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 751613 Enquiry/IFB/Tender Notice Number 03/2024-25/SE-I/EE-IV/VMRDA, Dt:04.09.2024
Name of Work Construction of CC Drains and CD works for development of RC Layout covered at Sector -W in Thangudubilli Village, Anandapuram Mandal, Visakhapatnam District Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 60,61,579
Bid Submission Closing Date 24/09/2024 03:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name Visakhapatnam Metropolitan Region Development Authority
Circle/Division Visakhapatnam Metropolitan Region Development Authority-Superintendent Engineer Office, VMRDA
Tender ID 751613
IFB No / Tender Notice Number 03/2024-25/SE-I/EE-IV/VMRDA, Dt:04.09.2024
Name of Project Construction of CC Drains and CD works for development of RC Layout covered at Sector-W in Tangudubilli Village, Anandapuram Mandal, Visakhapatnam
Name of Work Construction of CC Drains and CD works for development of RC Layout covered at Sector -W in Thangudubilli Village, Anandapuram Mandal, Visakhapatnam District
Estimated Contract Value(INR)
₹ 60,61,579  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 4
Type of Work Civil Engineering Works
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  
2146 (INR)

Tender Dates
Bid Document Download Start Date & Time 04/09/2024 04:00 PM
Bid Document Download End Date & Time 24/09/2024 03:00 PM
Bid Submission Closing Date & Time 24/09/2024 03:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids SE-I, VMRDA, Visakhapatnam
Bid Opening Authority SE-I, VMRDA, Visakhapatnam
Address S.E-I, VMRDA, UdyogBhavan Complex, Siripuram Junction, Visakhapatnam-530003
Contact Details 08912754133
Email sevudavsp@gmail.com

Bid Security Details  
Bid Security (INR) Rs.60650.00
Bid Security In Favour Of The Metropolitan Commissioner, VMRDA
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 EMD COMMON Mandatory
2 Transaction fee details COMMON Mandatory
3 Annual Turnover certificate certified by Chartered Accountant or issued by Executing Authority along with the balance sheet COMMON Mandatory
4 Statement certifying availability of key and critical construction or quality control equipment COMMON Mandatory
5 Statement certifying availability of key personnel for administration or site management and execution technical personnel required for work COMMON Mandatory
6 Details of the existing commitments that are works on hand and works for which tenders are submitted COMMON Mandatory
7 Copy of Permanent Account Number PAN Card and copy Latest Income Tax Returns submitted along with proof COMMON Mandatory
8 Credit facility or letter of credits of solvency certificate from the nationalized banks or any scheduled commercial banks etc COMMON Mandatory
9 Details of similar works completed in the name of the tenderer as prime contractor during the last ten financial years along with the supporting certificates COMMON Mandatory
10 GST Registration COMMON Mandatory
11 Year wise specified quantities executed by the tenderer during the last five financial years along with supporting certificates COMMON Mandatory
12 Any other document required as per NIT COMMON Mandatory
13 Valid contractor Registration certificate of Class-III (Civil) and above COMMON Optional

