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 751835 Enquiry/IFB/Tender Notice Number NIT No.05/HIR-PRR(Plian) Grant Roll over to NABARD RIDF XXIX(2023-24)Grant/SEPRVSP/2024-25, Dated 23.07.2024 of SE, PR, Visakhapatnam
Name of Work Construction of Road from NH-16 (Kasimkota) to Sampathipuram in Kasimkota Mandal of Anakapalli District. Est.Cost. Rs. 196.00 lakhs Tender Category WORKS
Tender Type OPEN - NCB Estimated Contract Value ₹ 1,48,92,029
Bid Submission Closing Date 17/09/2024 04:30 PM Tender Evaluation Type Percentage

Enquiry Particulars  
Department Name PRED
Circle/Division PRED-SE PRED PR VISAKHAPATNAM
Tender ID 751835
IFB No / Tender Notice Number NIT No.05/HIR-PRR(Plian) Grant Roll over to NABARD RIDF XXIX(2023-24)Grant/SEPRVSP/2024-25, Dated 23.07.2024 of SE, PR, Visakhapatnam
Name of Project Construction of Road from NH-16 (Kasimkota) to Sampathipuram in Kasimkota Mandal of Anakapalli District. Est.Cost. Rs. 196.00 lakhs
Name of Work Construction of Road from NH-16 (Kasimkota) to Sampathipuram in Kasimkota Mandal of Anakapalli District. Est.Cost. Rs. 196.00 lakhs
Estimated Contract Value(INR)
₹ 1,48,92,029  
   
()
Package number N/A
Period of Completion/ Delivery Period (in months) 9
Type of Work Road Work
Bidding Type OPEN
Bid Call (Numbers) Short Tender Notice - 1st Call
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

Transaction Fee Details  
5272 (INR)

Tender Dates
Bid Document Download Start Date & Time 06/09/2024 06:00 PM
Bid Document Download End Date & Time 17/09/2024 04:00 PM
Bid Submission Closing Date & Time 17/09/2024 04:30 PM
Bid Validity Period (in Days) 90

Tender Inviting Authority Particulars  
Officer Inviting Bids Superintending Engineer,PR Circle,Visakhapatnam
Bid Opening Authority Superintending Engineer,PR Circle,Visakhapatnam
Address O/O Superintending Engineer,PR Circle,ZP Compound,Visakhapatnam -530002
Contact Details 08912521739
Email seprvsp@gmail.com

Bid Security Details  
Bid Security (INR) Rs.148920.00
Bid Security In Favour Of Superintending Engineer,PR Circle,Visakhapatnam
Mode of Payment Online Payment,Challan Generation,BG

Required Tender Documents Details  
S.No Document Name Stage Document Type
1 Registration Certification COMMON Mandatory
2 EMD COMMON Mandatory
3 Transaction Fee Details COMMON Mandatory
4 Annual Turn over certificate certified by CA or issued by Excecuting Authority along with balance sheet COMMON Mandatory
5 Any other documents required as per Tender Schedule COMMON Optional
6 Certificate in support of existing commitment COMMON Mandatory
7 Experience certificate in support of Quantities executed - within the Block Period COMMON Mandatory
8 Latest SARAL Form submitted to IT Department with PAN CARD COMMON Mandatory
9 Litigation History COMMON Mandatory
10 profit and loss statement for last three years COMMON Mandatory
11 Proof of Liquid assets in the shape of solvency credit facility certificate for the required amount COMMON Mandatory
12 Qualification certificate of key personnel COMMON Mandatory
13 Scanned copy of declaration on critical equipment owned on non-judicial stamp paper of Rs. 100 and lab COMMON Mandatory
14 Similar work experience certificate for the work completed within the Block Period COMMON Mandatory
15 GST Certificate COMMON Mandatory
16 Scanned copy of declaration of the bidder that he will produce documentary evidence of having own/leased Hot Mix plant with in a distance of 70Kms from work site COMMON Mandatory

