Physical doc Submission End Date as allowed in the tender document
17-07-2024 03:00 PM
Pre-bid Discussion
29703
101
100
1522
2463
3919
prebiddiscussion
Pre Bid Discussion
Pre Bid Discussion
538
538
A
3724
1578380668000
3724
1578380957000
1
1
18871
0
Y
2
N
Pre-bid Discussion
0
984428
0
0
0
0
false
false
Y
false
Pre-Bid Discussion Type
OFFLINE
Pre-Bid Meeting Start Date
28-06-2024 03:00 PM
Pre-Bid Meeting End Date
28-06-2024 04:00 PM
Venue Details
28-06-2024 03:00 pm AT OFFICE OF SE Gaya Circle, BCD GAYA
Remarks
02-07-2024 03:00 pm AT OFFICE OF CE SOUTH, BCD PATNA
Payment
Payment Type
Amount
Payment Mode
Payment Currency
Exemption Allowed/Disallowed
Exemption Reason
EMD
1753700
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
1753700
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
[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 5 years and having experience and capacity in the execution of similar works;
[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 2024. The annual turn over of previous years will be adjusted on annual inflation of 8% (eight percent);
[c] The contracting Firm/Agency should have satisfactorily completed as a Prime contractor during the last 5 years, ending Dec 2023. (a) Satisfactorily completed as a prime contractor (or as a nominated subcontractor, where the subcontract involved execution of all main items of work described in the bid document, provided further that all other qualification criteria are satisfied) at least one similar work of value not less than amount indicated in Appendix ( not less than 50% (Fifty percent) of estimated value of contract); Similar nature of works means construction of Pre-Engineered/ Pre Fab Building . Building type to be for any one of the following :- Institutions, Convention centre, Museum, Airport Terminals, Bus Terminal, educational institutions, scientific institutions, Office buildings for renowned corporations or companies, office or research buildings for state Govt./central Govt./PSU sector or any other nationally acclaimed organization in India only. The completion Certificate shall be issued by employer not below the rank of Executive Engineer or Sr. Project manager. In case of Private client the completion certificate and valuation of the project issued by employer should be certified by the retired Executive Engineer/Registered Valuer of Nationalized Bank/Insurance Company/Income Tax Department. The bidders shall have to also submit good quality digital photographs of the completed projects. (i) The contracting Firm/Agency should have adequate capacity of carrying out plumbing works, electrical works [through "1A CLASS" Electrical Contractor], Fire fighting work and HVAC Works. They should also indicate name of the specialized agencies for execution of above services. the bidders shall have to also submit good quality digital photographs of the completed projects.
[d] The contracting Firm / Agency should have to produce Bankers solvency certificate or Revenue solvency Certificate of Value not less than 40% of the estimated cost. Solvency certificate must issued after the date of notice inviting tender.
[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).
[f] The Bidder shall furnish undertaking that would be able to invest a minimum cash upto 25% of contract values of work, during implementation of work.
[g] The contracting Firm/Agency should not have incurred any loss in more than 2 years during the last five years ending 31st March 2024
[h ] 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).Where, 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 application 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
[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 5 years and having experience and capacity in the execution of similar works;
Description
[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 2024. The annual turn over of previous years will be adjusted on annual inflation of 8% (eight percent);
Description
[c] The contracting Firm/Agency should have satisfactorily completed as a Prime contractor during the last 5 years, ending Dec 2023. (a) Satisfactorily completed as a prime contractor (or as a nominated subcontractor, where the subcontract involved execution of all main items of work described in the bid document, provided further that all other qualification criteria are satisfied) at least one similar work of value not less than amount indicated in Appendix ( not less than 50% (Fifty percent) of estimated value of contract); Similar nature of works means construction of Pre-Engineered/ Pre Fab Building . Building type to be for any one of the following :- Institutions, Convention centre, Museum, Airport Terminals, Bus Terminal, educational institutions, scientific institutions, Office buildings for renowned corporations or companies, office or research buildings for state Govt./central Govt./PSU sector or any other nationally acclaimed organization in India only. The completion Certificate shall be issued by employer not below the rank of Executive Engineer or Sr. Project manager. In case of Private client the completion certificate and valuation of the project issued by employer should be certified by the retired Executive Engineer/Registered Valuer of Nationalized Bank/Insurance Company/Income Tax Department. The bidders shall have to also submit good quality digital photographs of the completed projects. (i) The contracting Firm/Agency should have adequate capacity of carrying out plumbing works, electrical works [through "1A CLASS" Electrical Contractor], Fire fighting work and HVAC Works. They should also indicate name of the specialized agencies for execution of above services. the bidders shall have to also submit good quality digital photographs of the completed projects.
Description
[d] The contracting Firm / Agency should have to produce Bankers solvency certificate or Revenue solvency Certificate of Value not less than 40% of the estimated cost. Solvency certificate must issued after the date of notice inviting tender.
Description
[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).
Description
[f] The Bidder shall furnish undertaking that would be able to invest a minimum cash upto 25% of contract values of work, during implementation of work.