General Terms and Conditions / Eligibility  
Eligibility Criteria: Qualification Requirements: (i) Class-III (Civil) and above Eligible class of Civil Contractors as per G.O.Ms.No.521, I&CAD,dt.10-12-84,G.O.Ms.No.178, I&CAD, dt.27-9-1997, G.O.Ms.No.132, TR&B, dt.11-8-1998, G.O.Ms.No.23, I&CAD, dt.5-3-1999, and G.O.Ms.No.94, I&CAD (PW-COD), Department, dt.01-07-2003. To qualify for consideration of award of the contract each tenderer should fulfill the following criteria:- 1. Assessed available bid capacity as per formula (2AN-B) should be greater than the estimated Contract value of Rs.60.62 Lakhs as specified in the Tender Document. A= Maximum Value of Civil Engineering works executed in any one year during the last five years (updated to 2021-22 price level) taking into account the completed as well as works in progress. N= Number of years prescribed for completion of the work for which tenders are invited. B=Value of existing commitments and ongoing works to be completed during the period of completion of the project for which tenders are invited. 2. The bidder should have satisfactorily completed similar works of value not less than Rs. 90.92 Lakhs as a Prime Contractor in the same name and style in any one year during last ten years. 3. The Bidder should have executed the following minimum quantities of items of work as given below in anyone year during the last ten financial years. 1 Plastering (1:5): 4357.5 Sqm 2 PCC / VCC/VRCC :1357.50 cum a) The bidder should enclose certificates issued by Officer not below the rank of Executive Engineer, or equivalent and countersigned by the Officer of the rank of Superintending Engineer of the State/ Central Government Departments / under takings. In case of certificate obtained from the departments where there is Executive Engineer post and no post of Superintending Engineer the tenderer shall furnish authenticity from the office concerned/or Superior Officer like MD. b) The experience certificates furnished should clearly indicate the date of commencement of work, period of completion as per agreement and actual date of completion and quantities executed year-wise and payments made year-wise. c) 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. d) Availability of key personnel for administration/site management and execution viz., technical personnel required for the work (Statement - VI). e) Information regarding any litigation, with Government during the last five years in which the tenderer is involved in (Statement-VII) f) Availability of working capital for the work Liquid assets, credit facility and availability of other financial resources such as solvency certificate from the nationalized banks or any scheduled commercial banks etc for Rs.45.47 Lakhs g) The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones. h) The particulars of quality control testing Lab owned, OR tie up with established quality control testing laboratories. 4. Joint Ventures : Not Acceptable 5. The bidder should produce liquid assets/ credit facilities/ solvency certificates from any Indian Nationalized/ Scheduled Banks of value not less than Rs. 45.47 Lakhs 6. The bidder shall pay EMD for Rs.60,650/- using NET Banking from the registered banks or Credit card / debit card as per G.O.Ms.No.08 dated 08.05.2016 of ITE&C dept., Govt of A.P. (or) Unconditional Irrevocable Bank Guarantee issued by any Nationalized Bank or scheduled commercial banks in favour of Metropolitan Commissioner, VMRDA, Visakhapatnam to be valid for 6 months from the Bid Document downloading start Date. 7. All the bidders should pay Transaction fee @ 0.03% of estimated contract value (ECV) and service tax on transaction fee as levied by Government of India through electronic gateway payment system to Vupadhi Techno Services Pvt. Ltd. 8. The tenderer should further demonstrate: Availability (either owned or leased) of key and critical equipment. Availability of the key technical personnel with adequate experience 9. The tenderer should further demonstrate: Availability (either owned or leased) of key and critical equipment. Sl.No Description of equipment Capacity Qty 1. Concrete Mixer 600/400Ltr 1 No 2. Water Tanker 1000 Ltr 2 Nos 3. Vibrated road roller 8-10/ tones 1 No 4. Hydraulic excavator 0.9 cum 2 Nos Availability of the key technical personnel with adequate experience Sl.No Key Personnel Nos 1. Graduate Engineer (Civil) 2 Nos 2. Diploma Engineer (Civil) 2 Nos 10. The tenderer is subject to be blacklisted and the EMD forfeited if he is found to have misled 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 of history and/ or financial failures and /or participated in the previous tendering for the same work and has quoted unreasonable high bid prices. 11. Even while execution of the work, if found that the contractor had produced false/ fake certificates of experience he will be blacklisted and the contract will be terminated. 12. (a) The lowest successful bidder should pay 0.04%of tendered contract value in the form of DD in favour of Andhra Pradesh Technology Services Limited and hand over the same to Superintending Engineer, VMRDA, Visakhapatnam at the time of concluding agreement to sustain i.e. procurement initiations Research and Development of Software application for automation of processes in users department. (b) During execution of work, the contractor shall take photographs at various stages at his own cost and produce three sets of the same to the Engineer -in- Charge for documentation purpose. 13. Any further information can be obtained from the Office of the Superintending Engineer VMRDA, Visakhapatnam from 10.30 A.M to5 P.M. 14. Procedure for submission of bids: The bidder shall submit his response through Bid submission to the tender on e-Procurement platform at www.apeprocurment.gov.in by following the procedure given below. The bidder would be required to register on the e-procurement market place https://tender.apeprocurement.gov.in and submit their bids online. Offline bids shall not be entertained by the Tender Inviting Authority for the tenders published in e-procurement platform. The bidders shall submit their eligibility and qualification details, Technical bid, Financial bid etc., in the online standard formats displayed in e-Procurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria/technical bids and other certificate/documents in the e-Procurement web site. