General Information
Bid Part Template Bid Part Number Scheduled Open Date

Date Schedule
29676101100152224623916rfqdateFixed_rfqdate_datasetRFQ DATE538538A372415783801010003724157838063100011188670Y1NDate Schedule08857290000falsefalseYfalse
Bid Submission Start Date 21-02-2024 06:00 PM
Bid Submission Due Date 05-03-2024 03:00 PM
Bid Open Date 06-03-2024 03:30 PM
Physical doc Submission End Date as allowed in the tender document   06-03-2024 02:00 PM

Pre-bid Discussion
29684101100152224623919prebiddiscussionPre Bid DiscussionPre Bid Discussion538538A372415783801010003724157838063200011188710Y2NPre-bid Discussion08857520000falsefalseYfalse
Pre-Bid Discussion Type OFFLINE
Pre-Bid Meeting Start Date 28-02-2024 04:00 PM
Pre-Bid Meeting End Date 28-02-2024 05:00 PM
Venue Details 28-02-2024 04:00 pm At office of C.E. (Patna),BCD, Patna
Remarks

Payment
Payment TypeAmountPayment ModePayment CurrencyExemption Allowed/DisallowedExemption Reason
EMD 6632500 Internet Payment Gateway(IPG),Challan|Bank Guarantee INR N
Tender Fee 10000 Internet Payment Gateway(IPG),Challan| INR N
Tender Processing Fee 5900 Internet Payment Gateway(IPG),Challan| INR N
Payment Type
EMD
Amount
6632500
Payment Mode
Internet Payment Gateway(IPG),Challan|Bank Guarantee
Payment Currency
INR
Exemption Allowed/Disallowed
N
Exemption Reason
Payment Type
Tender Fee
Amount
10000
Payment Mode
Internet Payment Gateway(IPG),Challan|
Payment Currency
INR
Exemption Allowed/Disallowed
N
Exemption Reason
Payment Type
Tender Processing Fee
Amount
5900
Payment Mode
Internet Payment Gateway(IPG),Challan|
Payment Currency
INR
Exemption Allowed/Disallowed
N
Exemption Reason

