General Information
Bid Part Template Bid Part Number Scheduled Open Date

Date Schedule
29695101100152224633916rfqdateFixed_rfqdate_datasetRFQ DATE538538A372415783806670003724157838095700011188670Y1NDate Schedule010692700000falsefalseYfalse
Bid Submission Start Date 19-08-2024 12:40 PM
Bid Submission Due Date 07-09-2024 05:00 PM
Bid Open Date 09-09-2024 04:00 PM
Physical doc Submission End Date as allowed in the tender document   09-09-2024 03:00 PM

Pre-bid Discussion
29703101100152224633919prebiddiscussionPre Bid DiscussionPre Bid Discussion538538A372415783806680003724157838095700011188710Y2NPre-bid Discussion010692710000falsefalseYfalse
Pre-Bid Discussion Type OFFLINE
Pre-Bid Meeting Start Date 22-08-2024 11:00 AM
Pre-Bid Meeting End Date 22-08-2024 01:00 PM
Venue Details O/o of Engineer-in-Chief cum Special Secretary, Public Health Engineering Department, Bihar, Patna
Remarks O/o of Engineer-in-Chief cum Special Secretary, Public Health Engineering Department, Bihar, Patna

Payment
Payment TypeAmountPayment ModePayment CurrencyExemption Allowed/DisallowedExemption Reason
EMD 9324050 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
9324050
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
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
Should have a solvency of Rs. 332962000.00 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.
(a) Amount of Existing Commitments and ongoing works in Rupees Attached as per sec 2- 1.4(b) bidders must decalare 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 decalare themselves their all excising commitment hiding fact be sufficient cause for rejection.
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.
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
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.
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)
The contracting Firm/Agency should have satisfactorily completed similar works as a Prime contractor during the last Five years, (ending on 31 March 2024) 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 or completed, two similar works each costing not less than 60% (sixty percent) of the estimated cost or completed and one similar work costing not less than 80% (eighty percent) of the estimated cost.
a) Contractors/Firm's should have completed 3 - works costing not less than 40% of Estimated cost. OR, Rs. 332962000.00
b) Contractors/Firm's should have completed 2 - works costing not less than 60% of Estimated cost. OR, Rs. 499443000.00
b) Contractors/Firm's should have completed 1 - work costing not less than 80% of Estimated cost. Rs.665924000.00
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.
Contractor/ firms should have adequate capacity of carrying out plumbing works and electrical works (electrical contractor). They should also indicate name of specialised fire-fighting agency. Should submit certificates for capacity of plumbing work and?1A? Class electrical contractor. Should submit certificate of capacity of plumbing and electrical works
Firm should have required experience only in any state of India.
Similar nature of works means construction of multistoried RCC framed structure or Institutional buildings/ Assembly buildings/business building or government building having minimum B + G + 4 Storied buildings for state Govt./central Govt./PSU in India only.The above must include specialized services like Electrical works, HVAC, Lifts, STP, Firefighting, Internal and External Plumbing, Sewerage along with façade work ? grc cladding and BMS work 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.
a) Expert Consultants have to give experience certificate of work done of the completed project of Three similar works each costing not less than 40% (forty percent) of the estimated cost OR, Rs. 332962000.00
b) Completed two similar works each costing not less than 60% (sixty percent) of the estimated cost OR, Rs. 499443000.00
c) Completed one similar work costing not less than 80% (eighty percent) of the estimated cost OR, Rs.665924000.00
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 and valuation of the project issued by employer should be certified by the retired executive 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.
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
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
Not abandoning work, not properly completing the contract , or financial failures/weaknesses etc. "Form G" ATTACHED AFFIDAVIT ON AND AFTER PUBLISH TENDER
NOC FOR DEBAR ATTACHED SELF DECLARATION
Oath of follow labour Rule and Regulations as per Govt. norms ATTACHED AFFIDAVIT ON AND AFTER PUBLISH TENDER
Personal and Establishment form 'E' and E-I as per Sec 2 -1.6 attached necessary certificate and affidavit of both employee and employer on and after publish of tender
PLANTS AND EQUIPMENT form 'F' as per Sec 2- 1.5 MAX. AGE 5 YEARS.ATTACHED OWNED VOUCHER AND AFFIDAVIT IN CASE OF LEASE HIRE ON AND AFTER PUBLISH DATE OF TENDER
Description
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
Should have a solvency of Rs. 332962000.00 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
(a) Amount of Existing Commitments and ongoing works in Rupees Attached as per sec 2- 1.4(b) bidders must decalare themselves their all excising commitment hiding fact be sufficient cause for rejection.
Description
(b) Amount of work for which bid already submitted in Rupees Attached as per sec 2- 1.4(b) bidders must decalare themselves their all excising commitment hiding fact be sufficient cause for rejection.
Description
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.
Description
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
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
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
The contracting Firm/Agency should have satisfactorily completed similar works as a Prime contractor during the last Five years, (ending on 31 March 2024) 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 or completed, two similar works each costing not less than 60% (sixty percent) of the estimated cost or completed and one similar work costing not less than 80% (eighty percent) of the estimated cost.
Description
a) Contractors/Firm's should have completed 3 - works costing not less than 40% of Estimated cost. OR, Rs. 332962000.00
Description
b) Contractors/Firm's should have completed 2 - works costing not less than 60% of Estimated cost. OR, Rs. 499443000.00
Description
b) Contractors/Firm's should have completed 1 - work costing not less than 80% of Estimated cost. Rs.665924000.00
Description
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
Contractor/ firms should have adequate capacity of carrying out plumbing works and electrical works (electrical contractor). They should also indicate name of specialised fire-fighting agency. Should submit certificates for capacity of plumbing work and?1A? Class electrical contractor. Should submit certificate of capacity of plumbing and electrical works
Description
Firm should have required experience only in any state of India.
Description
Similar nature of works means construction of multistoried RCC framed structure or Institutional buildings/ Assembly buildings/business building or government building having minimum B + G + 4 Storied buildings for state Govt./central Govt./PSU in India only.The above must include specialized services like Electrical works, HVAC, Lifts, STP, Firefighting, Internal and External Plumbing, Sewerage along with façade work ? grc cladding and BMS work 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.
Description
a) Expert Consultants have to give experience certificate of work done of the completed project of Three similar works each costing not less than 40% (forty percent) of the estimated cost OR, Rs. 332962000.00
Description
b) Completed two similar works each costing not less than 60% (sixty percent) of the estimated cost OR, Rs. 499443000.00
Description
c) Completed one similar work costing not less than 80% (eighty percent) of the estimated cost OR, Rs.665924000.00
Description
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 and valuation of the project issued by employer should be certified by the retired executive 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
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
Description
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
Not abandoning work, not properly completing the contract , or financial failures/weaknesses etc. "Form G" ATTACHED AFFIDAVIT ON AND AFTER PUBLISH TENDER
Description
NOC FOR DEBAR ATTACHED SELF DECLARATION
Description
Oath of follow labour Rule and Regulations as per Govt. norms ATTACHED AFFIDAVIT ON AND AFTER PUBLISH TENDER
Description
Personal and Establishment form 'E' and E-I as per Sec 2 -1.6 attached necessary certificate and affidavit of both employee and employer on and after publish of tender
Description
PLANTS AND EQUIPMENT form 'F' as per Sec 2- 1.5 MAX. AGE 5 YEARS.ATTACHED OWNED VOUCHER AND AFFIDAVIT IN CASE OF LEASE HIRE ON AND AFTER PUBLISH DATE OF TENDER

