General Information
Bid Part Template Bid Part Number Scheduled Open Date

Date Schedule
29676101100152224623916rfqdateFixed_rfqdate_datasetRFQ DATE538538A372415783801010003724157838063100011188670Y1NDate Schedule08969620000falsefalseYfalse
Bid Submission Start Date 02-03-2024 10:00 AM
Bid Submission Due Date 16-03-2024 03:00 PM
Bid Open Date 18-03-2024 04:00 PM
Physical doc Submission End Date as allowed in the tender document   18-03-2024 03:00 PM

Pre-bid Discussion
29684101100152224623919prebiddiscussionPre Bid DiscussionPre Bid Discussion538538A372415783801010003724157838063200011188710Y2NPre-bid Discussion08969720000falsefalseYfalse
Pre-Bid Discussion Type OFFLINE
Pre-Bid Meeting Start Date 05-03-2024 12:00 PM
Pre-Bid Meeting End Date 05-03-2024 01:30 PM
Venue Details 05.03.2024 at C.E (North), Office.,B.C.D., (Vishweshwaraiyya Bhawan),Patna, 12.0
Remarks

Payment
Payment TypeAmountPayment ModePayment CurrencyExemption Allowed/DisallowedExemption Reason
EMD 7804400 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
7804400
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
3[a] (i) The contracting Firm/Agency shall be a well-established and reputed firm specialized in the trade and registered as a legal entity for a minimum period of Ten years and having experience and capacity in the execution of civil and Electrical works or Exhibits Work.
3[b] 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 Or Exhibits Work 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?2023 price level based on annual inflation of 8% (eight percent);
3[c] The Contracting firm/agency should have satisfactorily completed similar works during last 7(seven) years (ending on 30th November 2023) ending last day of month previous to the one in which applications are invited should be either of the following: - 3(C)(i) Three similar works each costing not less than 40% (forty percent) of the estimated cost Rs. 272169062.00 or completed two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 408253593.00 or completed one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 544338124.00
3(C)(ii) Similar nature of work means the civil and Electrical work having G+3 RCC framed / Composite structure or Exhibits Work inclusive of AV, Multimedia work for museums and executed the same in India only.
3(C)(iii) The bidder should have agreement / MoU with agency having experience of exhibit work, Audio Visual work, multimedia work in India having value of 40% of AV work of project during any one of last five financial year.
3(C)(iv) The bidder should have availability (In house or otherwise Art Agency Associated with) experience of key person as follow: - - Researcher having at least 5 years experience in respective field. - Creative Director (at least 10 years experience working professional) - Graphic Designer (at least 5 years experience working professional) - AV Multimedia Expert (at least 5 years experience working professional) - Art Agency / Stone Sculptor (The Art Agency / The artist should be well established, should have experience in the same field) The Bidder shall submit the details of such team members as asked in form attached herein tender document (Annexure-"K")
3(C)(v) The bidder should submit a list of eminent (National/State Level Awardee) sculptor and artist (at least three person) to be associated with bidder for sculpture work of Stone, Metal, Glass, Wood as in applicable the project. Bidder should submit the credentials of associated sculptor and Artist. Or Bidder Should Submit through Art Agency (Agreement or Mou With Bidder) who have list of eminent sculptor and Artist at least three person to be associated with bidder for sculpture Work of Stone, Metal, Glass, Wood as applicable in the project. Bidder Should submit the credentials of associated Art agency.
3(C)[vi] Approval of Art Agency / sculptor and Artist will be done by Building Construction Department during technical presentation. Art Agency / Sculptor and Artist shall need to present earlier work done for stone sculpture work of Metal, Glass, Wood after Technical Bid.
3(C)[vii] The Art Agency / Sculptor and Artist provided by Bidder should have his own workshop/factory with necessary stone carving/crafting equipment, required for such work for International /State Govt./ Central Govt./ PSU sector or any other organization in India & internationally. Fabrication work shall be carried out at a site nearer to stupa construction site. Selected bidder has to make his own arrangement for setting up of fabrication yard. MoU/ Agreement between Bidder & Art Agency /Artist shall only be break /change with consent of Building Construction Department. The completion certificates should be issued by employer not below the rank of Executive Engineer or Sr. Project Manager. In case of private client, the completion certificate issued by employer should be certified by retired Executive Engineer or Registered valuer of Nationalized Bank/Insurance company/ Income Tax Dept. The bidders shall have to also submit good quality digital photographs of the completed projects. Letter of Undertaking that all Licenses required to execute works as per Government of Bihar and Government of India regulations shall be submitted after awarding of the Letter of Acceptance (LOA) and before Agreement.
3(d) Bankers Solvency Certificate or Revenue Solvency Certificate of value not less than 40% of the estimated cost. i.e Rs. 272169062.00 , Solvency Certificate must be issued after the date of inviting tender.
(e.) Produce evidence of access to lines of credit and availability of other financial resources facilities (10% of the Estimated contract value), certified by the Bankers. Certificate must be issued after the date of inviting tender.
(f) The Bidder shall furnish an Undertaking to be able to invest a minimum cash up to 25% of contract values of work, during implementation of work.
(g) Audited financial reports or self-attested certification that the Firm/Agency has not incurred any loss in more than 2 years during the last five years ending 31st March 2023.