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. The bidder shall attach all the required documents for the specific tender after uploading the same during the bid submission as per the tender notice and bid document. The Bidder shall also ensure prior to Final Bid submission that the Encryption certificate present in the DSC Key token is the same as that mapped into his Profile page in the E-procurement system. Service provider shall not be responsible for Non-submission of Bid in case there is a variance in the Encryption certificate between the Key token and the Uploaded certificate in the Bidders profile in the E-procurement system. Registration with e-Procurement platform: For registration and online bid submission bidders may contact HELP DESK. https://tender.apeprocurement.gov.in Digital Certificate authentication: The bidder shall authenticate the bid with his Digital Certificate for submitting the bid electronically on e-Procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-Procurement platform. For obtaining Digital Signature Certificate, you may please Contact: You may please Contact Registration Authorities of any Certifying Authorities in India. The lists of CAs are available by clicking the link https://tender.apeprocurement.gov.in/digital-signature.html# 1. Hard copies: i. Vide ref. G.O.Ms.No.174, I&CAD dept dated:1-9-2008, submission of original hard copies of the uploaded scanned copies of Proof of online Payment (Remittance)/BG towards EMD by participating bidders to the tender inviting authority before the opening of the price bid is dispensed forthwith. ii. All the bidders shall invariably upload the scanned copies of Proof of online Payment (Remittance)/BG in e-Procurement system and this will be the primary requirement to consider the bid responsive. iii. The department shall carry out the technical evaluation solely based on the uploaded certificates/documents, Proof of online Payment (Remittance)/BG towards EMD in the e-Procurement system and open the price bids of the responsive bidders. iv. The department will notify the successful bidder for submission of original hardcopies of all the uploaded documents Proof of online Payment (Remittance)/BG towards EMD prior to entering into agreement. v. The successful bidder shall invariably furnish the original Proof of online Payment (Remittance)/BG towards EMD, Certificates / Documents of the uploaded scan copies to the Tender Inviting Authority before entering into agreement, either personally or through courier or post and the receipt of the same within the stipulated date shall be the responsibility of the successful bidder. The department will not take any responsibility for any delay in receipt/non-receipt of original Proof of online Payment (Remittance)/BG towards EMD, Certificates/Documents from the successful bidder before the stipulated time. On receipt of documents, the department shall ensure the genuinely of the Proof of online Payment (Remittance)/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. 2. The GO. Ms. No. 174 -I&CAD dated: 1-9-2008 Deactivation of Bidders If any successful bidder fails to submit the original hard copies of uploaded certificates/documents, Proof of online Payment (Remittance)/BG towards EMD within stipulated time or if any variation is noticed between the uploaded documents and the hardcopies submitted by the bidder, as the successful bidder will be suspended from participating in the tenders on e-Procurement platform for a period of 3 years. The e-Procurement system would deactivate the user ID of such defaulting bidder based on the trigger/recommendation by the Tender Inviting Authority in the system. Besides this, the department shall invoke all processes of law including criminal prosecution of such defaulting bidder as an act of extreme deterrence to avoid delays in the tender process for execution of the development schemes taken up by the government. Other conditions as per tender document are applicable. The bidder is requested to get a confirmed acknowledgement from the Tender Inviting Authority a proof of Hardcopies submission to avoid any discrepancy. 3. Payment of EMD: It is mandatory for all participant bidders to electronically pay EMD Online by utilizing the Payment Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net Banking/NEFT payment modes through ICICI Bank and/or Axis Bank Payment Gateways to facilitate the transaction. 15. General Terms &Conditions: 1. Bids are invited on the e-procurement for the above-mentioned work from the Contractors/ Contracting firms registered with Government of Andhra Pradesh. The details of Tender conditions and terms can be down loaded from the electronic procurement platform of Government of Andhra Pradesh i.e. www.apeProcurement.gov.in Approximate Estimate Contract value (ECV) of work for Rs.60,61,579/- 2. Contractors would be required to register on the e-procurement Market Place www/ ?e?-Procurement.gov. in and submit their bids on line. The Department will not accept any bid submitted in the paper form. 3. The successful bidder shall pay balance EMD amount equivalent to 1.5% of ECV within the time stipulated by the tender inviting authority, before concluding agreement. 4. The tender inviting authority is authorized & competent to modify or cancel the tender at any time before tender closing time, without assigning any reason. The bidders shall verify such details from e-procurement platform 5. Period of completion of work: 4 Months 6. The bidders can view/ down load the tender documents from the ?e? market place. 7. Form of contract: Lump sum contract. 8. Class of Contractors eligible is as given below: (i) Class-III (Civil) and above 9. Eligible class of Civil Contractors as per G.O.Ms.No.521, I&CAD,dt.10-12-84,G.O.Ms.No.178, I&CAD, dt.27-9-1997, G.O.Ms.No.132, TR&B, dt.11-8-1998, G.O.Ms.No.23, I&CAD, dt.5-3-1999, and G.O.Ms.No.94, I&CAD (PW-COD), Department, dt.01-07-2003. 10. View/download tender documents from e-procurement platform: From 04-09-2024 at 06.00 P.M. 11. Submission of bids: 24-09-2024 at 3.00 P.M. 12. Date and time of opening of Tenders: a) Technical Bids : 24-09-2024 at 3.30 P.M. b) Price Bid : 25-09-2024 at 11.00A.M 14. Date and time of e-auction Date and time of e-auction process will be notified to qualified bidders through registered email / phone. Note: 1. The dates stipulated above are firm and under no circumstances they will be altered unless otherwise extended by an official notification or happen to be a Public Holiday.

General Technical Terms and Conditions (Procedure)  
As per NIT and Tender document

Legal Terms & Conditions  
As per NIT and Tender document

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH VISAKHAPATANAM ANANDAPURAM VISAKHAPATNAM-II VISAKHAPATNAM

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 24/09/2024 03:40 PM
2 Commercial Stage 25/09/2024 11:00 AM 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