Terms and Conditions
Clause No.SpecificationAttachment
1 ACCEPT ALL TERMS AND CONDITIONS AS PER NIT & EPC DOC EPC TENDER DOCUMENT PHED.pdf
2 BID VALIDITY-180 DAYS
3 PERIOD OF COMPLETION-18 MONTHS
4 Detail Architectural & Structural Design of all components.
5 Getting all statutory clearance (fire, forest, airport, municipal, Environmental etc) as required for the project.
6 The detailed design submitted by Agency must be in conformity with design Basis Report & conceptual Plan.
7 The Agency should have the whole responsibility to get all Statutory approval (Fire, Forest, Environmental, Airport Clarence, Municipal Corporation etc.) as required before starting of the work.
8 TECHNICAL BID HQ_TECHICALBID .xlsx
Clause No.
1
Specification
ACCEPT ALL TERMS AND CONDITIONS AS PER NIT & EPC DOC
Attachment
EPC TENDER DOCUMENT PHED.pdf
Clause No.
2
Specification
BID VALIDITY-180 DAYS
Attachment
Clause No.
3
Specification
PERIOD OF COMPLETION-18 MONTHS
Attachment
Clause No.
4
Specification
Detail Architectural & Structural Design of all components.
Attachment
Clause No.
5
Specification
Getting all statutory clearance (fire, forest, airport, municipal, Environmental etc) as required for the project.
Attachment
Clause No.
6
Specification
The detailed design submitted by Agency must be in conformity with design Basis Report & conceptual Plan.
Attachment
Clause No.
7
Specification
The Agency should have the whole responsibility to get all Statutory approval (Fire, Forest, Environmental, Airport Clarence, Municipal Corporation etc.) as required before starting of the work.
Attachment
Clause No.
8
Specification
TECHNICAL BID
Attachment
HQ_TECHICALBID .xlsx

