General Information
Bid Part Template Bid Part Number Scheduled Open Date

Date Schedule
29676101100152224623916rfqdateFixed_rfqdate_datasetRFQ DATE538538A372415783801010003724157838063100011188670Y1NDate Schedule09817920000falsefalseYfalse
Bid Submission Start Date 19-06-2024 10:00 AM
Bid Submission Due Date 10-07-2024 03:00 PM
Bid Open Date 11-07-2024 03:30 PM
Physical doc Submission End Date as allowed in the tender document   11-07-2024 03:00 PM

Pre-bid Discussion
29684101100152224623919prebiddiscussionPre Bid DiscussionPre Bid Discussion538538A372415783801010003724157838063200011188710Y2NPre-bid Discussion09818070000falsefalseYfalse
Pre-Bid Discussion Type OFFLINE
Pre-Bid Meeting Start Date 24-06-2024 03:00 PM
Pre-Bid Meeting End Date 24-06-2024 04:00 PM
Venue Details 25-06-2024 03:00 pm AT OFFICE OF CE SOUTH, BCD , PATNA
Remarks 24-06-2024 03:00 pm AT OFFICE OF SE GAYA CIRCLE, BCD , GAYA

Payment
Payment TypeAmountPayment ModePayment CurrencyExemption Allowed/DisallowedExemption Reason
EMD 6164400 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
6164400
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
7.1 Should not have incurred any loss in more than two years during the last five years ending 31st March 2024 Audit report of last five years duly audited by C.A
7.2 Should have a solvency of Rs. 206,570,911.20 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 declarer 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 declarer themselves their all excising commitment hiding fact be sufficient cause for rejection.
7.4 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)(i) 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
3(a)(ii) 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) Contractor/ firms should have achieved during last five years in any one year a minimum Annual financial turn over (In all classes of Civil Engineering Construction works only) at least 50% of the cost of work Balance Sheet, Profit and Loss & Audit Report (to be Indexed at the Rate of 8% for a year)
3( c) The contracting Firm/Agency should have satisfactorily completed as a Prime contractor during the last five years, ending (one month before date of tender) Three similar works each costing not less than 40% (forty percent) of the estimated cost or completed two similar works each costing not less than 60% (sixty percent) of the estimated cost or completed one similar work costing not less than 80% (eighty percent) of the estimated cost. Form 'B' Similar works completed(Escalataion factor applicable as per letter no 7291 dated 08/08/2019 of Building Construction Dept. As annexed )
3( c)i a) Contractors/Firm's should have completed 3 - works costing not less than 40% of Estimated cost. Rs. 206,570,911.20 OR, 3( c)ii b) Contractors/Firm's should have completed 2 - works costing not less than 60% of Estimated cost. Rs. 309,856,366.80 OR, 3( c)iii b) Contractors/Firm's should have completed 1 - work costing not less than 80% of Estimated cost. Rs. 413,141,822.40
3 (c) iv Note:- 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 and Valuation of Project issued by employer should be certified by the Retired Engineer/ Registered Valuer of Nationalised Bank/Insurance Company/ Income Tax Department. The bidders shall have to also submit good quality digital photographs of the completed projects.
3(c )v Contractor/ firms should have adequate capacity of carrying out electrical works (electrical contractor) . They should also indicate name of specialised fire-fighting agency. Should submit certificates for capacity of work and?1A? Class electrical contractor. Should submit certificate of capacity of electrical works
3(d) Firm should have required experience only in any state of India. 3(e) The contracting firm /agengy should produce evidence of accesss to lines of credit and availability of other financial resources facilties ( 10% of cost of work) certificate issue by bank as per prescribe format in Sec-2 3(f) The bidders shall furnish under taking that he would be able to invest a minimum cash up to 25% of cost of work. Undertaking should be submitted
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
Description
7.1 Should not have incurred any loss in more than two years during the last five years ending 31st March 2024 Audit report of last five years duly audited by C.A
Description
7.2 Should have a solvency of Rs. 206,570,911.20 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 declarer 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 declarer themselves their all excising commitment hiding fact be sufficient cause for rejection.
Description
7.4 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)(i) 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
3(a)(ii) 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) Contractor/ firms should have achieved during last five years in any one year a minimum Annual financial turn over (In all classes of Civil Engineering Construction works only) at least 50% of the cost of work Balance Sheet, Profit and Loss & Audit Report (to be Indexed at the Rate of 8% for a year)
Description
3( c) The contracting Firm/Agency should have satisfactorily completed as a Prime contractor during the last five years, ending (one month before date of tender) Three similar works each costing not less than 40% (forty percent) of the estimated cost or completed two similar works each costing not less than 60% (sixty percent) of the estimated cost or completed one similar work costing not less than 80% (eighty percent) of the estimated cost. Form 'B' Similar works completed(Escalataion factor applicable as per letter no 7291 dated 08/08/2019 of Building Construction Dept. As annexed )
Description
3( c)i a) Contractors/Firm's should have completed 3 - works costing not less than 40% of Estimated cost. Rs. 206,570,911.20 OR, 3( c)ii b) Contractors/Firm's should have completed 2 - works costing not less than 60% of Estimated cost. Rs. 309,856,366.80 OR, 3( c)iii b) Contractors/Firm's should have completed 1 - work costing not less than 80% of Estimated cost. Rs. 413,141,822.40
Description
3 (c) iv Note:- 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 and Valuation of Project issued by employer should be certified by the Retired Engineer/ Registered Valuer of Nationalised Bank/Insurance Company/ Income Tax Department. The bidders shall have to also submit good quality digital photographs of the completed projects.
Description
3(c )v Contractor/ firms should have adequate capacity of carrying out electrical works (electrical contractor) . They should also indicate name of specialised fire-fighting agency. Should submit certificates for capacity of work and?1A? Class electrical contractor. Should submit certificate of capacity of electrical works
Description
3(d) Firm should have required experience only in any state of India. 3(e) The contracting firm /agengy should produce evidence of accesss to lines of credit and availability of other financial resources facilties ( 10% of cost of work) certificate issue by bank as per prescribe format in Sec-2 3(f) The bidders shall furnish under taking that he would be able to invest a minimum cash up to 25% of cost of work. Undertaking should be submitted
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 9 NOC FOR DEBAR ATTACHED SELF DECLARATION