General Terms and Conditions / Eligibility  
Reverse Tendering Process: As per G.O.Ms. No. 67 Water Resources (Reforms) Department dated: 16-08-2019.(Para wise details as detailed below) i) All bidders shall self-declare their details under each technical and financial criterion on the e-procurement platform along with an undertaking confirming their compliance with the technical and financial criterion prescribed in the bid document. ii) All bidders shall submit supporting documents for their submittals under each technical and financial criterion. In case of documents found to be defective, incorrect or forged and therefore claim of Qualification is not supported, severe action including forfeiture of EMD shall be taken. iii) The threshold values of Technical and Financial qualification as prescribed by the department shall be displayed to the bidders on the screen of online e-procurement site. The bidders have to submit their details of qualification criterion in prescribed text boxes along with their self-declaration on the fulfillment of qualification criterion prescribed. The system automatically evaluates the qualification details uploaded by the bidders and enable the qualified bidders only to quote for their price bid in the prescribed box for the work. iv) All bidders satisfying pre-qualification criterion as per their submittals and self-declaration on e-procurement site shall quote their price offer. v) The Price bids of all the bidders shall be opened and the lowest quoted price bid among the qualified bidders in the tender process shall be determined. vi) To conduct the reverse tender process at least two bidders would be required. vii) The L1 Price Offer (Initial) shall be the maximum allowable Bid price for the reverse tendering process. viii) Only one round of reverse tendering shall be carried out in which bidders can revise their bids multiple times within the time limits specified. ix) At the start of the Reverse Tendering process the Maximum Allowable Bid Price will be set and bidders shall submit their bids in an online platform. x) Names of the bidders shall be anonymously masked in the Reverse Tendering process and bidders will be given suitable dummy names. xi) The initial period of the Reverse tendering process will start after 3 hours, 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. xii) Only the current L1 bid shall be visible to all bidders who may revise their bids until the end of the process. xiii) Decrements made in each subsequent bid shall not be less than 0.5% of the IBM/ECV uploaded. xiv) 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. xv) Following the determination of the L1 bid, the L1 bidder?s supporting documents under each technical and commercial criterion shall be verified. The reverse tendering process shall be on hold for a maximum period of 24 hours (1 day) while the L1 bidder?s supporting documents are verified. xvi) Upon successful verification of the L1 bidder?s supporting documents, the reverse tendering process shall be closed declaring the L1 bidder as ?successful bidder? and the remaining bidders in the process shall be notified as ?unsuccessful? and their respective EMDs shall be refunded. xivii) In case there are discrepancies between the L1 bidder?s declarations under the technical and financial criteria and the supporting documents submitted, the L1 bidder shall be disqualified, his EMD shall be forfeited, he will be removed from the reverse tendering process and the remaining bidders shall be notified of the date and time when the reverse tendering process shall be resumed. xiviii) The reverse tendering process shall be resumed with the L2 price as the Maximum Allowable Bid Price. xix) Only 15 minutes shall be initially allowed for the remaining bidders to revise their bids, subject to automatic extensions of 15 minutes in case of any reduction in bids recorded in the prior 15 minutes. xx) The reverse tendering process shall continue until the determination of a successful bidder. Conclusion of the Reverse Tendering Process:- i) After conclusion of the reverse auction process, the pre-qualification criteria of all bidders shall be verified. In case of successful verification of pre-qualification criteria of the L-1 Bidder and if qualified he will be awarded the contract and the EMDs of un successful bidders shall be refunded. ii) If any variation is noticed between the up loaded documents, information furnished in the given templates in respect of both technical and commercial prequalification criteria and the self-declaration submitted by the bidder, the bidder will be suspended from participating in the tenders on 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. iii) 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 thru online. iv) e-procurement corpus fund: An e-procurement corpus fund of Rs.10, 000/- administered by APTS has to be paid by the successful bidder in the shape of Demand draft in favour of Managing Director, AP Technological Services, and Vijayawada at the time of concluding the agreement.

