View NIT

Procurement Summary

Tender ID- 101998 View BOQ/Item Details

Organization Name Roads and Buildings  
Location Dang
Department Roads and Buildings
Sub Department Panchayat DIvision Ahwa-Dangs
IFB/Tender Notice No 11 (14th Attempt) of 2022-23   
Tender Type Open
Tender title/Name Of Project Construction Work of New Cross Drainage, Repairing of Cross Drainage, Structure & bridge repair work & Other Misc. work on Various Roads as & when required or in Emergency under Dang District (Panchayat)  
Description of Material/Name of Work Construction Work of New Cross Drainage, Repairing of Cross Drainage, Structure & bridge repair work & Other Misc. work on Various Roads as & when required or in Emergency under Dang District (Panchayat)  
Sector Category State Governments & UT  
Form of Contract Works  
Product Category Civil Works - Bridges 
Tender Category WORKS
Estimated Cost Value 196480717.64 INR.  ()
Is ECV Visible to Supplier? Yes  
Tender Currency Type Single 
Tender Currency Setting Indian Rupee
Period of Completion/Delivery Period 12  Months
Procurement Type Works 
Consortium / Joint Venture N/A
Rebate N/A
Alternate decrypter N/A

Calender Details


Bid Document Download Start Date 29-08-2024 12:00  
Bid document download End Date 30-09-2024 18:00  
Bid Submission Start Date 29-08-2024 12:00  
Bid Submission Closing Date 30-09-2024 18:00  
Tender NIT View Date N/A
Remarks Demand Draft for E.M.D. & tender fee shall be submitted in electronic format only through online (by scanning) while uploading the bid. This submission shall mean that E.M.D. & tender fee are received for purpose of opening the bid. Accordingly offer of those shall be opened whose E.M.D. & tender fee is received electronically. However, for the purpose of realization of D.D., bidder shall send the D.D. in original to S.E, at the time of tender opening or send the same through R.P.A.D. so as to reach to Executive Engineer, Panchayat (R&B) Division, Dang within 7 days from the last date of opening. Penetrative action for not submitting D.D. in original to E.E. by bidder shall be initiated and action shall be taken for abeyance of registration and cancellation of E-tendering code for one year as per Government Circular Dt. 27-11-2008. F.D.R. and D.D. for Exemption Certificate for E.M.D. is not necessary. However, Exemption Certificate shall have to be submitted electronically through online. Any documents in supporting of bid shall be submitted in electronic format only through online (by scanning) & hard copy will not be accepted separately. Attach Valid Bank Solvency Certificate for Calander year Attention to Tenderer: If applicable, GST shall be deducted at source as per scheduled rate according to GST rules. The tenderers are advised to study GST rules before quoting their rate. Valid Bank Solvency.
Pre-Bid Meeting Mode Offline
Pre-Bid Meeting Opening Date 16-09-2024 12:00  
Bid validity 120   Days

Amount Details


Bidding Processing Fee  ( OFFLINE) 18,000 INR. ()
Bidding Processing Fee Payable to Executive Engineer, Panchayat (R & B) Division, Ahwa 
Bidding Processing Fee Payable at Ahwa 
Bid Security/EMD/Proposal Security INR ( OFFLINE) 1,965,000 INR. ()
Bid Security/EMD/Proposal Security INR Payable to Executive Engineer, Panchayat (R & B) Division, Ahwa 
Bid Security/EMD/Proposal Security INR Payable at Ahwa 
Exempted Fee Yes 
Minimum FDR 1,965,000 INR. 
Maximum FDR 1,965,000 INR. 

Other Details


Officer Inviting Bids Executive Engineer, Panchayat (R&B) Division, Dang-Ahwa.  
Bid Opening Authority Superintending Engineer, Panchayat (R&B) Circle, Surat, Nanpura, Opp. Dutch Garden, Surat  
Address 2nd Floor, Dist. Panchayat Bhavan, Morarji Desai Marg, Dang-Ahwa. 394710   
Contact Details 02631-220309, 220336   

Tender Stages


Stage Name Evaluation Date Minimum Forms for Submission
Preliminary Stage   01-10-2024 11:01   0  
Pre Qualification Stage   01-10-2024 11:02   0  
Commercial Stage   01-10-2024 11:03   0  