Description
[g] The contracting Firm/Agency should not have incurred any loss in more than 2 years during the last five years ending 31st March 2024
Description
[h ] 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).Where, 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 application 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.
Terms and Conditions
Clause No.
Specification
Attachment
01
AS PER NIT
Clause No.
01
Specification
AS PER NIT
Attachment
Attachments
Label
File Name
Attach File
2
TECH SPECS for cabin for jail _ FINAL (4).xls
TECH SPECS for cabin for jail _ FINAL (4).xls
3
Tender Document-2 (1).doc
Tender Document-2 (1).doc
4
62465_Check list farwarding.pdf
62465_Check list farwarding.pdf
1
NIT 02 _24-25 POTA CABIN.pdf
NIT 02 _24-25 POTA CABIN.pdf
Label
2
File Name
TECH SPECS for cabin for jail _ FINAL (4).xls
Attach File
TECH SPECS for cabin for jail _ FINAL (4).xls
Label
3
File Name
Tender Document-2 (1).doc
Attach File
Tender Document-2 (1).doc
Label
4
File Name
62465_Check list farwarding.pdf
Attach File
62465_Check list farwarding.pdf
Label
1
File Name
NIT 02 _24-25 POTA CABIN.pdf
Attach File
NIT 02 _24-25 POTA CABIN.pdf
Required Attachment from Bidder
Supporting Document
Mandatory
Allow Exemption
Attachement Group
Evaluation Type
AS Per Clause No.4(a)
Y
N
Others
BidPart1
AS Per Clause No.4(b)
Y
N
Others
BidPart1
AS Per Clause No.4(c)
Y
N
Others
BidPart1
AS Per Clause No.4(d)
Y
N
Others
BidPart1
AS Per Clause No.4(e)
Y
N
Others
BidPart1
AS Per Clause No.4(f)
Y
N
Others
BidPart1
AS Per Clause No.4(g)
Y
N
Others
BidPart1
AS Per Clause No.4(h)
Y
N
Others
BidPart1
Registration Certificate
Y
N
Others
BidPart1
PLANT AND MACHINARIES, PROGRAMME OF CONSTRUCTION
Y
N
Others
BidPart1
CHARACTER CERTIFICATE ISSUED BY SP
Y
N
Others
BidPart1
AFFIDAVITS AS PER NIT
Y
N
Others
BidPart1
ANY OTHER REQUIRED DOCUMENT AS PER NIT
N
N
Others
BidPart1
Supporting Document
AS Per Clause No.4(a)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.4(b)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.4(c)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.4(d)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.4(e)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.4(f)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.4(g)
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AS Per Clause No.4(h)
Mandatory
Y
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
PLANT AND MACHINARIES, PROGRAMME OF CONSTRUCTION
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
CHARACTER CERTIFICATE ISSUED BY SP
Mandatory
Y
Allow Exemption
N
Attachement Group
Others
Evaluation Type
BidPart1
Supporting Document
AFFIDAVITS AS PER NIT
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
BOQ
Item Code
Item Description
UOM
QUANTITY
Mandatory Item
NIT 02/BCD/JEHANABAD/2024-25
Design and Construction of Prefabricated/ Pre-engineered Pota cabin on EPC (Engineering Procurement and Construction) basis, based on the Layout Plan and Architectural Drawings The work shall include (A) Design 3A.1 Detail Architectural & Structural Design of all components. 3A.2 Development all drawings related to MEP and all other services. 3A.3 Development of all external and internal drainage systems, sewerage system, water supply system including rain water harvesting. 3A.7 The details design submitted by Agency must be in conformity with design Basis Report & conceptual Plan. 3A.8 Submission of as built drawing after completion of work in Hard and Soft copy will be also in the scope of work. (B) Construction, Execution and Monitoring 3B.1 Construction of whole projects as required. 3B.2 Contractor must submit as built drawing after completion of project. Note:- All Design suggested by the agency must be vetted & Approved by Design wing of BCD
JOB
1
Yes
Item Code
NIT 02/BCD/JEHANABAD/2024-25
Item Description
Design and Construction of Prefabricated/ Pre-engineered Pota cabin on EPC (Engineering Procurement and Construction) basis, based on the Layout Plan and Architectural Drawings The work shall include (A) Design 3A.1 Detail Architectural & Structural Design of all components. 3A.2 Development all drawings related to MEP and all other services. 3A.3 Development of all external and internal drainage systems, sewerage system, water supply system including rain water harvesting. 3A.7 The details design submitted by Agency must be in conformity with design Basis Report & conceptual Plan. 3A.8 Submission of as built drawing after completion of work in Hard and Soft copy will be also in the scope of work. (B) Construction, Execution and Monitoring 3B.1 Construction of whole projects as required. 3B.2 Contractor must submit as built drawing after completion of project. Note:- All Design suggested by the agency must be vetted & Approved by Design wing of BCD
UOM
JOB
QUANTITY
1
Mandatory Item
Yes
Created By : Mr RAMAWTAR NIRAJ (EXECUTIVE ENGINEER)