General Information
Bid Part Template Bid Part Number Scheduled Open Date

Date Schedule
29695101100152224633916rfqdateFixed_rfqdate_datasetRFQ DATE538538A372415783806670003724157838095700011188670Y1NDate Schedule09036990000falsefalseYfalse
Bid Submission Start Date 05-03-2024 10:00 AM
Bid Submission Due Date 28-03-2024 03:00 PM
Bid Open Date 30-03-2024 04:00 PM
Physical doc Submission End Date as allowed in the tender document   30-03-2024 03:00 PM

Pre-bid Discussion
29703101100152224633919prebiddiscussionPre Bid DiscussionPre Bid Discussion538538A372415783806680003724157838095700011188710Y2NPre-bid Discussion09036970000falsefalseYfalse
Pre-Bid Discussion Type OFFLINE
Pre-Bid Meeting Start Date 11-03-2024 12:00 PM
Pre-Bid Meeting End Date 11-03-2024 01:00 PM
Venue Details At Chief Engineer (south), Building Construction Department Vishweshwaraiyya Bhawan, Patna
Remarks

Payment
Payment TypeAmountPayment ModePayment CurrencyExemption Allowed/DisallowedExemption Reason
EMD 15500000 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
15500000
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
7(a) 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 similar works
7(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 only] of at least 50% (fifty percent) of the estimated cost of work (Rs 712270000.00), 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).
7(c) The contracting Firm/Agency should have satisfactorily completed similar works as a Prime contractor during the last Five years, (ending on 31 October 2023) ending last day of month previous to the one in which application are invited should be either of the following: - (i) Satisfactorily completed three similar works each costing not less than 40% (forty percent) of the estimated cost Rs. 569816000.00 or completed, two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 854724000.00 or completed and one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 1139632000.00 (ii) Similar nature of works means Construction of RCC Framed Structure of multistorey RCC framed structure or Group Housing Buildings /Township or Institutional buildings/ multistorey Hostels having ? minimum G + 3 Storied buildings for State Govt./Central Govt./PSU Sector or any other organization in India only. The Any of above must include specialized services like Electrical HT & LT works, HVAC, Lifts, Firefighting, Internal and External Plumbing, Sewerage, STP, WTP for State Govt. Central Govt./PSU sector or any other organization in India only. The completion certificate shall be issued by employer not below the rank of Executive Engineer or Senior Project Manager. In case of Private client, the completion certificate issued by employer should be evaluated and certified by the retired Executive Engineer /Registered Valuer with valid registration number of Nationalized Bank/Insurance Company/Income Tax Department. In case of Private building completion certificate, it is essential that more than 50% of area of said private building is occupied or in use for more than one month and the same should be certified by above mentioned officer. In this regard clarifications as per need may be asked. The bidders shall have to also submit good quality digital photographs of the completed projects.
(iii) The contracting Firm/Agency should have to submit A panel of three consultants/ list of consultancy firms for approval having Architect/Structural Designer/MEP experts / HVAC Expert /Interior Designer / Consultant etc. along with their consent letter to do work till completion just after evaluation of financial bid but before awarded of work. Consultancy firms must have experience of similar nature of work in their respective field. They have to submit successful completion of work in their respective field. completed three similar projects each costing not less than 40% (forty percent) of the estimated cost Rs. 569816000.00 or completed two similar projects each costing not less than 60% (sixty percent) of the estimated cost Rs. 854724000.00 or completed on similar projects costing not less than 80% (Eighty percent) of the estimated cost. Rs. 1139632000.00 After the award of work to construction agency, presentation will be made by all 3 consultancy firms in panel to Building Construction department and based on presentation one consultancy firm will be finalized/ finalized process.