Attachments
LabelFile NameAttach File
NIT NIT- 11_2024-25 sig copy.pdf NIT- 11_2024-25 sig copy.pdf
PAPER CUTTING Nit-11-2024-25.pdf Nit-11-2024-25.pdf
DBR DBR PHED HQ.pdf DBR PHED HQ.pdf
EPC TENDER DOCUMENTS EPC TENDER DOCUMENT PHED.pdf EPC TENDER DOCUMENT PHED.pdf
CHECK LIST 1.CHECK LIST.pdf 1.CHECK LIST.pdf
JV GUIDELINES 2. JV GUIDE ANNEXURE -1.pdf 2. JV GUIDE ANNEXURE -1.pdf
SOP FOR EPC MODE 3.SOP for EPC Mode.pdf 3.SOP for EPC Mode.pdf
MILESTONE 5.MILE STONE.pdf 5.MILE STONE.pdf
PAYMENT SCHEDULE 1. PAYMENT SCHEDULE PART A.pdf 1. PAYMENT SCHEDULE PART A.pdf
BOQ PUBLIC VIEW 2. BOQ.pdf 2. BOQ.pdf
DRAWINGS COMBINE DRAWINGS.pdf COMBINE DRAWINGS.pdf
site office requirement site office requirement.pdf site office requirement.pdf
finishing schedule finishing schedule.pdf finishing schedule.pdf
corrigendum 1 corrigendum-1.pdf corrigendum-1.pdf
Sample format for Bid security bank gaurantee form.pdf bank gaurantee form.pdf
sample format for mandatory forms various forms.pdf various forms.pdf
other guidelines various letters.pdf various letters.pdf
Technical bid HQ_TECHICALBID .xlsx HQ_TECHICALBID .xlsx
Label
NIT
File Name
NIT- 11_2024-25 sig copy.pdf
Attach File
NIT- 11_2024-25 sig copy.pdf
Label
PAPER CUTTING
File Name
Nit-11-2024-25.pdf
Attach File
Nit-11-2024-25.pdf
Label
DBR
File Name
DBR PHED HQ.pdf
Attach File
DBR PHED HQ.pdf
Label
EPC TENDER DOCUMENTS
File Name
EPC TENDER DOCUMENT PHED.pdf
Attach File
EPC TENDER DOCUMENT PHED.pdf
Label
CHECK LIST
File Name
1.CHECK LIST.pdf
Attach File
1.CHECK LIST.pdf
Label
JV GUIDELINES
File Name
2. JV GUIDE ANNEXURE -1.pdf
Attach File
2. JV GUIDE ANNEXURE -1.pdf
Label
SOP FOR EPC MODE
File Name
3.SOP for EPC Mode.pdf
Attach File
3.SOP for EPC Mode.pdf
Label
MILESTONE
File Name
5.MILE STONE.pdf
Attach File
5.MILE STONE.pdf
Label
PAYMENT SCHEDULE
File Name
1. PAYMENT SCHEDULE PART A.pdf
Attach File
1. PAYMENT SCHEDULE PART A.pdf
Label
BOQ PUBLIC VIEW
File Name
2. BOQ.pdf
Attach File
2. BOQ.pdf
Label
DRAWINGS
File Name
COMBINE DRAWINGS.pdf
Attach File
COMBINE DRAWINGS.pdf
Label
site office requirement
File Name
site office requirement.pdf
Attach File
site office requirement.pdf
Label
finishing schedule
File Name
finishing schedule.pdf
Attach File
finishing schedule.pdf
Label
corrigendum 1
File Name
corrigendum-1.pdf
Attach File
corrigendum-1.pdf
Label
Sample format for Bid security
File Name
bank gaurantee form.pdf
Attach File
bank gaurantee form.pdf
Label
sample format for mandatory forms
File Name
various forms.pdf
Attach File
various forms.pdf
Label
other guidelines
File Name
various letters.pdf
Attach File
various letters.pdf
Label
Technical bid
File Name
HQ_TECHICALBID .xlsx
Attach File
HQ_TECHICALBID .xlsx

