BOKARO ISPAT EDUCATIONAL TRUST
WORKSHOP: BPITI, CISF CAMPUS, BOKARO STEEL CITY
BOKARO– 827001, JHARKHAND (INDIA)
Telephone: +91 6542-295029, 8986108728
Email:tender.biet.bpiti@gmail.com
INVITATION FOR BIDS (IFB)
INDIGENOUS OPEN TENDER ENQUIRY
NIT No.: BIET/BPITI/T&C/2021-57 dated 16.07.2021
We are enclosing a set of bidding documents for the work of “REPAIR & MAINTENANCE OF BPITI BUILDINGS,
CISF Campus, Bokaro Steel City” on item rate basis, read along with BOQ (Schedule of Quantities) &
Preamble to schedule of work, General Conditions of Contract for construction works (Red Book), and Special
Conditions of Contract on firm price basis inclusive of all taxes and duties etc., as applicable.
The Bidder shall have to quote rates and price against all the items of the BOQ. The tenders not received in
prescribed format as specified in the tender documents and amounts not written in figure as well as in words
are liable for rejection.
Salient features of the of the bid :
Tender No. BIET/BPITI/T&C/2021-57 dated 16.07.2021
Description REPAIR & MAINTENANCE OF BPITI BUILDINGS,CISF Campus,Bokaro Steel City
Estimate of Work Rs. 12,27,802/- (including all duties)
Eligibility Criteria The tenderer should fulfill the following eligibility criteria:
A) (i) Average annual financial turnover of the bidder during last 3 years ending 31 st
March of the previous financial year should be at least 30% of the present
tender i.e. Rs.3,68,341/=. Audited annual accounts along with auditor’s
reports of the bidder for the last three years should be furnished in support
of the same.
(ii) Experience of having successfully completed similar works in the same
name as also the same type/category of the enterprise/style (i.e.
proprietorship, partnership, company and co-operative society) during last 7
years ending last day of month previous to the one in which tenders are
invited should be either of the following:-
(a) The average value of the three completed work orders each of which
contains “similar work” as specified under, costing not less than the
amount equal to 30% of the estimated cost i.e. Rs.3,68,341/=.
Or
(b) The average value of two completed work orders each of which contains
similar work as specified under, costing not less than the amount equal
to 40 % of the estimated cost i.e. Rs.4,91,121/=.
Or
(c) The value of one completed work orders each of which contains “similar
work” as specified under, costing not less than the amount equal to 50
% of the estimated cost i.e. Rs.6,13,901/= .
(iii) “Similar Work” is defined as -
Repair/maintenance/new construction of buildings.
In addition to above, the criteria regarding satisfactory performance of
works, personnel, establishment, plant equipment etc. may be incorporated
according to the requirement of the case as specified by the indenter.
(iv) Experience should be from Govt. Organization, PSU or Public Limited Company.
(v) In case work is completed, but Work Completion certificate(s) has not been
issued by the concerned deptt./Institution, then RA bills or any other
document(s) confirming the placement of work order including the payment
made thereto of the completed work can also be enclosed. In the event of any
such document(s) found to be false, legal action as deemed fit may be taken.
1|Page
B.) (i) In support of eligibility and experience, the tenderer is required to submit
self-attested photo copies of work orders, completion certificates (by the
concerned authority etc.) and an affidavit stating that the documents
furnished by them are genuine.
(ii) In case of any documents/information submitted by bidder(s) found to be
false or containing any misrepresentation of having any fraudulent
declaration in it then in such eventuality legal action (including cancellation
of contract, banning of business dealing, damages, criminal proceedings
etc.) as deemed fit may be initiated by BIET against the bidder.
Cost of Bidding Rs 1,500/- (Rupees One Thousand Five Hundred only) in the form of Demand Draft/
Documents Banker’s Cheque/ Pay Order drawn from any Indian Nationalized/ Scheduled bank in
favor of BOKARO ISPAT EDUCATIONAL TRUST, payable at Bokaro Steel City.