7 (d) consultancy firms have to give experience certificate of work done of the (i) completed project of three similar works each costing not less than 40% (forty percent) of the estimated cost Rs. 569816000.00 (ii) completed project of two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 854724000.00 (iii) completed project of one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 1139632000.00 The completion Certificate shall be issued by employer not below their rank of executive engineer or senior project manager. Note ? for 7 d (i), (ii) & (iii) complete projected shall mean that the consultant has completed the consultancy work and the client has accepted/approved for tender purpose In case of Private client, the completion certificate and valuation of the projects issued by employer should be Certified and Verified by the retired Executive Engineer/Registered Valuer of valid registration number Nationalized Bank/Insurance Company /Income Tax Department. The bidder shall have to also submit good quality digital photographs of the completed projects. Firm should have required experience only in any state of india
7 (e) The contracting Firm / Agency should have to produce Banker?s solvency certificate or Revenue solvency Certificate of Value not less than 40% of the estimated cost (i.e. 56.98 crore). Solvency certificate must issue after the date of notice inviting tender.
7 (f) 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 from the date of tender and valid till six months after date tender.)
7 (g) The Bidder shall furnish undertaking that would be able to invest a minimum cash up to 25% of contract values of work, during implementation of work. 7 (h) The contracting Firm/Agency should not have incurred any loss in more than 2 years during the last five years ending 31st March 2023.
7 (i) Letter of Undertaking that the company of is free of any litigation over the last 5 years 7 (j) In case of joint venture analysis based on Joint Venture (JV) document only should be submitted (The document will be submitted as per RCD letter no. 8131 dt. 24.07.2012 to J.V. 7 (k) The bidding capacity of the contractor should be equal to or more than the cost of the work. The bidding capacity shall be worked out by the following formula1 Bidding capacity = (A x N x 3-B). Were, A= Maximum value of construction works executed in any one year ending the last five years taking into account the completed as well as works in progress. N= Numbers of years prescribed for completion of work for which Technical Qualification Bid has been invited. B= Value of existing commitments and ongoing works to be completed during the period of completion of work for which Technical Qualification has been invited.
9.0 FINANCIAL INFORMATION Bidder should furnish the following financial information: Annual financial statements for the last five years (in Form ?A?)
10.0 EXPERIENCE IN CIVIL WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS 10.1 Bidder should furnish the following: (a)List of all works of similar class successfully completed during the last five years (in form ?B?) (b)List of the projects under execution or awarded (in Form ?C?) (c)Works for which bids already submitted (in form ?C1?) 10.2 Particulars of completed works and performance of the Bidder duly authenticated / certified by an officer not below the rank of EXECUTIVE ENGINEER or equivalent should be furnished separately for each work completed or in progress (in Form ?D?)
11.0 ORGANIZATION INFORMATION Bidder is required to submit the following information in respect of the organization (in Form ?E? & ?E-1?) (a) Name &postal address. l/c telephone & Telephone Number etc. (b) Copies of original documents, defining the legal status, place of Registration and principal places of business. (c) Names & Title of Chief Engineer and Officers to be concerned with the work, with designation of individuals authorized to act for the organization. (d) Information on any litigation in which the Bidder was involved during the last five years, including any current litigation. (e) Authorization for employer to seek detailed references. (f) Number of Technical & Administrative Employees in the company and how these would be involved in this work (in Form ?E-1?) 11.0 CONSTRUCTION PLANT & EQUIPMENT Bidder should furnish the list of construction plant and equipment including steel shuttering centering and scaffolding likely to be used in carrying out the work (in Form ?F?) Details of any other plant & equipment required for the work (not including in form ?F?) and available with the Bidder may also be
Description
7(a) 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 similar works
Description
7(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 only] of at least 50% (fifty percent) of the estimated cost of work (Rs 712270000.00), 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
7(c) The contracting Firm/Agency should have satisfactorily completed similar works as a Prime contractor during the last Five years, (ending on 31 October 2023) ending last day of month previous to the one in which application are invited should be either of the following: - (i) Satisfactorily completed three similar works each costing not less than 40% (forty percent) of the estimated cost Rs. 569816000.00 or completed, two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 854724000.00 or completed and one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 1139632000.00 (ii) Similar nature of works means Construction of RCC Framed Structure of multistorey RCC framed structure or Group Housing Buildings /Township or Institutional buildings/ multistorey Hostels having ? minimum G + 3 Storied buildings for State Govt./Central Govt./PSU Sector or any other organization in India only. The Any of above must include specialized services like Electrical HT & LT works, HVAC, Lifts, Firefighting, Internal and External Plumbing, Sewerage, STP, WTP for State Govt. Central Govt./PSU sector or any other organization in India only. The completion certificate shall be issued by employer not below the rank of Executive Engineer or Senior Project Manager. In case of Private client, the completion certificate issued by employer should be evaluated and certified by the retired Executive Engineer /Registered Valuer with valid registration number of Nationalized Bank/Insurance Company/Income Tax Department. In case of Private building completion certificate, it is essential that more than 50% of area of said private building is occupied or in use for more than one month and the same should be certified by above mentioned officer. In this regard clarifications as per need may be asked. The bidders shall have to also submit good quality digital photographs of the completed projects.
