Professional Documents
Culture Documents
Tender Document: Tender Document: Tender Document 2576.pdf Any Other Document: No Files Attached
Tender Document: Tender Document: Tender Document 2576.pdf Any Other Document: No Files Attached
Tender Name: Online Tender for Carrying out Composite Work (Furnishing and Electrical work) at Branch Office
Sahebganj Ayodhya under Circle Office Ayodhya (Faizabad)
Tender NO. : 2576
Tender Document
Name of the Work : Online Tender for Carrying out Composite Work
(Furnishing and Electrical work) at Branch Office
Online Tender for Carrying out Composite Work (Furnishing and Electrical work) at Branch Office
Sahebganj Ayodhya under Circle Office Ayodhya (Faizabad)
Pre-Qualification Criteria :
S. No. Minimum Eligibility Criteria1 The Bidder should have satisfactorily completed similar works
during last 7 (seven) years ending last day of the month of (month prior to invitation of tender be
inserted here) with Central/State Government Department/Central Autonomous Body/Central
Public Sector Undertaking/City Development Authority/Municipal Corporation of City formed
under any Act by Central/State Government and published in Central/State Gazette/ Scheduled
Commercial Banks or its subsidiaries/Private organizations should be either of the following: -
1.One similar nature work amounting to Rs 1181460.80/- (80% of estimated cost) Or 2.Two
similar nature work amounting to Rs. 738413.00/- (50% of estimated cost) Or 3.Three similar
nature work amounting to Rs. 590730.40/- (40% of estimated cost) Similar work means New
Construction / Repair / Renovation / Refurbishment of office / commercial / institutional /
residential buildings including Civil/ Structural / Sanitary / Plumbing / Fire Fighting / Electrical /
HVAC / All Composite etc. executed under one agreement. Cumulative works executed under
rate contract shall not be treated as one work. Components of work executed other than those
included in definition of similar shall be deducted while calculating cost of similar work. Bidder
shall submit abstract of cost of work in support of the same. Certificates of satisfactory completion
of similar work should be issued by an Authority not below the rank of Executive Engineer/Chief
Manager of Principal Employer / Client department and the same are to be uploaded on Bank’s
website along with supporting documents. In case the similar work/s is of private nature other
than Central/State Government/Central Autonomous Body/Central Public Sector undertaking/City
Development Authority/ Municipal Corporation of city, they shall be required to submit T.D.S.
Traces / Certificates for such works issued by respective Principal Employer/ Clients. The value of
executed works shall be brought to current costing level by enhancing the actual value of work at
simple interest of 7% per annum, calculated from the date of completion to the last date of receipt
of application for tender. 2 The minimum average annual turnover of Bidder for the last three
financial years i.e. 2022.-23, 2021-22 & 2020-21 must not be less than Rs. 443047.80.Bidder to
upload audited Balance sheet, Profit & Loss statement and trading account details for these
financial years, if applicable. The multiplication factor of 7% per annum simple interest is not
applicable on the Annual Financial Turnover figures. 3 The Applicant should not have been black-
listed/ barred by any Central/ State Government Department/ Central Autonomous Body/ Central
Public Sector Undertaking/ City Development Authority/ Municipal Corporation of City formed
under any Act by Central/ State Government and published in Central/ State Gazette/ Public
Sector Banks etc. Further, similar eligible works should not have been carried out on Back to
Back basis and the Applicant shall have to furnish undertaking as under. An undertaking in this
regard is to be submitted to Bank by Bidder (on stamp paper of Rs.100/-) 1."I/We have not been
black-listed/ barred by Department of Financial Services, Govt. of India and my company does
not feature in the debarment list on Central Public Procurement Portal (CPPP) maintained by
Department of Expenditure, Ministry of Finance, Govt. of India. 2.“I/ We undertake and confirm
that eligible similar work(s) has/have not been got executed through another agency on back to
back basis. Further that, if such a violation comes to the notice of the Bank, then I/we shall be
debarred for bidding in PNB in future forever. Also, if such violation comes to the notice of the
Bank before date of start of work, the Bank shall be at liberty to forfeit the entire amount of
Earnest Money Deposit.” ** In case, the company/bidder does not have the audited Balance
Sheet for period ending March 2023(Previous Financial Year), provisional balance sheet certified
by their Statutory Auditors will be acceptable. Note: The bidder must submit the Compliance
Statement failing which the bids may not be taken for further evaluation. 3.The bidder should be
Class-I local supplier. “Class-I local supplier” means a supplier or service provider, whose goods,
services or works offered for procurement, meets the minimum “local content” as prescribed for
Class-I local supplier as per DPIIT vide OM P-45021/2/2017PP (BE-II) dated 16.09.2020 issued
the Public Procurement (Preference to Make in India) Order 2017-revision. The “local content”
requirement to categorize a supplier as “Class-l local supplier” is minimum 50%. “Local content”
means the amount of value added in India which shall, unless otherwise prescribed by the nodal
ministry, be the total value of the item procured (excluding net domestic indirect taxes) minus the
value of imported content in the item (including all customs duties) as a proportion of the total
value, in percent. 4.Verification of “local content”: The “Class-I local supplier” with the bid
document shall be required to submit self-certification the bidder meets the local content
requirement for “Class-I local supplier”. 5.Bidder must submit documentary evidence in respect of
all above mentioned criteria while submitting the proposal. Proposal of bidder who do not fulfill the
above criteria or who fail to submit documentary evidence thereon would be rejected. 6.Bidder
has to upload scanned and legible copies of all supporting documents on Bank’s e-procurement
website https://etender.pnbnet.in for its scrutiny. 7.The Bank reserves the right to request for any
additional information and also reserves the right to reject or accept the bid of a bidder, if in the
opinion of Bank the qualification data is incomplete or the bidder is found not qualified to
satisfactorily execute the requirements of the project and no communication shall be entertained
in this regard in future.