1. Preliminary Stage


Form Id Form Name Form Mode Submission Type Mandatory
5 Tender Fee Form Library-Standard Single Yes
6 Emd Fee Form Library-Standard Single Yes

Documents required for Stage - Preliminary Stage

Sr No Document Name Mandatory
1 Registration of Sp. Cat.-I (Bridge) with AA Class Yes
2 Tender Fees Yes
3 EMD Yes
4 Bank Solvency of the Current Calendar Year i.e. 2024 Yes
5 Certificate from registering authority stating that the bidder has submitted deposit certificate of S.S.N.N.L. with the registering authority. Yes
6 Partnership Deed (if applicable) No
7 Register of Firms (if applicable) No


Documents required For Form - Tender Fee Form

Sr No Document Name Mandatory
1 Provide any proof of Bid Processing Fee Yes


Documents required For Form - Emd Fee Form

Sr No Document Name Mandatory
1 Provide any proof of EMD Document No

2. Pre Qualification Stage


Form Id Form Name Form Mode Submission Type Mandatory
947 SCHEDULE-A User Defined Template-Standard Single Yes
948 SCHEDULE B User Defined Template-Standard Single Yes
949 Schedule - C User Defined Template-Standard Single Yes
950 SCHEDULE - D User Defined Template-Standard Single Yes
954 SCHEDULE - E User Defined Template-Standard Single Yes
955 SCHEDULE – E-1 User Defined Template-Standard Single Yes
956 SCHEDULE – F User Defined Template-Standard Single Yes
957 SCHEDULE -G User Defined Template-Standard Single Yes
958 SCHEDULE - H User Defined Template-Standard Single Yes
959 SCHEDULE : ‘I’ User Defined Template-Standard Single Yes

Documents required for Stage - Pre Qualification Stage

Sr No Document Name Mandatory
1 Kindly Attached Pre Qualification Document as per Tender Documents Yes


Documents required For Form - SCHEDULE-A

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - SCHEDULE B

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - Schedule - C

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - SCHEDULE - D

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - SCHEDULE - E

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - SCHEDULE – E-1

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - SCHEDULE – F

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - SCHEDULE -G

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - SCHEDULE - H

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes


Documents required For Form - SCHEDULE : ‘I’

Sr No Document Name Mandatory
1 Attached Scanned Copy of Document Yes

3. Commercial Stage


Form Id Form Name Form Mode Submission Type Mandatory
3 Price Bid Form Library-Secured Single Yes

Certificate Details


Cert Serial No. 2df7817e0a 
Subject Dn CN=RAJUBHAI BABUBHAI CHAUDHARI, SERIALNUMBER=e6a09f31fdc022911b6ce487e9c4127fa498957831f62c66a1756afdf27377ec, ST=Gujarat, OID.2.5.4.17=394640, OID.2.5.4.20=caca5b35a16132790b0ab249652b1c34ce8c65101fc34d27444984a5415081e1, OID.2.5.4.65=80a1c2ef932d4cb1b43df5d11a8ef6ec, T=4066, O=Personal, C=IN
Cert Issuer CN=Capricorn Sub CA for Individual DSC 2022, OU=Certifying Authority, O=Capricorn Identity Services Pvt Ltd., C=IN
Thumbprint 7a 07 ba a0 71 f8 73 80 aa fd 4d b2 94 8d 5f 10 bf 85 78 dc

General Terms & Conditions


General Terms and Conditions
(1) Bidders can download the tender document free of cost from the website.
(2) Bidders have to submit Technical bid as well as Price bid in Electronic format only on nprocure website till the Last Date & time for submission.
(3) Offers in physical form will not be accepted in any case.
(4) Free vendor training camp will be organized every Saturday between 4.00 to 5.00 P.M. at (n)code solutions-A Division of GNFC Ltd., Bidders are requested to take benefit of the same.

Bidders who wish to participate in online tenders will have to procure / should have legally valid Digital Certificate as per Information Technology Act-2000 (Class-III) using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contract (n)code solutions- A division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India.

