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 751845 Enquiry/IFB/Tender Notice Number 06/CE-III/APIIC/2024-25, Dated: 05.09.2024
Name of Work Construction of 100 Kl capacity ELSR,200 KL capacity capacity GLSR & Supplying, laying and Jointing of 110mm dia HDPE @6Kg/Cm2 pipeline for a length of 8.50 Km in IP- Koduru at Koduru, Anakapalli mandal, Anakapalli District. Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 1,93,22,650
Bid Submission Closing Date 23/09/2024 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 751845
IFB No / Tender Notice Number 06/CE-III/APIIC/2024-25, Dated: 05.09.2024
Name of Project Water Supply
Name of Work Construction of 100 Kl capacity ELSR,200 KL capacity capacity GLSR & Supplying, laying and Jointing of 110mm dia HDPE @6Kg/Cm2 pipeline for a length of 8.50 Km in IP- Koduru at Koduru, Anakapalli mandal, Anakapalli District.
Estimated Contract Value(INR)
₹ 1,93,22,650  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 6
Type of Work Similar Work
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  
6840 (INR)

Tender Dates
Bid Document Download Start Date & Time 05/09/2024 08:00 PM
Bid Document Download End Date & Time 23/09/2024 01:00 PM
Bid Submission Closing Date & Time 23/09/2024 03:00 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids CHIEF ENGINEER-III
Bid Opening Authority CHIEF ENGINEER-III
Address 9th Floor, APIIC Tower-I,IT Park, Mangalagiri, Guntur District-522503
Contact Details 7729982881
Email s.manibhaskar@gov.in

Bid Security Details  
Bid Security (INR) Rs.194000.00
Bid Security In Favour Of Online Payment
Mode of Payment Online Payment,Challan Generation

Process Fee Details
Process Fee Process Fee Payable To
2360.00(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 of proof 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 Registration as 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 Tenderers name in Statement-I with supporting certificates. COMMON Mandatory
9 Details of similar nature of works in any one year during the last 5 (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