EMD Amount :
EMD Details
Instrument No. :
Instrument Type :
Amount :
Instrument No. :
Instrument Type :
Amount : 590
Acceptance Clause :
All terms and conditons in the tender document and corrigendum are hereby accepted.
Accept? :
Document Required :
24 mm of all
Tsections shall be
pre-painted with
polyster baked paint,
for all heights, as per
specifications,
drawings and as
directed by
Engineer-in-Charge.
make- Armstrong
(16 MM thk)
25 Light Primary Points Each 45
in PVC Conduit -
Point Wiring for light
points, controlled
through modular
switches complete
with PVC boxes &
cover plate - The
point wiring shall be
done with 3x 1.5
sq.mm Fire
Resistant Low
smoke Low Halogen
stranded Cu. Wire in
PVC conduit pipe
(HMS Grade)
concealed in wall/
floor/ panelling/
partitions or above
false ceiling as per
requirement.The
work shall also
include for cutting
chase for conduits
and moulded boxes,
if required, in the
wall/ floor (Without
damaging the
building/wall) along
with clamping the
conduit at every 600
mm interval & finally
finishing the surface
& matching the
same with the
existing surface.The
rate should include
the cost of all
materials, modular
switch complete with
PVC box & cover
plate, labour, T&P,
scaffolding, shifting
of furniture, carting
away the debris and
cleaning the floor
etc.The job shall be
complete & to the
entire satisfaction of
the Bank. Circuit
wiring to be included
in the point wiring
rates. The circuit
wiring starts from DB
to point control box/
switch box using Fire
Resistant Low
smoke Low Halogen
stranded Cu. Wire
2x2.5 sqmm & 1x2.5
sqmm earthing (min
size) in 20/25/32 mm
PVC conduit. All the
wiring shall be
carried out in
recessed conduits
unless instructed by
Architect / Engineer
in charge
37 3x6 sq mm RM 50
submains wiring in
PVC conduit:-
Supply and laying of
2x6 sq mm + 1x6 sq
mm FR LSH ( Fire
Resistant Low
smoke Low
Halogen) stranded
Cu. Wire in PVC
Conduit (HMS
Grade) through wall /
floor / above false
ceiling / partition etc.
The work shall also
include for cutting
chase for conduits
and moulded boxes,
if required, in the
wall/ floor (Without
damaging the
building/wall) along
with clamping the
conduit at every
600mm interval &
finally finishing the
surface & matching
the same with the
existing surface.The
rate should include
the cost of all
materials, labour,
T&P, scaffolding,
shifting of furniture,
carting away the
debris and cleaning
the floor etc.
38 Supply and laying of RM 45
3x10 submains
wiring in PVC
conduit
Supply and laying of
2x10 sq mm + 1x10
sq mm FR ( Fire
Resistant) stranded
Cu. Wire in PVC
Conduit (HMS
Grade) through wall /
floor / above false
ceiling / partition etc.
The work shall also
include for cutting
chase for conduits
and moulded boxes,
if required, in the
wall/ floor (Without
damaging the
building/wall) along
with clamping the
conduit at every
600mm interval &
finally finishing the
surface & matching
the same with the
existing surface.The
rate should include
the cost of all
materials, labour,
T&P, scaffolding,
shifting of furniture,
carting away the
debris and cleaning
the floor etc.