General Information
Bid Part Template Bid Part Number Scheduled Open Date

Date Schedule
29676101100152224623916rfqdateFixed_rfqdate_datasetRFQ DATE538538A372415783801010003724157838063100011188670Y1NDate Schedule09381730000falsefalseYfalse
Bid Submission Start Date 30-03-2024 05:00 PM
Bid Submission Due Date 06-04-2024 03:00 PM
Bid Open Date 06-04-2024 05:00 PM
Physical doc Submission End Date as allowed in the tender document  

Pre-bid Discussion
29684101100152224623919prebiddiscussionPre Bid DiscussionPre Bid Discussion538538A372415783801010003724157838063200011188710Y2NPre-bid Discussion09381870000falsefalseYfalse
Pre-Bid Discussion Type OFFLINE
Pre-Bid Meeting Start Date 02-04-2024 05:00 PM
Pre-Bid Meeting End Date 02-04-2024 06:00 PM
Venue Details ZILA ABHIYANTA ZILA PARISAD KARYALAY PATNA
Remarks ZILA PARISAD KARYALAY PATNA

Payment
Payment TypeAmountPayment ModePayment CurrencyExemption Allowed/DisallowedExemption Reason
EMD 1086000 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
1086000
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
AS PER NIT, & TENDER DOCUMENT
Description
AS PER NIT, & TENDER DOCUMENT

Terms and Conditions
Clause No.SpecificationAttachment
1 NIT COPY Re Nit-03 SBD 23-34.pdf
3 LETTTER LETTER NO. 204.doc
4 LETTTER Letter no. 536.pdf
5 LETTTER LETTER NO.274.doc
6 LETTTER letter_0050_m.pdf
7 LETTTER letter_00124_m.pdf
8 LETTTER letter_0599_m.pdf
9 LETTTER letter_686.pdf
10 LETTTER order_0200.pdf
11 TENDER DOCUMENT TECHNICAL BID.docx
12 TECHNICAL BID TECHNICAL SHEET.xls
13 BOQ BOQ.xls
14 Letter Letter 163(E) Dt 10.01.2024.pdf
Clause No.
1
Specification
NIT COPY
Attachment
Re Nit-03 SBD 23-34.pdf
Clause No.
3
Specification
LETTTER
Attachment
LETTER NO. 204.doc
Clause No.
4
Specification
LETTTER
Attachment
Letter no. 536.pdf
Clause No.
5
Specification
LETTTER
Attachment
LETTER NO.274.doc
Clause No.
6
Specification
LETTTER
Attachment
letter_0050_m.pdf
Clause No.
7
Specification
LETTTER
Attachment
letter_00124_m.pdf
Clause No.
8
Specification
LETTTER
Attachment
letter_0599_m.pdf
Clause No.
9
Specification
LETTTER
Attachment
letter_686.pdf
Clause No.
10
Specification
LETTTER
Attachment
order_0200.pdf
Clause No.
11
Specification
TENDER DOCUMENT
Attachment
TECHNICAL BID.docx
Clause No.
12
Specification
TECHNICAL BID
Attachment
TECHNICAL SHEET.xls
Clause No.
13
Specification
BOQ
Attachment
BOQ.xls
Clause No.
14
Specification
Letter
Attachment
Letter 163(E) Dt 10.01.2024.pdf

Attachments
LabelFile NameAttach File
3 TECHNICAL BID.docx TECHNICAL BID.docx
4 TECHNICAL SHEET.xls TECHNICAL SHEET.xls
1 Re Nit-03 SBD 23-34.pdf Re Nit-03 SBD 23-34.pdf
Label
3
File Name
TECHNICAL BID.docx
Attach File
TECHNICAL BID.docx
Label
4
File Name
TECHNICAL SHEET.xls
Attach File
TECHNICAL SHEET.xls
Label
1
File Name
Re Nit-03 SBD 23-34.pdf
Attach File
Re Nit-03 SBD 23-34.pdf