GENERAL PARTICULARS
Description
Page no.of firm's documents Firm's data Fulfill Y/N SHOULD BE MENTION IN REMARK FIELD
7.1 Should not have incurred any loss in more than two years during the last five years ending 31st March 2023 Audit report of last five years duly audited by C.A
7.2 Should have a solvency of Rs. 225295122.00 certified by his Bankers (The contracting firm/Agency Should have produce Bankers solvency certificate or revenue solvency certificate of value not less than 40% of the estimated cost) Attached Banker' certificate issued on or after Date of tender publish.
7.3 (a) Amount of Existing Commitments and ongoing works in Rupees Attached as per sec 2- 1.4(b) bidders must decalare themselves their all excising commitment hiding fact be sufficient cause for rejection. (b) Amount of work for which bid already submitted in Rupees Attached as per sec 2- 1.4(b) bidders must decalare themselves their all excising commitment hiding fact be sufficient cause for rejection.
7.3- Bidding Capacity = (AxNx3-B) should be equal to or more than the cost of the work and where N=Time of copletion of the project. Refer Audit report of last five year for A= Maximum value of construction works executed in any one year ending the last five years and Refer Form 'C' for B=Value of existing commitments and ongoing works to be completed during the period of completion of work for which pre-qualification has been invited. A B N B.C
3(a) TQ Criteria The contracting firm/agency shall be a well established and reputed firm specialised in the trade and registered as a legal entity for a minimum period of 10 years and having experience and capacity in the execution of similar works company - Memorandum and articles of association/ certificate of Incorporation. Firm- Partnership deed. Individual- Registration
In case of joint venture analysis based on joint venture documents only should be submitted ( The documents will be submitted as per RCD letter no 8131 dt 24.7.12 related to J.V) Name of organisation should not vary in the different document presented also should satisfy J.V guidelines laid in said letter.
3(b) TQ Criteria The contracting Firm/Agency should have achieved during last five years in any one year a minimum annual financial turnover [in all classes of Civil Engineering Construction works only] of at least 50% (fifty percent) of the estimated cost of work, ending on 31st March 2023. The annual turnover of previous years will be adjusted to 2022-23 price level based on annual inflation of 80% (eight percent);
3 [c] The contracting Firm/Agency should have satisfactorily completed as a Prime contractor during the last five years, ending March 2023 (i) Three similar works each costing not less than 40% (forty percent) of the estimated cost Rs. 225295122.00 or completed two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 337942683.00 or completed one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 450590244.00 ii) Similar nature of works means (i) construction of RCC framed Structure or Institutional building campus consisting of RCC framed Structure (min. G+4) of Institutional buildings, commercial, Hostels buildings with Electrical , HVAC, Lift, Sub-Station, Transformer, HT/LT work, Networking Work, PA System, Fire-Fighting work, plumbing , Furniture, Campus road works for State Govt. / Central Govt. PSU. The completion certificate shall be issued by employer not below the rank of Executive Engineer or project manager. In case of private client, the completion certificate issued by employer should be certified by the CA. The bidders shall have to also submit good quality digital photographs of the completed projects. (iii) The contracting Firm/Agency should have adequate capacity of carrying out plumbing works and electrical works [through "1A CLASS" Electrical Contractor]. They should also indicate name of the specialized Fire fighting agency.
[d] The contracting Firm / Agency should have to produce Bankers solvency certificate or Revenue solvency Certificate of Value not less than 40% of the estimated cost.
[e] The contracting firm / Agency should have to produce evidence of access to lines of credit and availability of other financial resources facilities (10% of contract value), certified by the Bankers (Not more than 3 months old).
[f] The Bidder shall furnish undertaking that would be able to invest a minimum cash upto 25% of contract values of work, during implementation of work. [g] The contracting Firm/Agency should not have incurred any loss in more than 2 years during the last five years ending 31st March 2023. [h] Joint Venture (JV) is acceptable as per annexure 1 of Tender document.
8.2 Not abandoning work, not properly completing the contract , or financial failures/weaknesses etc. "Form G" ATTACHED AFFIDAVIT ON AND AFTER PUBLISH TENDER
9 NOC FOR DEBAR ATTACHED SELF DECLARATION
10 Oath of follow labour Rule and Regulations as per Govt. norms ATTACHED AFFIDAVIT ON AND AFTER PUBLISH TENDER
11 Personal and Establishment form 'E' and E-I as per Sec 2 -1.6 attached necessary certificate and affidavit of both employee and employer on and after publish of tender
12 PLANTS AND EQUIPMENT form 'F' as per Sec 2- 1.5 MAX. AGE 5 YEARS.ATTACHED OWNED VOUCHER AND AFFIDAVIT IN CASE OF LEASE HIRE ON AND AFTER PUBLISH DATE OF TENDER
Description
Page no.of firm's documents Firm's data Fulfill Y/N SHOULD BE MENTION IN REMARK FIELD