(h) Letter of Undertaking that the company is free of any litigation over the last 5 years, bankruptcy since the inception of the firm, etc.
(i) Escalation factor shall be applicable as follows for satisfactorily completed similar works cost. "Escalation factors (for the cost of works executed and financial figure to a common base value for works completed)" Year before Multiply factor One 1.1 Two 1.21 Three 1.33 Four 1.46 Five 1.61 (j) Joint Venture (JV) is acceptable as per Annexure?1 of Tender Document.
Description
3[a] (i) The contracting Firm/Agency shall be a well-established and reputed firm specialized in the trade and registered as a legal entity for a minimum period of Ten years and having experience and capacity in the execution of civil and Electrical works or Exhibits Work.
Description
3[b] 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 Or Exhibits Work 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?2023 price level based on annual inflation of 8% (eight percent);
Description
3[c] The Contracting firm/agency should have satisfactorily completed similar works during last 7(seven) years (ending on 30th November 2023) ending last day of month previous to the one in which applications are invited should be either of the following: - 3(C)(i) Three similar works each costing not less than 40% (forty percent) of the estimated cost Rs. 272169062.00 or completed two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 408253593.00 or completed one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 544338124.00
Description
3(C)(ii) Similar nature of work means the civil and Electrical work having G+3 RCC framed / Composite structure or Exhibits Work inclusive of AV, Multimedia work for museums and executed the same in India only.
Description
3(C)(iii) The bidder should have agreement / MoU with agency having experience of exhibit work, Audio Visual work, multimedia work in India having value of 40% of AV work of project during any one of last five financial year.
Description
3(C)(iv) The bidder should have availability (In house or otherwise Art Agency Associated with) experience of key person as follow: - - Researcher having at least 5 years experience in respective field. - Creative Director (at least 10 years experience working professional) - Graphic Designer (at least 5 years experience working professional) - AV Multimedia Expert (at least 5 years experience working professional) - Art Agency / Stone Sculptor (The Art Agency / The artist should be well established, should have experience in the same field) The Bidder shall submit the details of such team members as asked in form attached herein tender document (Annexure-"K")
Description
3(C)(v) The bidder should submit a list of eminent (National/State Level Awardee) sculptor and artist (at least three person) to be associated with bidder for sculpture work of Stone, Metal, Glass, Wood as in applicable the project. Bidder should submit the credentials of associated sculptor and Artist. Or Bidder Should Submit through Art Agency (Agreement or Mou With Bidder) who have list of eminent sculptor and Artist at least three person to be associated with bidder for sculpture Work of Stone, Metal, Glass, Wood as applicable in the project. Bidder Should submit the credentials of associated Art agency.
Description
3(C)[vi] Approval of Art Agency / sculptor and Artist will be done by Building Construction Department during technical presentation. Art Agency / Sculptor and Artist shall need to present earlier work done for stone sculpture work of Metal, Glass, Wood after Technical Bid.
Description
3(C)[vii] The Art Agency / Sculptor and Artist provided by Bidder should have his own workshop/factory with necessary stone carving/crafting equipment, required for such work for International /State Govt./ Central Govt./ PSU sector or any other organization in India & internationally. Fabrication work shall be carried out at a site nearer to stupa construction site. Selected bidder has to make his own arrangement for setting up of fabrication yard. MoU/ Agreement between Bidder & Art Agency /Artist shall only be break /change with consent of Building Construction Department. The completion certificates should be issued by employer not below the rank of Executive Engineer or Sr. Project Manager. In case of private client, the completion certificate issued by employer should be certified by retired Executive Engineer or Registered valuer of Nationalized Bank/Insurance company/ Income Tax Dept. The bidders shall have to also submit good quality digital photographs of the completed projects. Letter of Undertaking that all Licenses required to execute works as per Government of Bihar and Government of India regulations shall be submitted after awarding of the Letter of Acceptance (LOA) and before Agreement.
Description
3(d) Bankers Solvency Certificate or Revenue Solvency Certificate of value not less than 40% of the estimated cost. i.e Rs. 272169062.00 , Solvency Certificate must be issued after the date of inviting tender.
Description
(e.) Produce evidence of access to lines of credit and availability of other financial resources facilities (10% of the Estimated contract value), certified by the Bankers. Certificate must be issued after the date of inviting tender.
Description
(f) The Bidder shall furnish an Undertaking to be able to invest a minimum cash up to 25% of contract values of work, during implementation of work.
Description
(g) Audited financial reports or self-attested certification that the Firm/Agency has not incurred any loss in more than 2 years during the last five years ending 31st March 2023.
Description
(h) Letter of Undertaking that the company is free of any litigation over the last 5 years, bankruptcy since the inception of the firm, etc.
Description
(i) Escalation factor shall be applicable as follows for satisfactorily completed similar works cost. "Escalation factors (for the cost of works executed and financial figure to a common base value for works completed)" Year before Multiply factor One 1.1 Two 1.21 Three 1.33 Four 1.46 Five 1.61 (j) Joint Venture (JV) is acceptable as per Annexure?1 of Tender Document.