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
4 Check list farwarding.pdf Check list farwarding.pdf
6 Letter No 3183 Dated 3-6-2020.pdf Letter No 3183 Dated 3-6-2020.pdf
7 Letter no 7291 E-in-C bcd.pdf Letter no 7291 E-in-C bcd.pdf
8 Letter no 7292 E-in- C bcd.pdf Letter no 7292 E-in- C bcd.pdf
2 11862_Annex.1-Joint Venture Guidelines.pdf 11862_Annex.1-Joint Venture Guidelines.pdf
3 Genral Condition MADANPUR.doc Genral Condition MADANPUR.doc
5 BOQ Madanpur.xls BOQ Madanpur.xls
9 BOQ Electrical 720 Madanpur Aurangabad.xlsx BOQ Electrical 720 Madanpur Aurangabad.xlsx
1 NIT 01_24-25.pdf NIT 01_24-25.pdf
Label
4
File Name
Check list farwarding.pdf
Attach File
Check list farwarding.pdf
Label
6
File Name
Letter No 3183 Dated 3-6-2020.pdf
Attach File
Letter No 3183 Dated 3-6-2020.pdf
Label
7
File Name
Letter no 7291 E-in-C bcd.pdf
Attach File
Letter no 7291 E-in-C bcd.pdf
Label
8
File Name
Letter no 7292 E-in- C bcd.pdf
Attach File
Letter no 7292 E-in- C bcd.pdf
Label
2
File Name
11862_Annex.1-Joint Venture Guidelines.pdf
Attach File
11862_Annex.1-Joint Venture Guidelines.pdf
Label
3
File Name
Genral Condition MADANPUR.doc
Attach File
Genral Condition MADANPUR.doc
Label
5
File Name
BOQ Madanpur.xls
Attach File
BOQ Madanpur.xls
Label
9
File Name
BOQ Electrical 720 Madanpur Aurangabad.xlsx
Attach File
BOQ Electrical 720 Madanpur Aurangabad.xlsx
Label
1
File Name
NIT 01_24-25.pdf
Attach File
NIT 01_24-25.pdf

Required Attachment from Bidder
Supporting DocumentMandatoryAllow ExemptionAttachement GroupEvaluation Type
EMD(BANK GUARANTEE for offline mode) / ONLINE RECEPT Y N Others BidPart1
JOINT VENTURE DOC. N N Others BidPart1
AS Per Clause No.7.1 OF CHECK LIST Y N Others BidPart1
AS Per Clause No.7.2 OF CHECK LIST Y N Others BidPart1
AS Per Clause No.7.3 OF CHECK LIST Y N Others BidPart1
AS Per Clause No.7.4 OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3(a)(i) OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3(a)(ii) OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3(b)OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( c)OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( c)i OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( c)ii OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( c)iii OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( c)iv OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( c)v OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( d) OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( e) OF CHECK LIST Y N Others BidPart1
AS Per Clause No.3( f) OF CHECK LIST Y N Others BidPart1
AS Per Clause No. 8.2 OF CHECK LIST Y N Others BidPart1
AS Per Clause No. 9, Clause No. 10, Clause No. 11, Clause No. 12 OF CHECK LIST 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
JOINT VENTURE DOC.
Mandatory
N
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.7.1 OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.7.2 OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.7.3 OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.7.4 OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3(a)(i) OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3(a)(ii) OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3(b)OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( c)OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( c)i OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( c)ii OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( c)iii OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( c)iv OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( c)v OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( d) OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( e) OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.3( f) OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No. 8.2 OF CHECK LIST
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No. 9, Clause No. 10, Clause No. 11, Clause No. 12 OF CHECK LIST
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
01/BCD/AURANGABAD/2024-25 GROUP 2 CONSTRUCTION OF 720 CAPACITY DR BHIM RAO AMBEDKAR SC/ST 10+2 RESIDENTIAL SCHOOL BUILDING AT - MADANPUR IN DISTRICT AURANGABAD. WORK 1 516427278 516427278 BOQ 720 BEDDED MADANPUR.zip Yes
SUM: 516427278 Fifty-one crore sixty-four lakh twenty-seven thousand two hundred and seventy-eight
Work Ref No (If Applicable)
01/BCD/AURANGABAD/2024-25 GROUP 2
Name of the Work
CONSTRUCTION OF 720 CAPACITY DR BHIM RAO AMBEDKAR SC/ST 10+2 RESIDENTIAL SCHOOL BUILDING AT - MADANPUR IN DISTRICT AURANGABAD.
UOM
WORK
QUANTITY
1
Rate
516427278
Estimated Cost (Inclusive of All Taxes & Other Charges)
516427278
Attachment
BOQ 720 BEDDED MADANPUR.zip
Mandatory Item
Yes
Sum(Estimated Cost (Inclusive of All Taxes & Other Charges)): 516427278 (Fifty-one crore sixty-four lakh twenty-seven thousand two hundred and seventy-eight )

Created By : Mr SHASHI BHUSHAN (EXECUTIVE ENGINEER)

Created On : 18-06-2024 04:30 PM