General Technical Terms and Conditions (Procedure)  
1) Even at the stage of execution of work, if found that the contractor had produced false / fake certificates or information, he will be black listed and the contract will be determined under clause 60 (a) of PS to APSS, (2) The participating bidders will have to pay transaction fee @ 0.03% of ECV (Estimated Contract value) +12.36%ST on transaction fee with a cap of Rs.10,000/- (Rupees Ten thousand only) for all works with ECV up to Rs.50.00 crores and Rs.25,000/- (Rupees twenty five thousand only) for works with ECV above Rs.50.00 crores, at the time of bid submission. All the participants shall electronically pay the transaction fee to the service provider through "Payment Gateway Service on eprocurement platform". The Electronic Payment Gateway accepts all Master and Visa cards issued by any bank to facilitate the transaction. (3) The successful tenderer has to pay an e-procurement corpus fund administered by APTS has to be paid by the successful bidder through online like payment of Transaction fee in favour of Managing Director, AP Technological Services, and Vijayawada at the time of concluding the agreement. (4)The tender inviting / receiving authority reserves the right to postpone / cancel / reject any or all the tenders without assigning any reason whatsoever, (5) Negotiations are not permitted to be conducted at any level, (6) The defect liability for all the works will be 24 months duly taking into account normal wear and tear from the date of completion of total work, (7) If the Office happens to be closed on account of extraordinary holiday on the date of opening of the bids as specified, the bids will be opened on the next working day at the same time and venue, (8) the tender shall be valid for a period of 90 days from the last date for receipt of bid, (9) Price Adjustment is applicable as per GO Ms No.62, Water Resources (Reforms) Department, dated: 30.11.2021. The price adjustment calculations will be carried out (both Positive and Negative) as per the GO mentioned therein rate adopted in the estimate shall be initial rate 11) Any other details can be seen in the tender document. Special Conditions: 1] The cost of tender document is dispensed with. 2] The bidders can download the tender documents at free of cost 3] The validity of the tender is 90 days from the opening of the price bid. 4] The bidder should submit the following along with bid. (a) The Successful bidder has to pay the transaction Fee of 0.04% on estimated contract value of the work to M.D., A.P.T.S., Hyderabad before concluding agreement, which will be reimbursed later to him 5] All the uploaded documents and certificates shall be signed by the tenderer duly stating that the details furnished are correct. A certificate shall be uploaded on e-platform other wise the Technical Bid shall not be considered. 6] A Certificate that I have gone through all the tender conditions and accepted them without any pre conditions should be uploaded in e-platform other wise the Technical Bid shall not be considered. 7] Even while execution of the work, if found that the contractor had produced false/fake/Bogus certificates of experience, he will be black listed and the contract will be terminated at any time. 8] No tender shall bear any cause of action or claim against any officer of the department. 9] The Process of tenders will be as per G.O. Ms.No.268dt03.09.2003 of PR& RD (Progs II) Department Hyderabad and Go Ms No 67 dt.1608.19 of the Water resources (Reforms) Department 10] The bidder can be Registered on Line as Registered in the Original registration Name, or Firm, otherwise the tender will not be Considered. Code numbers registration will not be considered. The company name should be given. 11] deleted 12] The tender inviting / receiving authority reserves the right to postpone / cancel / reject any or all the tenders without assigning any reasons what so ever. Negotiations are not permitted to be conducted at any level. Enquiry in this regard will not be entertained. 13] The defect liability for all the works will be 24 months duly taking in to account normal wear and tear from the date of completion of total work. 14]. If the office happens to be closed on account of extraordinary holiday, the date of opening of the bids as specified, the bids will be opened on the next working day at the same time and venue. 15] Any other details can be seen in the tender document 16] Schedule of seignorage charges will be included in the agreement for recovery in the work bills. 17] Record of Tests to be conducted by the contractor in respect of materials / workmanship will be included in the agreement as per V & QC instructions. 18] Q. C. Tests should be under taken by the Technical agents in the field laboratory and the results should be produced in writing to the department from time to time for satisfaction. 19] Any correspondence on the work should be done by the contractor only. There should not be any sort of interference by unauthorized person in the designated work on behalf of the contractor. 20] Any taxes liable to be imposed by the Government from time to time will be levied on the work bills without any notice. The department bears no responsibility in this regard. 21] Any further information such as addition / deletion, changes and modifications of tender condition from time to time will be updated at any time in e-procurement through corrigendum. The bidders should view the e-procurement platform oftenly for observing the corrigendum if any till the last date and time of receiving the technical bid. 22]. The ongoing works status will be taken into consideration for Technical Evaluation as per the records available in this office if the bidder has not submitted the details. 23] deleted. 24] Less Tender Percentage should not be utilized for execution of additional items

Legal Terms & Conditions  
1. The Bidder should submit the litigation history for the past 5 years. 2. During continuance of the contract, the contractor and his sub contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notifications that may be issued under any labour law in future either by the State or the Central Government or the local authority and also applicable labour regulations, health and sanitary arrangements for workmen, insurance and other benefits and 3.other terms and conditions as per SBD.

Procedure for Bid Submission  
Procedure for Bid Submission

Geographical Particulars  
Sno State District Mandal Assembly Parliament
1 ANDHRA PRADESH ANAKAPALLI KASIMKOTA Anakapalli Anakapalli

Enquiry Forms
Stage Details Close
   
S.No Stage Name Evaluation Opening date & Time Evaluation Dependencies
1 PQ Stage 18/09/2024 05:00 PM
2 Commercial Stage 19/09/2024 11:00 AM PQ Stage
3 TQ Stage 21/09/2024 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