In case bidders need any clarifications or if training required to participate in online tenders, they can contact (n)Procure Support team:-

(n)code Solutions-IT division of GNFC Ltd.,
(n)Procure Cell
304, GNFC Infotower, S.G. Road,
Bodakdev, Ahmedabad – 380054 (Gujarat)

+Contact Details
Phone
+91-79-40007517, 40007514, 40007515.
E-mail : nprocure@ncode.in

TOLL FREE NUMBER: 73590 21663

Other Terms & Conditions as per detailed tender documents

Tender Documents


Sr No Document Name Document Definition
1 Ann. 7 (1).pdf Ann. 7 (1).pdf
2 BOQ Notes Bridge (3).pdf BOQ Notes Bridge (3).pdf
3 Bridge Eme. GR.pdf Bridge Eme. GR.pdf
4 For Bridge Drg (1).pdf For Bridge Drg (1).pdf
5 Form B2 - Emergency Structures Dang.pdf Form B2 - Emergency Structures Dang.pdf
6 PQ - Emergency Work Structures Vadodara.pdf PQ - Emergency Work Structures Vadodara.pdf
7 Sch - B DTP Emergency Structures Pan Dang.pdf Sch - B DTP Emergency Structures Pan Dang.pdf
8 Sp. Condition 2 (1).pdf Sp. Condition 2 (1).pdf
9 0.1. General Techical Specification - Road.pdf 0.1. General Techical Specification - Road.pdf
10 1. Filter media-600.pdf 1. Filter media-600.pdf
11 2. Sand behind abutment.pdf 2. Sand behind abutment.pdf
12 3. Excavation foundation.pdf 3. Excavation foundation.pdf
13 4. CC M-150-ordinary.pdf 4. CC M-150-ordinary.pdf
14 5. TMT Fe-500D Bar.pdf 5. TMT Fe-500D Bar.pdf
15 6. weep hole.pdf 6. weep hole.pdf
16 7. PVC water spouts.pdf 7. PVC water spouts.pdf
17 8. Rubble pitching 30 cm.pdf 8. Rubble pitching 30 cm.pdf
18 9-11. controlled CC M-200 RCC.pdf 9-11. controlled CC M-200 RCC.pdf
19 12-16. TMT Fe-500D Bar.pdf 12-16. TMT Fe-500D Bar.pdf
20 17-18. NP3 Pipe-900.pdf 17-18. NP3 Pipe-900.pdf
21 19. Rolling watering earth.pdf 19. Rolling watering earth.pdf
22 20. White washing with lime - wall.pdf 20. White washing with lime - wall.pdf
23 21-24. controlled CC M-250 RCC.pdf 21-24. controlled CC M-250 RCC.pdf
24 25. 12mm th asphalt.pdf 25. 12mm th asphalt.pdf
25 26-27. Reinforced Concrete crash barrier.pdf 26-27. Reinforced Concrete crash barrier.pdf
26 28-31. mild Steel Dowel bars.pdf 28-31. mild Steel Dowel bars.pdf
27 32. Excavation for gabion RS wall.pdf 32. Excavation for gabion RS wall.pdf
28 33. Earthwork-Embankment.pdf 33. Earthwork-Embankment.pdf
29 34. CE Marked Metal Gabions indigenously.pdf 34. CE Marked Metal Gabions indigenously.pdf
30 36-37. Stone procurement - gabion.pdf 36-37. Stone procurement - gabion.pdf
31 35. Non-Woven Geotextile - CE Marked.pdf 35. Non-Woven Geotextile - CE Marked.pdf
32 38-39. precast concrete kerb stone.pdf 38-39. precast concrete kerb stone.pdf
33 40. Uncoursed rubble masonary.pdf 40. Uncoursed rubble masonary.pdf
34 41. Guard Stone - 1.5.10.pdf 41. Guard Stone - 1.5.10.pdf
35 42. Flood Gauge Post - causeway.pdf 42. Flood Gauge Post - causeway.pdf
36 43. Informatory Signboard.pdf 43. Informatory Signboard.pdf
37 44. Marble plate.pdf 44. Marble plate.pdf
38 45. Crash barrier-ISMB.pdf 45. Crash barrier-ISMB.pdf
39 46. post pipe railing.pdf 46. post pipe railing.pdf
40 47. Clearing-Grubbing land.pdf 47. Clearing-Grubbing land.pdf
41 48. Box cutting.pdf 48. Box cutting.pdf