Description
(iii) The contracting Firm/Agency should have to submit A panel of three consultants/ list of consultancy firms for approval having Architect/Structural Designer/MEP experts / HVAC Expert /Interior Designer / Consultant etc. along with their consent letter to do work till completion just after evaluation of financial bid but before awarded of work. Consultancy firms must have experience of similar nature of work in their respective field. They have to submit successful completion of work in their respective field. completed three similar projects each costing not less than 40% (forty percent) of the estimated cost Rs. 569816000.00 or completed two similar projects each costing not less than 60% (sixty percent) of the estimated cost Rs. 854724000.00 or completed on similar projects costing not less than 80% (Eighty percent) of the estimated cost. Rs. 1139632000.00 After the award of work to construction agency, presentation will be made by all 3 consultancy firms in panel to Building Construction department and based on presentation one consultancy firm will be finalized/ finalized process.
Description
7 (d) consultancy firms have to give experience certificate of work done of the (i) completed project of three similar works each costing not less than 40% (forty percent) of the estimated cost Rs. 569816000.00 (ii) completed project of two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 854724000.00 (iii) completed project of one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 1139632000.00 The completion Certificate shall be issued by employer not below their rank of executive engineer or senior project manager. Note ? for 7 d (i), (ii) & (iii) complete projected shall mean that the consultant has completed the consultancy work and the client has accepted/approved for tender purpose In case of Private client, the completion certificate and valuation of the projects issued by employer should be Certified and Verified by the retired Executive Engineer/Registered Valuer of valid registration number Nationalized Bank/Insurance Company /Income Tax Department. The bidder shall have to also submit good quality digital photographs of the completed projects. Firm should have required experience only in any state of india
Description
7 (e) The contracting Firm / Agency should have to produce Banker?s solvency certificate or Revenue solvency Certificate of Value not less than 40% of the estimated cost (i.e. 56.98 crore). Solvency certificate must issue after the date of notice inviting tender.
Description
7 (f) 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 from the date of tender and valid till six months after date tender.)
Description
7 (g) The Bidder shall furnish undertaking that would be able to invest a minimum cash up to 25% of contract values of work, during implementation of work. 7 (h) The contracting Firm/Agency should not have incurred any loss in more than 2 years during the last five years ending 31st March 2023.
Description
7 (i) Letter of Undertaking that the company of is free of any litigation over the last 5 years 7 (j) In case of joint venture analysis based on Joint Venture (JV) document only should be submitted (The document will be submitted as per RCD letter no. 8131 dt. 24.07.2012 to J.V. 7 (k) The bidding capacity of the contractor should be equal to or more than the cost of the work. The bidding capacity shall be worked out by the following formula1 Bidding capacity = (A x N x 3-B). Were, A= Maximum value of construction works executed in any one year ending the last five years taking into account the completed as well as works in progress. N= Numbers of years prescribed for completion of work for which Technical Qualification Bid has been invited. B= Value of existing commitments and ongoing works to be completed during the period of completion of work for which Technical Qualification has been invited.
