General Information
Bid Part Template Bid Part Number Scheduled Open Date
Date Schedule
29695 101 100 1522 2463 3916 rfqdate Fixed_rfqdate_dataset RFQ DATE 538 538 A 3724 1578380667000 3724 1578380957000 1 1 18867 0 Y 1 N Date Schedule 0 1072824 0 0 0 0 false false Y false
Bid Submission Start Date 19-08-2024 01:15 PM Bid Submission Due Date 10-09-2024 03:00 PM Bid Open Date 11-09-2024 03:30 PM Physical doc Submission End Date as allowed in the tender document 11-09-2024 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 1072822 0 0 0 0 false false Y false
Pre-Bid Discussion Type OFFLINE Pre-Bid Meeting Start Date 28-08-2024 04:00 PM Pre-Bid Meeting End Date 28-08-2024 05:30 PM Venue Details 28-08-2024 04:00 pm hrs office of Superintending Engineer, Construction Circle, BCD Remarks 2-09-2024,16:00hrs Office of Chief Engineer(patna) , Building Construction Department, Patna
Payment
Payment Type Amount Payment Mode Payment Currency Exemption Allowed/Disallowed Exemption Reason EMD 6746000 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
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 for a minimum period of Ten years 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 2024. The annual turnover of previous years will be adjusted to 2023?2024 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 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 Rs. 229838280.00 or completed, two similar works each costing not less than 60% (sixty percent) of the estimated cost Rs. 344757420.00 or completed and one similar work costing not less than 80% (eighty percent) of the estimated cost. Rs. 459676560.00 (ii) Similar nature of works means construction of RCC framed structure of B + G + 5 storied building for state Govt./central Govt./PSU sector or any other organization in India only. The above must include specialized services like Electrical HT & LT works, AC, STP, Lifts, Firefighting, Internal and External Plumbing work, Sewerage work for State Govt./ Central Govt./PSU sector or any other organization in India only. 7 (c) (iii) 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 issued by employer should be evaluated and certified by the retired Executive Engineer /Registered Valuer of Nationalized Bank/Insurance Company/Income Tax Department. In case of Private building, the completion certificate issued by employer should be evaluated and certified by the retired Executive Engineer /Registered Valuer of Nationalized Bank/Insurance Company/Income Tax Department. In case of Private building completion certificate, it is essential that more than 50% of area of said private building is occupied or in use for more than one month and the same should be certified by above mentioned officer. In this regard clarifications as per need may be asked. The bidders shall have to also submit good quality digital photographs of the completed projects. 7 (c)(iv) The contracting Firm/Agency should have adequate capacity of carrying out plumbing works, electrical works [through "1A CLASS" Electrical Contractor], Firefighting work and AC Works. They should also indicate name of the specialized agencies for execution of above services. 7 (c) (v) The contracting Firm/Agency should have to submit a panel of three consultants/list of consultancy firmsfor approval having Architect/Structural Designer/MEP experts/AC Expert/Lift/ 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, they have to submit successfull completion of work in their respective field, completed three similar projects each costing not less than 40% (forty percent) of the estimated cost or completed two similar projects each costing not less than 60% (sixty percent) of the estimated cost or completed one similar project costing not less than 80% (eighty percent) of the estimated cost. After evaluation of financial bid but before the award of work to construction agency, presentation will be made by all 3 consultancy firms in panel to Building Construction Department and based on presentation one consultancy firm will be finalized/finalized to proceed. 7 (c)(vi) Consulatncy firms have to give experience certificate of work done of the completed project of 3 (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. The completion Certificate shall be issued by employer not below the rank of Executive Engineer or Senior project manager. Completed project for consultant shall mean that the consultant has executed the consultancy work and the client has accepted/approved respective drawing for Tender purpose. In case of Private client, the completion certificate and valuation of the project issued by employer should be certified and verified by the retired Executive Engineer /Registered Valuer of valid registration number Nationalized Bank / Insurance Company/Income Tax Department. The bidders shall have to also submit good quality digital photographs of he completed projects. 7(d) The contracting Firm / Agency should have to produce Banker?s solvency certificate or Revenue solvency Certificate of Value not less than 40% 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. (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) Letter of Undertaking that the company of is free of any litigation over the last 5 years (i) Joint Venture (JV) is acceptable as per annexure 1 of Tender document. (J)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.
