos.) : 4 Nos. b) Diploma holder with adequate experience : 2 Nos. Note: 1) Aavailability of the above Key personnel: must be the full time employees and out of them at least 20% must be having experience in Quality control. 2) In civil engineering infrastructure works, the main drawback is non-availability of skilled labour. Hence precautions have to be taken to upgrade the skills of the skilled personnel to the levels in such a way that, the construction of any infrastructure should be in a smooth finish. Sometimes, though the quality is good, the works are being attracted Vigilance cases due to poor workmen ship. Resulting the engineering officials are facing the Vigilance cases. In other side of coin, though recoveries, and also actions proposed against officials, the object is defeated. Hence, it is dire necessity to improve the skills of skilled labour and other personnel as a precautionary measure in the contract works and the Contractor concerned must be instructed by necessary conditions of the agreement to give training needed of the workers in the skilled works (by the G.O.Ms.No.27(TR&B(R-III) Dept., dt.29-06-2015, provision also made of 0.1% towards NAC). 4) Other Documents as per Tender Document Sl. No. Description Yes/ No Page No 1 All Other mandatory documents mentioned in check list of the Tender Document are furnished III) Joint Ventures are allowed. Joint Venture Conditions as per Tender Document. IV) Tenders with an excess of above 5% of the estimated contract value shall be summarily rejected. V) For tenders up to 15% less than the estimated contract value of work, no additional security deposit is required. But for tenders less than 15% of the estimated contract value of work, the difference between the tendered amount and 85% of the estimated contract value, shall be paid by the successful tenderer at the time of concluding agreement as an additional security to fulfil the contract through a Demand Draft or Bank Guarantee on a Nationalized/Scheduled Commercial Bank in the prescribed format valid till completion of the work in all respects.

General Technical Terms and Conditions (Procedure)  
General Terms & Conditions The following certificates, documents etc., are to be scanned, uploaded and attached online on to the e-procurement platform at www.apeprocurement.gov.in and Reverse Tendering eAuction will be held in in this website. a) Copy of Contractor?s valid registration certificate under appropriate class with any State or Central Government Departments and undertakings. b) Copy of valid Provident Fund registration c) Copy of Latest IT returns filed along with copy of PAN. d) Copy of GST registration in AP e) Value of works executed in the last five financial years or current financial year in the tenderers name in Statement-I along with supporting certificates. f) Details of Group of similar works (Civil & Electrical separately) executed by the bidder as Prime Contractor (in the same name) in any one year during the last five years, not earlier than April 2019 showing year wise break up of value of work executed in Statement-II with supporting documents. g) Quantities of work executed as Prime Contractor (in the same name) in any one year during the last five financial years or current financial year - in Statement- III with supporting certificates. h) Details of existing commitments i.e., works on hand and works for which tenders are submitted in Statement-IV with Supporting Certificates. i) The availability of Key / critical construction / quality control equipment in Statement-V. j) The availability of Key personnel in Statement-VI. k) The information on litigation history in Statement-VII. l) Proof of Liquid assets in the shape of Solvency certificate for the required amount m) Scanned copy of online payment of EMD ( As indicated in NIT) n) Scanned copy of payment towards processing fee (As indicated in NIT) o) Self Declaration cum undertaking in the prescribed format Processing Fee (Non Refundable): Rs.25,000/- (including GST) to be paid through online only. p) Copy of Contractor?s valid Registration under appropriate Class-I Electrical with State/Central Government departments and undertakings. q) Copy of Grade ?A? Electrical license issued by A.P. Electrical Licensing Board. Note: 1) The tenderer shall be required to furnish a declaration in online stating that the soft copy supplied by them are genuine. Any incorrectness / deviation noticed will be viewed seriously and apart from cancelling the work duly forfeiting the EMD, criminal action will be initiated including suspension of business. 2) The processing fee and transaction fee neither be refunded nor adjusted, under any circumstances. 3) In technical bid the tenderers shall furnish the credentials by a declaration as per the Proforma under Check list Annexure I duly supported with proof of evidence of all the above certificates. 4) The price bid of those tenderers who fulfill the qualification criteria will only be opened and considered for award of work. 5) The Commissioner of Handlooms & Textiles, IHC Corporate Buildings, Mangalagiri, reserve the right to reject any or all the tenders or to accept any tender wholly or in part without assigning any reason whatsoever

Legal Terms & Conditions  
As per Tender Document

Procedure for Bid Submission  
Procedure for Bid Submission


Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 09/09/2024 03:30 PM
2 Commercial Stage 12/09/2024 11:00 AM PQ Stage
3 TQ Stage 13/09/2024 10:00 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 EPC Templates Standard No N/A


| View Tender Documents