Description
9.0 FINANCIAL INFORMATION Bidder should furnish the following financial information: Annual financial statements for the last five years (in Form ?A?)
Description
10.0 EXPERIENCE IN CIVIL WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS 10.1 Bidder should furnish the following: (a)List of all works of similar class successfully completed during the last five years (in form ?B?) (b)List of the projects under execution or awarded (in Form ?C?) (c)Works for which bids already submitted (in form ?C1?) 10.2 Particulars of completed works and performance of the Bidder duly authenticated / certified by an officer not below the rank of EXECUTIVE ENGINEER or equivalent should be furnished separately for each work completed or in progress (in Form ?D?)
Description
11.0 ORGANIZATION INFORMATION Bidder is required to submit the following information in respect of the organization (in Form ?E? & ?E-1?) (a) Name &postal address. l/c telephone & Telephone Number etc. (b) Copies of original documents, defining the legal status, place of Registration and principal places of business. (c) Names & Title of Chief Engineer and Officers to be concerned with the work, with designation of individuals authorized to act for the organization. (d) Information on any litigation in which the Bidder was involved during the last five years, including any current litigation. (e) Authorization for employer to seek detailed references. (f) Number of Technical & Administrative Employees in the company and how these would be involved in this work (in Form ?E-1?) 11.0 CONSTRUCTION PLANT & EQUIPMENT Bidder should furnish the list of construction plant and equipment including steel shuttering centering and scaffolding likely to be used in carrying out the work (in Form ?F?) Details of any other plant & equipment required for the work (not including in form ?F?) and available with the Bidder may also be
Description
Description
Description
Description
Description

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

Attachments
LabelFile NameAttach File
1 TENDER DOCUMENT VOL 1.doc TENDER DOCUMENT VOL 1.doc
4 CHECK LIST AND OTHER DOCUMENTS-1-6.pdf CHECK LIST AND OTHER DOCUMENTS-1-6.pdf
5 CHECK LIST AND OTHER DOCUMENTS-7-14.pdf CHECK LIST AND OTHER DOCUMENTS-7-14.pdf
6 75966_JV GUIDE. ANNEX 1.pdf 75966_JV GUIDE. ANNEX 1.pdf
2 NIT 12.pdf NIT 12.pdf
3 TENDER DRAWING OF ACE ARA.zip TENDER DRAWING OF ACE ARA.zip
7 DBR PART 1.pdf DBR PART 1.pdf
8 DBR PART 2.pdf DBR PART 2.pdf
9 DBR PART 3.pdf DBR PART 3.pdf
Label
1
File Name
TENDER DOCUMENT VOL 1.doc
Attach File
TENDER DOCUMENT VOL 1.doc
Label
4
File Name
CHECK LIST AND OTHER DOCUMENTS-1-6.pdf
Attach File
CHECK LIST AND OTHER DOCUMENTS-1-6.pdf
Label
5
File Name
CHECK LIST AND OTHER DOCUMENTS-7-14.pdf
Attach File
CHECK LIST AND OTHER DOCUMENTS-7-14.pdf
Label
6
File Name
75966_JV GUIDE. ANNEX 1.pdf
Attach File
75966_JV GUIDE. ANNEX 1.pdf
Label
2
File Name
NIT 12.pdf
Attach File
NIT 12.pdf
Label
3
File Name
TENDER DRAWING OF ACE ARA.zip
Attach File
TENDER DRAWING OF ACE ARA.zip
Label
7
File Name
DBR PART 1.pdf
Attach File
DBR PART 1.pdf
Label
8
File Name
DBR PART 2.pdf
Attach File
DBR PART 2.pdf
Label
9
File Name
DBR PART 3.pdf
Attach File
DBR PART 3.pdf

Required Attachment from Bidder
Supporting DocumentMandatoryAllow ExemptionAttachement GroupEvaluation Type
AS PER CLAUSE NO 7 (a) Y N Others BidPart1
AS PER CLAUSE NO 7 (b) Y N Others BidPart1
AS PER CLAUSE NO 7 (c) Y N Others BidPart1
AS PER CLAUSE NO 7 (d) Y N Others BidPart1
AS PER CLAUSE NO 7 (e) Y N Others BidPart1
AS PER CLAUSE NO 7 (f) Y N Others BidPart1
AS PER CLAUSE NO 7 (g) Y N Others BidPart1
AS PER CLAUSE NO 7 (h) Y N Others BidPart1
AS PER CLAUSE NO 7 (i) Y N Others BidPart1
AS PER CLAUSE NO 7 (j) Y N Others BidPart1
AS PER CLAUSE NO 9 Y N Others BidPart1
AS PER CLAUSE NO 10 Y N Others BidPart1
AS PER CLAUSE NO 11 Y N Others BidPart1
ANY OTHER REQUIRED DOCUMENT AS PER NIT N N Others BidPart1
ANY OTHER REQUIRED DOCUMENT AS PER NIT/tender document N N Others BidPart1
AS PER CLAUSE NO 7 (k) Y N Others BidPart1
Supporting Document