Terms and Conditions
Clause No.SpecificationAttachment
01 ACCEPT ALL TERMS AND CONDITIONS AS PER NIT.
Clause No.
01
Specification
ACCEPT ALL TERMS AND CONDITIONS AS PER NIT.
Attachment

Attachments
LabelFile NameAttach File
3 Annex.1-Joint Venture Guidelines.pdf Annex.1-Joint Venture Guidelines.pdf
4 Check list farwarding.pdf Check list farwarding.pdf
2 2. Vol -II Specifications.doc 2. Vol -II Specifications.doc
5 3. Volume III -DPR - Exhibition Design.pdf 3. Volume III -DPR - Exhibition Design.pdf
6 5. VOL- V _Drawings.pdf 5. VOL- V _Drawings.pdf
7 6. CHECK LIST AND OTHER DOCUMENTS (1).pdf 6. CHECK LIST AND OTHER DOCUMENTS (1).pdf
9 7. GST Difference letter No. 5751.pdf 7. GST Difference letter No. 5751.pdf
1 1. Exhibit Revised Vol I - NIT 11.01.24.doc 1. Exhibit Revised Vol I - NIT 11.01.24.doc
8 8. LT NO. 2377.pdf 8. LT NO. 2377.pdf
10 10. Technical Evaluation Requirement Sheet.xlsx 10. Technical Evaluation Requirement Sheet.xlsx
11 11. NIT 11 WITH CORRIGENDUM.pdf 11. NIT 11 WITH CORRIGENDUM.pdf
Label
3
File Name
Annex.1-Joint Venture Guidelines.pdf
Attach File
Annex.1-Joint Venture Guidelines.pdf
Label
4
File Name
Check list farwarding.pdf
Attach File
Check list farwarding.pdf
Label
2
File Name
2. Vol -II Specifications.doc
Attach File
2. Vol -II Specifications.doc
Label
5
File Name
3. Volume III -DPR - Exhibition Design.pdf
Attach File
3. Volume III -DPR - Exhibition Design.pdf
Label
6
File Name
5. VOL- V _Drawings.pdf
Attach File
5. VOL- V _Drawings.pdf
Label
7
File Name
6. CHECK LIST AND OTHER DOCUMENTS (1).pdf
Attach File
6. CHECK LIST AND OTHER DOCUMENTS (1).pdf
Label
9
File Name
7. GST Difference letter No. 5751.pdf
Attach File
7. GST Difference letter No. 5751.pdf
Label
1
File Name
1. Exhibit Revised Vol I - NIT 11.01.24.doc
Attach File
1. Exhibit Revised Vol I - NIT 11.01.24.doc
Label
8
File Name
8. LT NO. 2377.pdf
Attach File
8. LT NO. 2377.pdf
Label
10
File Name
10. Technical Evaluation Requirement Sheet.xlsx
Attach File
10. Technical Evaluation Requirement Sheet.xlsx
Label
11
File Name
11. NIT 11 WITH CORRIGENDUM.pdf
Attach File
11. NIT 11 WITH CORRIGENDUM.pdf