Alternatively, the tender documents can be downloaded from the website
www.bietrust.com and the cost of tender documents shall be enclosed with the
PART-I of bid. Tender documents as well as tender cost are non-transferable &
nonrefundable
Bid Security Bid Security Declaration in the format attached as Annexure-4
Time for All works should be complete in all respects as per Preamble to Schedule of Work
Completion within 03 (Three) months from the date of issue of work order/ LOA
Validity of Bid Tenders submitted shall remain valid for a period of 45 days from the date of
opening of the tender
Sale/ Download of Start: 27.07.2021, 09:30 AM IST
Tender Documents Close: 10.08.2021, 03:00 PM IST
Tender Submission On or before 11.08.2021, 11:30 AM IST
Place of Submission THE SECRETARY (BIET),BPITI,CISF CAMPUS, Bokaro Steel City – 827 001, Jharkhand,
of Bid India, Tel No. +91 6542-295029,8986108728, Email: tender.biet.bpiti@gmail.com
Opening of Tender 11.08.2021, 11:45 AM IST
Consortium Bidding Not Applicable
1. The tender document consists of :
i. Invitation for Bids (IFB) with its attachments
a. Appendix-1 : Preamble to Schedule of Work
b. Appendix-2 : Price schedule/ Bill of Quantities (BOQ)
c. Annexure-1 : Format for E-payment Mandate Form.
d. Annexure-2 : Format for Basic Information of the Tenderer
e. Annexure-3 : Format for non-collusive tendering certificate
f. Annexure-4 : Format for Bid Security Declaration
g. Annexure-5 : Format for Affidavit against Commercial Eligibility
h. Annexure-6 : Format for Affidavit against Technical Eligibility
i. Checklist
ii. Special Conditions of Contract (SCC)
iii. General Conditions of the Contract for construction works (Red Book)
In the event of any ambiguity or conflict between the Tender Documents listed above, the order of
precedence shall be the order in which the Tender Documents are listed above.
2. The bid will consist of three parts, Part-I - “Cost of tender document, and Bid Security”, Part-II-
“Eligibility Criteria Fulfilment & Techno-Commercial Bid”, and Part-III - “Price Bids” only.
The tenders should be prepared and submitted in 3 (Three) parts in 3 (Three) separately sealed
Envelopes as follows:
Part-I: Cost of Bidding Documents, and Bid Security
Part-I of Bid shall contain Cost of Bidding Documents and Bid Securing Declaration in the form and
manner as specified in Bidding Documents.
Part-I of Bid shall not contain any information/data in respect of Bidder’s Price. The Bid received
without acceptable Bid Securing Declaration and Cost of Bidding Documents shall be liable for
rejection.
2|Page
Part-II: Technical and Commercial
01 (One) original and 03 (Three) copies along with soft copy in CD/ Pen Drive shall be submitted. The
offer must be submitted with documents required for bidders to qualify as per technical and
commercial eligibility criteria and as per Check list enclosed.
Part-II of bid shall contain all documents and details, which the Bidder considers it prudent, w.r.t
Bidder’s meeting the stipulated Eligibility, requirements and Technical and Commercial offer in terms
of requirements set forth in bidding documents. Bidder has to also submit duly filled in documents as
per the checklist enclosed.
The Institution may at its discretion, request a Bidder for submission of any document for its scrutiny
not submitted in Part-II but considered necessary for evaluation of Bidder’s fulfillment of Eligibility,
requirements and evaluation of its techno-commercial part of offer in terms of bidding documents. The
same will have to be submitted by the Bidder within stipulated time period, as would be notified by the
Institution, from the date of intimation failing which their offer will be evaluated as per the available
documents.
Part-III: Price Bid
01 (One) original and 03 (Three) copies shall be submitted in as sealed envelope super-scribed as “Price
Bid” on the top of the envelope. Price Bid shall consist of the duly filled-in Price Schedule/Bill of
Quantities (BOQ) in the format as prescribed at Appendix-2.
The Bidders are required to quote the rates and to work out the corresponding amount against each
item for the entire scope of work covered under the tender specification. Details and other technical
data mentioned in tender specification shall be strictly followed. The Commercial Terms and Conditions
shall be strictly as per Tender Documents. The price quoted shall be inclusive of all taxes & duties
levies etc. as applicable on the base date including freight & insurance and shall be firm without any
escalation.
3. The envelopes containing Part-I of the Bidding Documents and Part-II of the bidding documents shall be
opened in sequence on tender opening date in presence of such tenderers who may be present. In case
Part-I of the bidding documents is found in order, then only the envelopes containing the technical and
commercial part (Part-II) shall be opened. The price part (Part-III) shall be opened in presence of the
tenderers who may be present at a later date after freezing technical and commercial aspects of the
tender. The time, date and venue for opening of price part shall be intimated to the tenderers in due
course.
4. The bidders may please carefully note the following:
i) The bidders shall ensure inclusion of Cost of Bidding Documents and Bid Security as per
stipulations of the IFB in Part-I. Non-compliance to the above will lead to rejection of the offer/
bid.
ii) Part-II shall be opened only of those bidders who would have furnished Cost of Bidding Documents
and Bid Security as per stipulations of the IFB.