Description
7.1 Should not have incurred any loss in more than two years during the last five years ending 31st March 2023 Audit report of last five years duly audited by C.A
Description
7.2 Should have a solvency of Rs. 225295122.00 certified by his Bankers (The contracting firm/Agency Should have produce Bankers solvency certificate or revenue solvency certificate of value not less than 40% of the estimated cost) Attached Banker' certificate issued on or after Date of tender publish.
Description
7.3 (a) Amount of Existing Commitments and ongoing works in Rupees Attached as per sec 2- 1.4(b) bidders must decalare themselves their all excising commitment hiding fact be sufficient cause for rejection. (b) Amount of work for which bid already submitted in Rupees Attached as per sec 2- 1.4(b) bidders must decalare themselves their all excising commitment hiding fact be sufficient cause for rejection.
Description
7.3- Bidding Capacity = (AxNx3-B) should be equal to or more than the cost of the work and where N=Time of copletion of the project. Refer Audit report of last five year for A= Maximum value of construction works executed in any one year ending the last five years and Refer Form 'C' for B=Value of existing commitments and ongoing works to be completed during the period of completion of work for which pre-qualification has been invited. A B N B.C
Description
3(a) TQ Criteria The contracting firm/agency shall be a well established and reputed firm specialised in the trade and registered as a legal entity for a minimum period of 10 years and having experience and capacity in the execution of similar works company - Memorandum and articles of association/ certificate of Incorporation. Firm- Partnership deed. Individual- Registration
Description
In case of joint venture analysis based on joint venture documents only should be submitted ( The documents will be submitted as per RCD letter no 8131 dt 24.7.12 related to J.V) Name of organisation should not vary in the different document presented also should satisfy J.V guidelines laid in said letter.
Description
3(b) TQ Criteria The contracting Firm/Agency should have achieved during last five years in any one year a minimum annual financial turnover [in all classes of Civil Engineering Construction works only] of at least 50% (fifty percent) of the estimated cost of work, ending on 31st March 2023. The annual turnover of previous years will be adjusted to 2022-23 price level based on annual inflation of 80% (eight percent);
Description
3 [c] The contracting Firm/Agency should have satisfactorily completed as a Prime contractor during the last five years, ending March 2023 (i) Three similar works each costing not less than 40% (forty percent) of the estimated cost Rs. 225295122.00 or completed two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 337942683.00 or completed one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 450590244.00 ii) Similar nature of works means (i) construction of RCC framed Structure or Institutional building campus consisting of RCC framed Structure (min. G+4) of Institutional buildings, commercial, Hostels buildings with Electrical , HVAC, Lift, Sub-Station, Transformer, HT/LT work, Networking Work, PA System, Fire-Fighting work, plumbing , Furniture, Campus road works for State Govt. / Central Govt. PSU. The completion certificate shall be issued by employer not below the rank of Executive Engineer or project manager. In case of private client, the completion certificate issued by employer should be certified by the CA. The bidders shall have to also submit good quality digital photographs of the completed projects. (iii) The contracting Firm/Agency should have adequate capacity of carrying out plumbing works and electrical works [through "1A CLASS" Electrical Contractor]. They should also indicate name of the specialized Fire fighting agency.
Description
[d] The contracting Firm / Agency should have to produce Bankers solvency certificate or Revenue solvency Certificate of Value not less than 40% of the estimated cost.
Description
[e] The contracting firm / Agency should have to produce evidence of access to lines of credit and availability of other financial resources facilities (10% of contract value), certified by the Bankers (Not more than 3 months old).
Description
[f] The Bidder shall furnish undertaking that would be able to invest a minimum cash upto 25% of contract values of work, during implementation of work. [g] The contracting Firm/Agency should not have incurred any loss in more than 2 years during the last five years ending 31st March 2023. [h] Joint Venture (JV) is acceptable as per annexure 1 of Tender document.
Description
8.2 Not abandoning work, not properly completing the contract , or financial failures/weaknesses etc. "Form G" ATTACHED AFFIDAVIT ON AND AFTER PUBLISH TENDER
Description
9 NOC FOR DEBAR ATTACHED SELF DECLARATION
Description
10 Oath of follow labour Rule and Regulations as per Govt. norms ATTACHED AFFIDAVIT ON AND AFTER PUBLISH TENDER
Description
11 Personal and Establishment form 'E' and E-I as per Sec 2 -1.6 attached necessary certificate and affidavit of both employee and employer on and after publish of tender
Description
12 PLANTS AND EQUIPMENT form 'F' as per Sec 2- 1.5 MAX. AGE 5 YEARS.ATTACHED OWNED VOUCHER AND AFFIDAVIT IN CASE OF LEASE HIRE ON AND AFTER PUBLISH DATE OF TENDER