Required Attachment from Bidder
Supporting DocumentMandatoryAllow ExemptionAttachement GroupEvaluation Type
AS PER CLAUSE NO 7.1 TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 7.2 TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 7.4 TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(a). (i) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(a). (ii) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(b) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(b) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(C). (i) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(C). (ii) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(C). (iii) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(C). (iv) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(C). (v) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(d) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(d). (i) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(d). (ii) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(d). (iii) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(d). (iv) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(d). (v) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(e) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(f) ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 8.2 ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 9 ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 10 ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 11 ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 12 ,TECHNICALBID Y N Experiences BidPart1
AS PER CLAUSE NO 3.(C) ,TECHNICALBID Y N Experiences BidPart1
GST AND PAN Y N Experiences BidPart1
ANY OTHER DOCUMENTS AS PER NIT AND TENDER DOCUMENTS Y Y Experiences BidPart1
TECHNICAL BID duly filled Y N Experiences BidPart1
CHARACTER CERTIFICATE Y N Experiences BidPart1
Supporting Document
AS PER CLAUSE NO 7.1 TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7.2 TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 7.4 TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(a). (i) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(a). (ii) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(b) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(b) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(C). (i) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(C). (ii) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(C). (iii) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(C). (iv) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(C). (v) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(d) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(d). (i) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(d). (ii) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(d). (iii) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(d). (iv) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(d). (v) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(e) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(f) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 8.2 ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 9 ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 10 ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 11 ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 12 ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
AS PER CLAUSE NO 3.(C) ,TECHNICALBID
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
GST AND PAN
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
ANY OTHER DOCUMENTS AS PER NIT AND TENDER DOCUMENTS
Mandatory
Y
Allow Exemption
Y
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
TECHNICAL BID duly filled
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1
Supporting Document
CHARACTER CERTIFICATE
Mandatory
Y
Allow Exemption
N
Attachement Group
Experiences
Evaluation Type
BidPart1

BOQ
Item CodeItem DescriptionUOMQUANTITYMandatory Item
01. (EPC) NIT-11/PHED/PATNA WEST/2024-25 BUILDING WORK COMPLETE Planning, designing, and construction on EPC basis RCC framed structure building PHED HEADQUATER (B+G+4), with support service, furniture & allied facilities by incorporating stipulated specification including handing over complete as per scope of work and direction of engineer-in-charge by incorporating stipulated specification and adopting NBC-2016 norms & IS Codes and guidelines complete in all respect.note : 1. the structure has been designed for B+G+4+1(extra for future)=Basement + 6 storey. 2. plinth area shall be measured for the actual constructed. SQM 14484 Yes
02. (EPC) NIT-11/PHED/PATNA WEST/2024-25 Planning, Designing and construction of Civil External development works ,Internal Roads, Storm water drain and Paths , Horticulture & Landscape , Underground Sump , ESS & Plant Room , Sewerage + effluent treatment plant, External sewerage & drainage installations, Tube well ,External water supply & irrigation system , Sewage & drainage pump , Fire pumps , Control panels , pipes & accessories, Fire extinguishers & Gas flooding system, INFRASTRUCTURE & EXTERNAL DEVELOPMENT ? Electrical Works such as Electrical Distribution board, Earthing & lightning protection, Cable, cable tray & termination, 11 KV Substation work, External lighting work and Audio-Visual System with support services & allied facilities by incorporating stipulated specifications, all services including handing over complete as per scope of work and directions of Engineer In charge & Other works as per approval of the same by the Engineer- in-Charge job 1 Yes
Item Code
01. (EPC) NIT-11/PHED/PATNA WEST/2024-25
Item Description
BUILDING WORK COMPLETE Planning, designing, and construction on EPC basis RCC framed structure building PHED HEADQUATER (B+G+4), with support service, furniture & allied facilities by incorporating stipulated specification including handing over complete as per scope of work and direction of engineer-in-charge by incorporating stipulated specification and adopting NBC-2016 norms & IS Codes and guidelines complete in all respect.note : 1. the structure has been designed for B+G+4+1(extra for future)=Basement + 6 storey. 2. plinth area shall be measured for the actual constructed.
UOM
SQM
QUANTITY
14484
Mandatory Item
Yes
Item Code
02. (EPC) NIT-11/PHED/PATNA WEST/2024-25
Item Description
Planning, Designing and construction of Civil External development works ,Internal Roads, Storm water drain and Paths , Horticulture & Landscape , Underground Sump , ESS & Plant Room , Sewerage + effluent treatment plant, External sewerage & drainage installations, Tube well ,External water supply & irrigation system , Sewage & drainage pump , Fire pumps , Control panels , pipes & accessories, Fire extinguishers & Gas flooding system, INFRASTRUCTURE & EXTERNAL DEVELOPMENT ? Electrical Works such as Electrical Distribution board, Earthing & lightning protection, Cable, cable tray & termination, 11 KV Substation work, External lighting work and Audio-Visual System with support services & allied facilities by incorporating stipulated specifications, all services including handing over complete as per scope of work and directions of Engineer In charge & Other works as per approval of the same by the Engineer- in-Charge
UOM
job
QUANTITY
1
Mandatory Item
Yes

Created By : Mr RAJESH KUMAR (EXECUTIVE ENGINEER)

Created On : 18-08-2024 08:52 AM