Terms and Conditions
Clause No. Specification Attachment 01 as per nit
Attachments
Label File Name Attach File 2 Check list forwarding.pdf Check list forwarding.pdf 6 JV GUIDE. ANNEX 1.pdf JV GUIDE. ANNEX 1.pdf 5 DBR.zip DBR.zip 7 Letters.zip Letters.zip 8 Drawings.zip Drawings.zip 3 PAYMENT SCHEDULE.pdf PAYMENT SCHEDULE.pdf 1 NIT 02.pdf NIT 02.pdf 4 Tender Document.pdf Tender Document.pdf
Required Attachment from Bidder
Supporting Document Mandatory Allow Exemption Attachement Group Evaluation Type ALL OTHER REQUIRED DOCUMENT AS PER NIt/ TENDER DOCUMENT (1) N N Others BidPart1 ALL OTHER REQUIRED DOCUMENT AS PER NIt/ TENDER DOCUMENT (2) N N Others BidPart1 AS PER CLAUSE NO 7 (g) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (j) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (a) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (b) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (c) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (d) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (e) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (f) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (h) TECHNICALBID Y N Others BidPart1 AS PER CLAUSE NO 7 (i) TECHNICALBID Y N Others BidPart1
BOQ
Item Code Item Description UOM QUANTITY Mandatory Item (A) Architectural Design 1A.1 Detail Architectural & Structural Design of all components of building inclusive of 3D view of building, internal office partitions and chambers inclusive of furniture layout. 1A.2 Development all drawings related to Mechanical, Electrical, Plumbing, STP, ESS, AC, Solar system, Lift, Fire Fighting System, Signages, Furniture layout and all other services. 1A.3 Development of all drawings related to external and internal drainage systems, sewerage system, water supply system including rain water harvesting etc. 1A.4 Development of all drawings related to Landscaping, Horticulture and Campus Development along with Boundary wall, Internal Roads/Path, Gate and Security system as per the Technical Sanction (Point 6 and 7). 1A.5 Details of building managements system and all other details as indicated in schedule. 1A.6 Getting all statutory clearance (fire clarence, forest clearance, airport clearance, municipal, Environmental, Electrical Equipment?s etc.) as required for the project including all mandatory fee (to be paid by the Agency) chargeable by the competent authority of Government of Bihar / Semi Government under Govt. of Bihar. 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 detailed calculation of quantities, Bar Bending Schedule during/after completion of work in Hard and Soft copy lies in the scope of work of the Agency. 1A.9 DBR should be the basic document for guiding the technical detail / parameter and specification for more clearance as per Architectural, Structural, Electrical, P.H., campus development and any other related drawings as per approval from the competent authority shall/should be referred only. JOB 1 Yes (B) Construction, Execution and Monitoring 1B.1 Construction and completion of whole projects as required as per the specification and direction of Engineer in Charge. 1B.2 Contractor must submit as built drawings along with detailed estimate within 15 days after completion and handing over of project. 1B.3 Maintenance/Operating Manual and SOP of each equipment/machinery installed at site should be provided. 1B.4 Contractor must complete all necessary work regarding handing 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. Even all landscape work after handing over the project shall be maintained till defect liability period. For this agency will not be paid any extra charges / claims. 1B.6 The Contractor must deploy a team of technical staff (like Electrician, Plumber, Carpenter,Painter, Mechanical staff along with one supervisor) as required for defect liability period. The response time for defect during the Defect Liability Period should not exceed 6 hours. 1B.7 Payment shall be made according to actual detailed measurement (subjected to maximum of payment according to payment schedule) along with reinforcement schedule(BBS). When the Contractor submits the bill for payment, detailed measurement, reinforcement sheet (BBS) and analysis of material should be attached along with joint verification by J.E. and A.E. B.C.D. 1B.8 The Contractor must maintain quality test register for on site testing of material on regular basis as per IS codes and 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 Engineer in Charge. Note: - All Design and drawings (structural, electrical, MEP, AC, campus development, internal and external services drawings) provided by the agency must be vetted by the NIT/IIT Patna (via divisional office) before submitting it to the department. All design calculations along with its analysis file (on the same date as of the drawing submission via mail) must be submitted to the department/division and NIT/IIT Patna for vetting purpose and later checking by the department in an approved format. If necessary, various consultants of the Contractor shall have to visit the offices of department/division and IIT/NIT to get the same checked. Only after review and vetting of drawing by NIT/IIT Patna, corrected analysis file of structural analysis and drawings should be sent to the department for final approval. Maximum response time for the queries raised during the drawing approval process will be 2 working days. Deadline for drawing submission etc will be as per the SOP provided. JOB 1 Yes
Created By : Mr ARVIND SINGH (EXECUTIVE ENGINEER)
Created On : 19-08-2024 12:42 PM