AS PER CLAUSE NO 7 (a)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (b)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (c)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (d)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (e)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (f)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (g)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (h)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (i)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (j)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 9
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 10
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 11
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
ANY OTHER REQUIRED DOCUMENT AS PER NIT
Mandatory
N
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 (k)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1

BOQ
Item CodeItem DescriptionUOMQUANTITYMandatory Item
1 (A) Architectural Design 1A.1 Detail Architectural & Structural Design of all components. 1A.2 Development all drawings related to Mechanical, Electrical, Plumbing, STP, WTP, ESS, HVAC, ELV, Solar system, Lift, Fire Fighting System, Signages, Furniture and all other services. 1A.3 Development of all drawings related to external and internal drainage systems, sewerage system, water supply system including rain water harvesting ETC. Which required for project. 1A.4 Development of all drawings related to Landscaping, horticulture and campus development along with Boundary wall, gate and security system. 1A.5 Details of building managements system and all other details as indicated in schedule. 1A.6 Getting all statutory clearance (fire clarence, forest clearance, airport clearance, municipal, Environmental, Electrical Equipment?s, etc.) as required for the project including all mandatory fee chargeable by the competent authority of government of Bihar / semi government under govt. of Bihar 1A.7 The details design submitted by Agency must be in conformity with design Basis Report & Conceptual Plan with latest specification. 1A.8 The Agency will have the whole responsibility to get all statutory approval (Fire, Forest Industry, Electrification, Environmental, Airport Clarence, Municipal Corporation etc.) as required before starting of the work. Submission of as built drawing and all calculation of quantities after completion of work in Hard and Soft copy will be also in the scope of work. 1A.9 DBR should be the basic document for guiding the technical detailed / parameter and specification for more clearing as per Architectural, structural, electrical, P.H. and any other related drawing as per approved by competent authority shill/should be referred only items 1 Yes
1 (B) Construction, Execution and Monitoring 1B.1 Construction of whole projects as required. 1B.2 Contractor must submit as built drawing along with detail estimate after completion of project and hand over of project. 1B.3 Maintenance manual and SOP of each equipment and machinery installed at site. 1B.4 Contractor must be taking all necessary work regarding hand over the project to the Parent Department. 1B.5 The defect Liability period is Three years from the date of official hand over of the project to the administrative department. Even all landscape work after handing over the project shall maintain till defect liability period. For this agency will not to be paid any extra charges / claims. 1B.6 The Contractor must deploy a team of technical staff (like Electrician, Plumber, carpenter, Painter, mechanical staff with oner supervisor) as required for defect liability period. The response time of defect Lability Period will be minimum 6 hours. 1B.7 Payment shall be made according to actual detailed measurement along with reinforcement. When the Contractor submits the bill for payment, detailed measurement, reinforcement sheet and analysis of material will be attached along with joint verifying of J.E. and A.E. B.C.D. 1B.8 The Contractor must submit quality test report of material which are used for construction duly verified from N.I.T/I.I. T as per direction of E/I Note: - All Design and drawings (structural, electrical, MEP, HVAC and external and external services drawings) provided by the agency must be vetted by the NIT/IIT Patna after getting them checked by the prime consultants. All design calculations to be submitted to the consultants in an approved format. If necessary, various consultants of the Contractor shall have to visit the offices of the prime consultants/ there associate consultants to get the same checked. Only after their review, and incorporating any corrections, shall the drawing be sent to any NIT/IIT Patna for Vetting. items 1 Yes