5. Micro & Small Enterprises (MSEs)/Small Scale Industries (SSI)/ Central Public Sector Undertakings
(PSUs)/ Government Undertakings of India are exempted from submission of EMD/ Bid Security as per
Government Policy. However, in case of Bidder not having all members as MSEs/ SSI/ NSIC/ PSUs/
Government Undertakings of India, are required to submit the stipulated EMD/ Bid Security along with
their Bid. For SSI/ NSIC Units, the exemption from submission of EMD/ Bid Security is to be granted only
for the items for which it is registered. For getting exemption from submission of EMD/Bid Security, the
SSI/ NSIC unit is required to submit a notarized copy of the registration certificate indicating clearly
the item for which they are registered and the validity of same and should also submit a copy of
Entrepreneurs Memorandum. For MSEs, the exemption from Earnest Money is to be granted only for the
items for which it is registered and only on submission of valid notarized copy of certificate having
valid Entrepreneurs Memorandum (EM) number.
MSEs/ SSI/ NSIC/ PSUs/ Government Undertakings will also be exempted from submission of Cost of
Tender Documents if they are eligible for exemption of EMD/ BID Security, as detailed above.
6. Bidding
BIET, BOKARO ISPAT EDUCATIONAL TRUST reserves the right to open the sealed Price Bids submitted by
the bidders with their offer and to decide placement of Order as per standard tender finalization
process. The modus operandi of RA, if conducted shall be informed to the techno-commercially
suitable bidders subsequently.
3|Page
7. After prices are opened and evaluated, the Institution may ask the bidders to explain/justify the basis
of their quoted price if required. In case any bidder fails to justify his quoted price or refuse to
cooperate in this regard, such bidder will not be considered for participating in the retendering if the
contract is not finalized from the present bidding.
8. While evaluating the tenders the capability and performance of the tenderer in other projects can also
be taken into account by the Institution, on which basis the tender may be rejected.
9. In case any specific adverse report is received against a tenderer, as information or upon enquiry made
by BIET, in respect of capabilities and performance of tenderer, after receipt of tender but before the
opening of the Price Bids, the quotation/ tender submitted by such tenderer shall be rejected. If such
report is received after opening of the price bids, then also the quotation/tender of that tenderer shall
be rejected.
10. E-payment Mandate Form:
The bidder has to submit the E-payment Mandate Form as per the enclosed format at Annexure-1,
giving the full particulars of Bank Account duly certified by the Bank at the appropriate places. This
mandate form shall be used for the purpose of E-Payment.
11. All Bank guarantees to be submitted by the bidders shall be operable at State Bank of India, Bokaro
Steel City, Bokaro, or an Indian scheduled bank located at Bokaro Steel City, Bokaro.
12. The successful bidder shall have to submit an undertaking to BPITI of BIET before start of the work
stating that they are fully committed towards SA:8000 (Social Accountability System) and shall comply
with the requirements of the system. BIET would prefer tenderers who implement the requirements of
SA: 8000 and would like to have access to their premises to assess the extent of their implementation.
13. Bidder must declare whether the proprietor/partner/Director of the firm has any relation within the
meaning of Section 6 of the Companies Act 2013 with any employee working in the BIET Units
concerned or including its subsidiaries and if so, give the details of the relationship.
14. Bidder shall have to submit certificate from the concerned Merchant banker(s) that the loans given to
the bidder are not falling in the category of Non-Performing assets of the concerned Bank(s).Bidders
shall have to mandatorily submit ITR copies of (FY 18-19 & 19-20).
15. Bids submitted must bear the signature and seal of the bidder on all the pages otherwise, it may be
presumed that the bidder do not accept the terms and conditions of NIT and this may lead to rejection
of the offer forfeiting bidder’s claims, if any.
16. BPITI, BOKARO ISPAT EDUCATIONAL TRUST takes no responsibility for delay, loss or non-receipt of
documents sent by post. No financial obligations shall accrue to BPITI, BOKARO ISPAT EDUCATIONAL
TRUST in such an event.
17. BIET/BPITI reserves the right to accept or reject any bid either in part or in full or to annul the Bidding
process and reject all bids at any time prior to award of the work without assigning any reason
whatsoever and without thereby incurring any liability whatsoever to the affected Bidder(s). Mere
submission of Bids shall not mean fulfillment of requirements of eligibility of the Bidder(s).
Thanking you,
Yours faithfully
For BPITI, BOKARO ISPAT EDUCATIONAL TRUST
(NA SAIFI)
Secretary, BIET
4|Page
5|Page