General Terms and Conditions / Eligibility  
QUALIFICATION CRITERIA FOR OPENING OF THE PRICE BID. 1) 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 : Class-I (Civil) b) G.O.MS No 132,T,R&B dated 11-8-1998 : Class-I (Civil) c) G.O.MS 8, T, R&B dated 8-1-2003 : Class - II (Civil) d) G.O.MS No 94, I&CAD dated 1-7-2003 : Class - II (Civil) e) Contractors registered in appropriate class in Central government, other State government departments and Govt. undertakings are also eligible. 2) 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.2,360/- shall be paid online in so mentioned APIIC Account. The scanned copy of the payment slip shall be uploaded. 2) Rs.1,94,000/- 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 (in the prescribed format) shall be signed by the Bidder / Authorized Signatory (in case Joint Ventures with proper supporting documents viz. MoU ? made for this project with Power of Attorney for authorizing bid signatory& other activities) shall be uploaded. 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 Clause 3.3 of Instruction to Tenderers b) Commercial Eligibility : The Bidder has to fulfill all the conditions as per Clause 3.3 of 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 only be opened and proceed further for auctioning. B) Stage - III : Technical Qualifying a. Commercial eligibility : 1) Evidence of satisfactorily completed, as a prime contractor, Group of Similar works for a total value not less than Rs.193.22 Lakhs (Each of value not less than 50% of ECV) (At current price level) in any one year during the last 05(five) Financial years not earlier than April 2019 or current financial year. The experience certificates shall be issued by an officer of Government Department / undertaking of the concerned work not below the rank of Executive Engineer or equivalent and countersigned by the Superintending Engineer or equivalent. i) The sub-contractors / GPA holders experience shall not be taken into account in determining the bidders compliance with the above qualification criteria. ii) Experience relating to the works executed in State / Central Government Department or State / Central Government undertaking shall only be considered. 2) Liquid assets / credit facilities of not less than Rs.96.61 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. 3) Bid capacity. Bid Capacity (2AN-B)> ECV = >Rs.193.22 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 tenderer 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 financial year during the last five financial years (updated to current Price level) or current financial year taking into account the works completed as well as works in progress. N= Number of years prescribed for completion of the 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. 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 weightage of 10% per year to bring them to current price level. Note: If the tenderer is happens to be the L1(1st Lowest) in any previous tenders called for and his tender is under consideration, then that work also has to be considered and accounted as his existing commitment for evaluation of his bid capacity for this tender e) No relaxation will be given to any of the qualification criteria. Note: a) The experience gained in a registered JV firm to the extent of the tenderer?s share shall be considered if the tenderer happens to be the lead partner for similar works. ? b. 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 Member Total a) PCC / VCC / VRCC : 117Cum b) HDPE Pipe Supplying & Laying : 8500 RM c) HYSD Steel (Fe 415/Fe 500) : 33 MT d) ELSR 100KL and above : 1 No. 2) Availability (either owned or leased) of the following key and critical equipment for the work: S. No. Equipment Type and Characteristics Minimum required Declared 1) Hydraulic Excavator 1.0 Cum : 1 No. 2) Concrete Mixer 0.28 Cum : 1 No 3) Weigh Batcher : 2 Nos 4) Needle Vibrator 40mm : 2 Nos 5) Tippers : 2 Nos The tenderer 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 2) Availability of Key Technical Personnel: a) Graduate Engineer (Civil) : 1 No b) Diploma holder with adequate experience : 1 No 3) 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 4 Joint Ventures are allowed. Number of members in a JV firm shall not be more than two. One of such members of the JV shall be the lead member of the JV. a) A tenderer shall submit only one bid for the work intended, either individually as tenderer or as a partner of a JV. A tenderer who submits or participates in more than one bid will cause all of the proposals in which the tenderer has participated to be disqualified. b) All the Joint venture partner should submit valid Class registration as per NIT. However each partner should have PAN card, GST registration and valid Provident Fund Registration separately. c) There shall be a JV Agreement specific for this contract between the constituent firms indicating the complete details of the members of the JV formation, their share and responsibility in the JV etc particularly with reference to financial technical and other obligations. The name of the Lead Member shall be defined. The Lead Member?s share shall be not less than 51% in the joint venture. The share of each member including lead Member shall be exhibited in the JV Agreement. The notarised agreement as above shall be submitted to APIIC before signing the contract agreement for the work. In case the tenderer fails to comply with this stipulation, the EMD shall be forfeited and other penal actions due shall be taken against partners of the JV and the JV. This JV agreement shall have, inter-alia, following clauses. d) Joint and several liability- The members of JV to which the contact is awarded, shall be jointly and severally liable to the Employer (APIIC) for execution of project within the stipulated period in accordance with General and Special conditions of the contract. The JV Members shall also be liable jointly and severally for the loss, damages caused to APIIC Ltd during the course of execution of the contract or due to non- execution of the work or part thereof. e) Duration of the Joint Venture Agreement: It shall be valid during the entire period of the contract including the period of extension if any and defects liability period of two years after completion of work. f) The JV Agreement should clearly exhibit the responsibilities of the JV members. The non lead members of the JV shall execute a Power of Attorney in favour of the Lead Member authorizing the Lead Member to conduct all business for and on behalf of the JV during (a) Tendering process and (b) execution and for successful performance of the package including the Defect Liability and Operation and Maintenance periods in case of award of work. The Lead Member shall execute a Power of Attorney in favour of one of its officers to be the Authorised Signatory for signing the Bid Documents and also to undertake all other acts and deeds on the behalf of the JV in connection with the Bid and the Contract. g) Once the tender is submitted, the JV agreement shall not be modified/ altered/terminated during the validity of the tender. In case the tenderer fails to comply with this stipulation, the EMD shall be forfeited. h) The constitution of the JV shall not be allowed to be modified by the JV after submission of the tender or after awarding the work except when modification becomes inevitable due to succession laws etc. with the written approval of the employer (APIIC LTD). In any case the Lead member should continue to be the lead member of the JV. i) In case of joint ventures, the eligibility criteria will be considered on the basis of combined resources of the JV members. j) The JV Agreement should also include JV members to agree that the above undertaking to be without any prejudice to the various liabilities of the members of the JV (Contractor). k) In case of J.Vs in meeting the requirement of eligibility criteria except ?Available bid capacity?, will ascertained as combined resources of all joint venture members. l) The experience of the work for which bids are invited shall be shared among the members of J.V. in the same ratio of their financial/equity participation in the work. m) Foreign companies/Firms are not eligible for participating the bid even as a JV partner also. 5 Tenders with an excess of above 5% of the estimated contract value shall be summarily rejected. 6 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) The details of group of similar works (each of value not less than 50% of ECV) executed asPrime Contractor(in the same name) during the last five years or current Financial Year, showing year wise break up of value of work executed in Statement-II with supporting certificates. g) The physical quantities of specified works executed as Prime Contractor (in the same name) in the last five years or current financial year with year wise break up work wise in Statement-III duly supported with work done certificates. h) Details of existing commitments (i.e. works on hand) with supporting certificates in Statement-IV. 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 p) Processing Fee (Non Refundable) of Rs.2,360/- (including GST) to be paid through online payment 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 Chief Engineer-III, APIIC Ltd., 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 23/09/2024 03:30 PM
2 Commercial Stage 25/09/2024 11:00 AM PQ Stage
3 TQ Stage 26/09/2024 05:30 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 EPC Templates Standard No N/A


| View Tender Documents