General Information
Bid Part Template Bid Part Number Scheduled Open Date

Date Schedule
29695101100152224633916rfqdateFixed_rfqdate_datasetRFQ DATE538538A372415783806670003724157838095700011188670Y1NDate Schedule09223130000falsefalseYfalse
Bid Submission Start Date 15-03-2024 06:00 PM
Bid Submission Due Date 28-03-2024 03:00 PM
Bid Open Date 30-03-2024 03:00 PM
Physical doc Submission End Date as allowed in the tender document   30-03-2024 02:30 PM

Pre-bid Discussion
29703101100152224633919prebiddiscussionPre Bid DiscussionPre Bid Discussion538538A372415783806680003724157838095700011188710Y2NPre-bid Discussion09223110000falsefalseYfalse
Pre-Bid Discussion Type OFFLINE
Pre-Bid Meeting Start Date 19-03-2024 03:00 PM
Pre-Bid Meeting End Date 19-03-2024 04:00 PM
Venue Details AT OFFICE OF SE (PATNA BUILDING CIRCLE) , BCD PATNA ON 19-03-2024 03:00 pm
Remarks AT OFFICE OF CE (PATNA), BCD, PATNA ON 20-03-2024 03:00 pm

Payment
Payment TypeAmountPayment ModePayment CurrencyExemption Allowed/DisallowedExemption Reason
EMD 2492000 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
2492000
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 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, 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 January 2024) ending last day of month previous to the one inwhich application are invited should be either of the following: - (i) Satisfactorily completed similar works costing not less than50%(fifty percent) of the estimated cost. (ii) Similar nature of works means Construction of RCC Framed Structure of Non residential & Non industrial Building having minimum G + 3 Storied buildings for State Govt./Central Govt./PSU Sector or any other organization in India only on EPC (Engineering Procurement and Construction) Mode. The Above must include specialized services like Electrical HT & LT works & Lifts for State Govt. Central Govt./PSU sector or any other organization in India only on EPC (Engineering Procurement and Construction) Mode. The completion certificate shall be issued by employer not below the rank of Executive Engineer or Senior Project Manager.
(iii) The contracting Firm/Agency should have to submit name of consultancy firms having Architect/Structural Designer/MEP experts / HVAC Expert /Interior Designer / Consultant etc. along with their consent letter to do work till completion.
(iv) The Contracting Firm/Agency shall have to submit a panel of three consultant/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 award of work. Consultancy firms must have experience of similar nature of work in their respective field on EPC (Engineering Procurement and Construction) Mode. They have to submit successful completion of work in their respective field, completed similar projects costing not less than 50% (fifty percent) of the estimated cost.
(vi)Consultancy firms have to give experience certificate of work done of the completed project of similar works each costing not less than 50% (fifty percent) of the estimated cost
7 (d) The contracting Firm / Agency should have to produce Banker?s solvency certificate or Revenue solvency Certificate of Value not less than 25% of the estimated cost. Solvency certificate must issue after the date of notice inviting tender.
7 (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 from the date of tender and valid till six months after date tender.)
7 (f) 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 (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.
7 (h) Letter of Undertaking that the company of is free of any litigation over the last 5 years 7 (i) Joint Venture (JV) is acceptable as per annexure 1 of Tender document.
7 (I) 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. 14 (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 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, 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 January 2024) ending last day of month previous to the one inwhich application are invited should be either of the following: - (i) Satisfactorily completed similar works costing not less than50%(fifty percent) of the estimated cost. (ii) Similar nature of works means Construction of RCC Framed Structure of Non residential & Non industrial Building having minimum G + 3 Storied buildings for State Govt./Central Govt./PSU Sector or any other organization in India only on EPC (Engineering Procurement and Construction) Mode. The Above must include specialized services like Electrical HT & LT works & Lifts for State Govt. Central Govt./PSU sector or any other organization in India only on EPC (Engineering Procurement and Construction) Mode. The completion certificate shall be issued by employer not below the rank of Executive Engineer or Senior Project Manager.
Description
(iii) The contracting Firm/Agency should have to submit name of consultancy firms having Architect/Structural Designer/MEP experts / HVAC Expert /Interior Designer / Consultant etc. along with their consent letter to do work till completion.
Description
(iv) The Contracting Firm/Agency shall have to submit a panel of three consultant/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 award of work. Consultancy firms must have experience of similar nature of work in their respective field on EPC (Engineering Procurement and Construction) Mode. They have to submit successful completion of work in their respective field, completed similar projects costing not less than 50% (fifty percent) of the estimated cost.
Description
(vi)Consultancy firms have to give experience certificate of work done of the completed project of similar works each costing not less than 50% (fifty percent) of the estimated cost
Description
7 (d) The contracting Firm / Agency should have to produce Banker?s solvency certificate or Revenue solvency Certificate of Value not less than 25% of the estimated cost. Solvency certificate must issue after the date of notice inviting tender.
Description
7 (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 from the date of tender and valid till six months after date tender.)
Description
7 (f) 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 (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.
Description
7 (h) Letter of Undertaking that the company of is free of any litigation over the last 5 years 7 (i) Joint Venture (JV) is acceptable as per annexure 1 of Tender document.
Description
7 (I) 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?)
Description
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. 14 (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