42 49-50. GSB-I.pdf 49-50. GSB-I.pdf
43 51. PrimeCoat.pdf 51. PrimeCoat.pdf
44 52-53. 20mm mix seal surface.pdf 52-53. 20mm mix seal surface.pdf
45 54-60. Chevron Signboard - ACP.pdf 54-60. Chevron Signboard - ACP.pdf
46 61. Cat eye - Twin Pavement marker.pdf 61. Cat eye - Twin Pavement marker.pdf
47 62. Road marking hot applied Thermo.pdf 62. Road marking hot applied Thermo.pdf
48 63-64. M-25 - design mix jacketing drilling.pdf 63-64. M-25 - design mix jacketing drilling.pdf
49 65. Epoxy bonding of new concrete.pdf 65. Epoxy bonding of new concrete.pdf
50 66. Guniting concrete surface.pdf 66. Guniting concrete surface.pdf
51 67. Nipples - cement-epoxy.pdf 67. Nipples - cement-epoxy.pdf
52 68. Sealing of cracks.pdf 68. Sealing of cracks.pdf
53 69. Chipping Removing concrete - plaster.pdf 69. Chipping Removing concrete - plaster.pdf
54 70-71. Repair of railing.pdf 70-71. Repair of railing.pdf
55 72. Rubble stone.pdf 72. Rubble stone.pdf
56 73. Rubble apron.pdf 73. Rubble apron.pdf
57 75. G.I. water spouts.pdf 75. G.I. water spouts.pdf
58 74. precast RCC railing of M-30.pdf 74. precast RCC railing of M-30.pdf
59 76-77. controlled CC M-250 RCC.pdf 76-77. controlled CC M-250 RCC.pdf
60 78. Removing existing Wearing coat.pdf 78. Removing existing Wearing coat.pdf
61 79. Applying epoxy mortar.pdf 79. Applying epoxy mortar.pdf
62 80. Replacement of Expansion Joints.pdf 80. Replacement of Expansion Joints.pdf
63 81. flood guage marks.pdf 81. flood guage marks.pdf
64 82. masonry steps.pdf 82. masonry steps.pdf
65 83. Diversion water course - cofferdam.pdf 83. Diversion water course - cofferdam.pdf
66 84-85. Marble slab.pdf 84-85. Marble slab.pdf
67 86. Excavation-Hard Rock.pdf 86. Excavation-Hard Rock.pdf
68 87-89. Empty boring RCC bored piles.pdf 87-89. Empty boring RCC bored piles.pdf
69 90. Steel liner for curbs.pdf 90. Steel liner for curbs.pdf
70 91. Load testing.pdf 91. Load testing.pdf
71 92-98. controlled CC M-350 RCC.pdf 92-98. controlled CC M-350 RCC.pdf
72 99-100. fully restrained elastomeric.pdf 99-100. fully restrained elastomeric.pdf
73 101-104. controlled CC M-300 RCC.pdf 101-104. controlled CC M-300 RCC.pdf
74 105. Reinforced Concrete crash barrier M-40.pdf 105. Reinforced Concrete crash barrier M-40.pdf
75 106-107. strip seal expansion joint.pdf 106-107. strip seal expansion joint.pdf
76 108-110. Dowel bars - 32mm dia_.pdf 108-110. Dowel bars - 32mm dia_.pdf
77 111-113. mild Steel Dowel bars.pdf 111-113. mild Steel Dowel bars.pdf
78 114-117. controlled CC M-30 RCC.pdf 114-117. controlled CC M-30 RCC.pdf
79 118-119. Reinforced Concrete crash barrier.pdf 118-119. Reinforced Concrete crash barrier.pdf
80 120. Metal expansion joint.pdf 120. Metal expansion joint.pdf
81 121. biaxial Polypropylene geogrid.pdf 121. biaxial Polypropylene geogrid.pdf
82 122. Supply mechanically woven gabian.pdf 122. Supply mechanically woven gabian.pdf
83 123. Non-Woven Geotextile - Geogrid.pdf 123. Non-Woven Geotextile - Geogrid.pdf
84 Item wise sp 124-128.pdf Item wise sp 124-128.pdf
85 E Tender Notice - Emergency Structures Vadodara.pdf E Tender Notice - Emergency Structures Vadodara.pdf