Required Attachment from Bidder
Supporting DocumentMandatoryAllow ExemptionAttachement GroupEvaluation Type
Name of the contractor Y N Others BidPart1
Address of the contractor Y N Others BidPart1
Bid validity periods In days Y N Others BidPart1
Bid Security (A) Unconditional bank guarantee from any scheduled Indian bank issued within the state Y N Others BidPart1
(i) Legal Status of Bidder. Y N Others BidPart1
(ii) Place of Registration. Y N Others BidPart1
(iii) Principal place of Business Y N Others BidPart1
(iv) Power of attorney of signatory Bid Y N Others BidPart1
Total value of civil engineering construction work performed in last five years.1. Annual Financial Y N Others BidPart1
2018-19 Y N Others BidPart1
2019-20 Y N Others BidPart1
2020-21 Y N Others BidPart1
2021-22 Y N Others BidPart1
2022-23 Y N Others BidPart1
Work Experience of Similar nature Satisfactory completed atleast one similar work of value not less Y N Experiences BidPart1
Minimum Quantities of work done as prime contractor in any one year during last five years. Y N Experiences BidPart1
Earth Work ( Excavation, Filling, Bank Filling ) in Foundation Cum 304.00 Y N Experiences BidPart1
Masonary works (Boulder, Brick etc.) Cum 303.00 Y N Experiences BidPart1
Cement Concrete (PCC, RCC, PSC etc.) Cum 337.00 Y N Experiences BidPart1
Bidding Capacity: More than the total Bid value of present work = A*N*3-B=Rs. ____.Where A = Maxm. V N N Experiences BidPart1
(a) Existing commitments and ongoing works Y N Experiences BidPart1
(b) Work for which Bid already submitted Y N Experiences BidPart1
Availability of key items of Contractor's Equipment Y N Others BidPart1
Concrete mixes with integral weight batching facility 2no 5year Y N Others BidPart1
Vibrator ( Plain and niddle) 3nos 5year Y N Others BidPart1
Poclain/Excavator/ Front End Loader or any other loading machine 1no 5year Y N Others BidPart1
Tractor/ Tipper/ Dumper 6/1/1 5/5/5 Y N Others BidPart1
Water Tanker 1no 5year Y N Others BidPart1
Site Engineer/ B.E. Civil+ 07 years exp. (3 years in Irrigation work) or retired A.E. 1 Y N Others BidPart1
Site Supervisor / Fresh Graduate in Civil or Diploma Civil + 03 years Exp. Or retired ITI Holder 1 Y N Others BidPart1
Evidence of accesses to Financial Resources Evidence of access to or availability of creadit facil Y N Others BidPart1
Proposed methodology and programme of construction. Justifying their capability of execution and com Y N Others BidPart1
Litigation History Information regarding any litigation, current or during the last five years, in w Y N Others BidPart1
Affidavit Regarding statements made in the required attachments are true and correct. Y N Others BidPart1
Undertaking Able to invest a minimum of cost upto 25% of contract value of work. During implementat Y N Others BidPart1
Time of Completion Y N Others BidPart1
Registration No. Y N Others BidPart1
Character Chertificate Y N Others BidPart1
I.T. & GST Registration & clearance Certificate Y N Others BidPart1
Labour License Y N Others BidPart1
NOC for Debar (If required) Y N Others BidPart1
boq Y N Financial BidPart2
Supporting Document
Name of the contractor
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Address of the contractor
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Bid validity periods In days
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Bid Security (A) Unconditional bank guarantee from any scheduled Indian bank issued within the state
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
(i) Legal Status of Bidder.
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
(ii) Place of Registration.
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
(iii) Principal place of Business
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
(iv) Power of attorney of signatory Bid
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Total value of civil engineering construction work performed in last five years.1. Annual Financial
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
2018-19
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
2019-20
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
2020-21
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
2021-22
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
2022-23
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Work Experience of Similar nature Satisfactory completed atleast one similar work of value not less
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Minimum Quantities of work done as prime contractor in any one year during last five years.
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Earth Work ( Excavation, Filling, Bank Filling ) in Foundation Cum 304.00
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Masonary works (Boulder, Brick etc.) Cum 303.00
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Cement Concrete (PCC, RCC, PSC etc.) Cum 337.00
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Bidding Capacity: More than the total Bid value of present work = A*N*3-B=Rs. ____.Where A = Maxm. V
Mandatory
N
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
(a) Existing commitments and ongoing works
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
(b) Work for which Bid already submitted
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
Availability of key items of Contractor's Equipment
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Concrete mixes with integral weight batching facility 2no 5year
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Vibrator ( Plain and niddle) 3nos 5year
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Poclain/Excavator/ Front End Loader or any other loading machine 1no 5year
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Tractor/ Tipper/ Dumper 6/1/1 5/5/5
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Water Tanker 1no 5year
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Site Engineer/ B.E. Civil+ 07 years exp. (3 years in Irrigation work) or retired A.E. 1
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Site Supervisor / Fresh Graduate in Civil or Diploma Civil + 03 years Exp. Or retired ITI Holder 1
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Evidence of accesses to Financial Resources Evidence of access to or availability of creadit facil
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Proposed methodology and programme of construction. Justifying their capability of execution and com
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Litigation History Information regarding any litigation, current or during the last five years, in w
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Affidavit Regarding statements made in the required attachments are true and correct.
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Undertaking Able to invest a minimum of cost upto 25% of contract value of work. During implementat
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Time of Completion
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Registration No.
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Character Chertificate
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
I.T. & GST Registration & clearance Certificate
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
Labour License
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
NOC for Debar (If required)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
boq
Mandatory
Y
Allow Exemption
N
Attachement Group
Financial
Evaluation Type
BidPart2

BOQ
Work Ref No (If Applicable)Name of the WorkUOMQUANTITYRateEstimated Cost (Inclusive of All Taxes & Other Charges)AttachmentMandatory Item
Re-NIT NO 03 SBD / 2023-24 GROUP NO 01 CONSTRUCTION OF PROPOSED SAMUDAYIK BHAWAN AT FATUHA (PATNA), (BIHAR) WORK 1 54297283 54297283 BOQ.xls Yes
SUM: 54297283 Five crore fourty-two lakh ninety-seven thousand two hundred and eighty-three
Work Ref No (If Applicable)
Re-NIT NO 03 SBD / 2023-24 GROUP NO 01
Name of the Work
CONSTRUCTION OF PROPOSED SAMUDAYIK BHAWAN AT FATUHA (PATNA), (BIHAR)
UOM
WORK
QUANTITY
1
Rate
54297283
Estimated Cost (Inclusive of All Taxes & Other Charges)
54297283
Attachment
BOQ.xls
Mandatory Item
Yes
Sum(Estimated Cost (Inclusive of All Taxes & Other Charges)): 54297283 (Five crore fourty-two lakh ninety-seven thousand two hundred and eighty-three )

Created By : Mr Shiv Prasad (DISTRICT ENGINEER)

Created On : 28-03-2024 05:09 PM