Terms and Conditions
Clause No.SpecificationAttachment
01 AS PER TENDER DOCUMENT
Clause No.
01
Specification
AS PER TENDER DOCUMENT
Attachment

Attachments
LabelFile NameAttach File
2 Annex.1-Joint Venture Guidelines.pdf Annex.1-Joint Venture Guidelines.pdf
1 NIT.pdf NIT.pdf
3 ALL PAPER CUTTING.pdf ALL PAPER CUTTING.pdf
4 NIT (Eligibility criteria),GCC & SCC Vol_1.doc NIT (Eligibility criteria),GCC & SCC Vol_1.doc
5 Technical Spec_vol_2.doc Technical Spec_vol_2.doc
6 Tender drawings Vol_4.pdf Tender drawings Vol_4.pdf
7 CHECK LIST AND OTHER DOCUMENTS.pdf CHECK LIST AND OTHER DOCUMENTS.pdf
Label
2
File Name
Annex.1-Joint Venture Guidelines.pdf
Attach File
Annex.1-Joint Venture Guidelines.pdf
Label
1
File Name
NIT.pdf
Attach File
NIT.pdf
Label
3
File Name
ALL PAPER CUTTING.pdf
Attach File
ALL PAPER CUTTING.pdf
Label
4
File Name
NIT (Eligibility criteria),GCC & SCC Vol_1.doc
Attach File
NIT (Eligibility criteria),GCC & SCC Vol_1.doc
Label
5
File Name
Technical Spec_vol_2.doc
Attach File
Technical Spec_vol_2.doc
Label
6
File Name
Tender drawings Vol_4.pdf
Attach File
Tender drawings Vol_4.pdf
Label
7
File Name
CHECK LIST AND OTHER DOCUMENTS.pdf
Attach File
CHECK LIST AND OTHER DOCUMENTS.pdf

Required Attachment from Bidder
Supporting DocumentMandatoryAllow ExemptionAttachement GroupEvaluation Type
AS PER CLAUSE NO 8.2 checklist Y N Others BidPart1
AS PER CLAUSE NO 9 checklist Y N Others BidPart1
AS PER CLAUSE NO 10 checklist Y N Others BidPart1
AS PER CLAUSE NO 11 checklist Y N Others BidPart1
AS PER CLAUSE NO 12 checklist Y N Others BidPart1
ANY OTHER REQUIRED DOCUMENT AS PER NIT / TENDER DOCUMENT N N Others BidPart1
AS PER CLAUSE NO 7.1 Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 7.2 Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 7.3 Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(a) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(b) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(c) (i) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(c) (ii) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(c) (iii) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(d) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(e) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(f) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(g) Technical Qualification Criteria Y N Others BidPart1
AS PER CLAUSE NO 3(h) Technical Qualification Criteria Y N Others BidPart1
Supporting Document
AS PER CLAUSE NO 8.2 checklist
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 9 checklist
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 10 checklist
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 11 checklist
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 12 checklist
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
ANY OTHER REQUIRED DOCUMENT AS PER NIT / TENDER DOCUMENT
Mandatory
N
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7.1 Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7.2 Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7.3 Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(a) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(b) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(c) (i) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(c) (ii) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(c) (iii) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(d) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(e) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(f) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(g) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3(h) Technical Qualification Criteria
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1

BOQ
Work Ref No (If Applicable)Name of the WorkUOMQUANTITYRateEstimated Cost (Inclusive of All Taxes & Other Charges)AttachmentMandatory Item
02/BCD/CONS DIV 01/2023-24 CONSTRUCTION OF BIHAR ENGINEERING UNIVERSITY AND OTHER WORKS WITH FURNITURE AT MITHAPUR,PATNA WORK 1 563237805 563237805 BoQ CIVIL+ELE Vol_3.xlsx Yes
SUM: 563237805 Fifty-six crore thirty-two lakh thirty-seven thousand eight hundred and five
Work Ref No (If Applicable)
02/BCD/CONS DIV 01/2023-24
Name of the Work
CONSTRUCTION OF BIHAR ENGINEERING UNIVERSITY AND OTHER WORKS WITH FURNITURE AT MITHAPUR,PATNA
UOM
WORK
QUANTITY
1
Rate
563237805
Estimated Cost (Inclusive of All Taxes & Other Charges)
563237805
Attachment
BoQ CIVIL+ELE Vol_3.xlsx
Mandatory Item
Yes
Sum(Estimated Cost (Inclusive of All Taxes & Other Charges)): 563237805 (Fifty-six crore thirty-two lakh thirty-seven thousand eight hundred and five )

Created By : Mr GAUTAM KUMAR (EXECUTIVE ENGINEER)

Created On : 21-02-2024 04:58 PM