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

Attachments
LabelFile NameAttach File
1 TENDER DOCUMENT SPORTS FACILITY RAJVANSHINAGAR-1 (1).pdf TENDER DOCUMENT SPORTS FACILITY RAJVANSHINAGAR-1 (1).pdf
2 NIT 09.pdf NIT 09.pdf
3 DBR Indoor sports hall rajvanshinagar civil.pdf DBR Indoor sports hall rajvanshinagar civil.pdf
4 ELECTRIC DBR1.pdf ELECTRIC DBR1.pdf
5 ELECTRIC DBR2.pdf ELECTRIC DBR2.pdf
6 ELECTRIC DBR 3.pdf ELECTRIC DBR 3.pdf
7 payment schedule indoor stadium rajvanshinagar.xlsx payment schedule indoor stadium rajvanshinagar.xlsx
Label
1
File Name
TENDER DOCUMENT SPORTS FACILITY RAJVANSHINAGAR-1 (1).pdf
Attach File
TENDER DOCUMENT SPORTS FACILITY RAJVANSHINAGAR-1 (1).pdf
Label
2
File Name
NIT 09.pdf
Attach File
NIT 09.pdf
Label
3
File Name
DBR Indoor sports hall rajvanshinagar civil.pdf
Attach File
DBR Indoor sports hall rajvanshinagar civil.pdf
Label
4
File Name
ELECTRIC DBR1.pdf
Attach File
ELECTRIC DBR1.pdf
Label
5
File Name
ELECTRIC DBR2.pdf
Attach File
ELECTRIC DBR2.pdf
Label
6
File Name
ELECTRIC DBR 3.pdf
Attach File
ELECTRIC DBR 3.pdf
Label
7
File Name
payment schedule indoor stadium rajvanshinagar.xlsx
Attach File
payment schedule indoor stadium rajvanshinagar.xlsx

Required Attachment from Bidder
Supporting DocumentMandatoryAllow ExemptionAttachement GroupEvaluation Type
EMD(BANK GUARANTEE for offline mode) / ONLINE RECEPT Y N Others BidPart1
ALL OTHER REQUIRED DOCUMENT AS PER NIQ/ TENDER DOCUMENT (1) N N Others BidPart1
ALL OTHER REQUIRED DOCUMENT AS PER NIQ/ TENDER DOCUMENT (2) N N Others BidPart1
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 (c) (i) Y N Others BidPart1
AS PER CLAUSE NO 7 (c) (ii) Y N Others BidPart1
AS PER CLAUSE NO 7 (c) (iii) Y N Others BidPart1
AS PER CLAUSE NO 7 (c) (iv) 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
Supporting Document
EMD(BANK GUARANTEE for offline mode) / ONLINE RECEPT
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
ALL OTHER REQUIRED DOCUMENT AS PER NIQ/ TENDER DOCUMENT (1)
Mandatory
N
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
ALL OTHER REQUIRED DOCUMENT AS PER NIQ/ TENDER DOCUMENT (2)
Mandatory
N
Allow Exemption
N
Attachement Group
Others
Evaluation Type
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 (c) (i)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (c) (ii)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (c) (iii)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7 (c) (iv)
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

BOQ
Item CodeItem DescriptionUOMQUANTITYMandatory Item
NIT 09/DANAPUR/BCD/2023-24 A) Architectural Design 1A.1?Detail Architectural & Structural Design of all components. 1A.3?Development of all drawings related to work etc. Which required for project. 1A.5?Details of building managements system and all other details as indicated in schedule. 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 Construction, Execution and Monitoring 1B.1?Construction of whole projects as required. 1B.2?Contractor must submit as built drawing 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. 1B.6?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 items 1 Yes
Item Code
NIT 09/DANAPUR/BCD/2023-24
Item Description
A) Architectural Design 1A.1?Detail Architectural & Structural Design of all components. 1A.3?Development of all drawings related to work etc. Which required for project. 1A.5?Details of building managements system and all other details as indicated in schedule. 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 Construction, Execution and Monitoring 1B.1?Construction of whole projects as required. 1B.2?Contractor must submit as built drawing 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. 1B.6?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
UOM
items
QUANTITY
1
Mandatory Item
Yes

Created By : Mr MALAY SINHA (EXECUTIVE ENGINEER)

Created On : 15-03-2024 03:05 PM