Item Code
1 (A) Architectural Design
Item Description
1A.1 Detail Architectural & Structural Design of all components. 1A.2 Development all drawings related to Mechanical, Electrical, Plumbing, STP, WTP, ESS, HVAC, ELV, Solar system, Lift, Fire Fighting System, Signages, Furniture and all other services. 1A.3 Development of all drawings related to external and internal drainage systems, sewerage system, water supply system including rain water harvesting ETC. Which required for project. 1A.4 Development of all drawings related to Landscaping, horticulture and campus development along with Boundary wall, gate and security system. 1A.5 Details of building managements system and all other details as indicated in schedule. 1A.6 Getting all statutory clearance (fire clarence, forest clearance, airport clearance, municipal, Environmental, Electrical Equipment?s, etc.) as required for the project including all mandatory fee chargeable by the competent authority of government of Bihar / semi government under govt. of Bihar 1A.7 The details design submitted by Agency must be in conformity with design Basis Report & Conceptual Plan with latest specification. 1A.8 The Agency will have the whole responsibility to get all statutory approval (Fire, Forest Industry, Electrification, Environmental, Airport Clarence, Municipal Corporation etc.) as required before starting of the work. Submission of as built drawing and all calculation of quantities after completion of work in Hard and Soft copy will be also in the scope of work. 1A.9 DBR should be the basic document for guiding the technical detailed / parameter and specification for more clearing as per Architectural, structural, electrical, P.H. and any other related drawing as per approved by competent authority shill/should be referred only
UOM
items
QUANTITY
1
Mandatory Item
Yes
Item Code
1 (B) Construction, Execution and Monitoring
Item Description
1B.1 Construction of whole projects as required. 1B.2 Contractor must submit as built drawing along with detail estimate after completion of project and hand over of project. 1B.3 Maintenance manual and SOP of each equipment and machinery installed at site. 1B.4 Contractor must be taking all necessary work regarding hand over the project to the Parent Department. 1B.5 The defect Liability period is Three years from the date of official hand over of the project to the administrative department. Even all landscape work after handing over the project shall maintain till defect liability period. For this agency will not to be paid any extra charges / claims. 1B.6 The Contractor must deploy a team of technical staff (like Electrician, Plumber, carpenter, Painter, mechanical staff with oner supervisor) as required for defect liability period. The response time of defect Lability Period will be minimum 6 hours. 1B.7 Payment shall be made according to actual detailed measurement along with reinforcement. When the Contractor submits the bill for payment, detailed measurement, reinforcement sheet and analysis of material will be attached along with joint verifying of J.E. and A.E. B.C.D. 1B.8 The Contractor must submit quality test report of material which are used for construction duly verified from N.I.T/I.I. T as per direction of E/I Note: - All Design and drawings (structural, electrical, MEP, HVAC and external and external services drawings) provided by the agency must be vetted by the NIT/IIT Patna after getting them checked by the prime consultants. All design calculations to be submitted to the consultants in an approved format. If necessary, various consultants of the Contractor shall have to visit the offices of the prime consultants/ there associate consultants to get the same checked. Only after their review, and incorporating any corrections, shall the drawing be sent to any NIT/IIT Patna for Vetting.
UOM
items
QUANTITY
1
Mandatory Item
Yes

Created By : Mr BHASKAR NEERAJ (EXECUTIVE ENGINEER)

Created On : 04-03-2024 05:20 PM