Required Attachment from Bidder
Supporting DocumentMandatoryAllow ExemptionAttachement GroupEvaluation Type
CHARACTER CERTIFICATE ISSUED BY SP Y N Others BidPart1
GST REGISTRATION Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. b Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. d Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. e Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. f Y N Others BidPart1
PAN No. as per Income Tax Act., Y N Others BidPart1
ANY OTHER REQUIRED DOCUMENT AS PER NIT/ checklist N N Others BidPart1
Registration Certificate Y N Others BidPart1
ANY OTHER REQUIRED DOCUMENT AS PER NIT/ checklist 01 N N Others BidPart1
ANY OTHER REQUIRED DOCUMENT AS PER Technical Evaluation Requirement Sheet N N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. c (ii) Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. c (iii) Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. c (iv) Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. c (v) Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. c (i) Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. c (vi) Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. c (vii) Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. g Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. h Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. i Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. j Y N Others BidPart1
DOCUMENT AS PER CLAUSE NO 3. a. (i) Y N Others BidPart1
Supporting Document
CHARACTER CERTIFICATE ISSUED BY SP
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
GST REGISTRATION
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. b
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. d
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. e
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. f
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
PAN No. as per Income Tax Act.,
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
ANY OTHER REQUIRED DOCUMENT AS PER NIT/ checklist
Mandatory
N
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Registration Certificate
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
ANY OTHER REQUIRED DOCUMENT AS PER NIT/ checklist 01
Mandatory
N
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
ANY OTHER REQUIRED DOCUMENT AS PER Technical Evaluation Requirement Sheet
Mandatory
N
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. c (ii)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. c (iii)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. c (iv)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. c (v)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. c (i)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. c (vi)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. c (vii)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. g
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. h
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. i
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. j
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
DOCUMENT AS PER CLAUSE NO 3. a. (i)
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
NIT 11/BCD/CONS 2/2023-24 Construction of Proposed Theme Museum and Smriti Stupa for Buddha Samyak Darshan Sangrahalya at Vaishali (Bihar)- Artefacts & Sculptures. WORK 1 680422655 680422655 4. Volume IV BOQ Civil & Electrical.xlsx Yes
SUM: 680422655 Sixty-eight crore four lakh twenty-two thousand six hundred and fifty-five
Work Ref No (If Applicable)
NIT 11/BCD/CONS 2/2023-24
Name of the Work
Construction of Proposed Theme Museum and Smriti Stupa for Buddha Samyak Darshan Sangrahalya at Vaishali (Bihar)- Artefacts & Sculptures.
UOM
WORK
QUANTITY
1
Rate
680422655
Estimated Cost (Inclusive of All Taxes & Other Charges)
680422655
Attachment
4. Volume IV BOQ Civil & Electrical.xlsx
Mandatory Item
Yes
Sum(Estimated Cost (Inclusive of All Taxes & Other Charges)): 680422655 (Sixty-eight crore four lakh twenty-two thousand six hundred and fifty-five )

Created By : Mr BHASKAR NEERAJ (EXECUTIVE ENGINEER)

Created On : 01-03-2024 11:29 AM