createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1706275864411 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy RESERVED invitingStrategyText Reserved taxType INCLUSIVE_TAX tenderFee 1690.00 emd 67500.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 08-02-2024 16:00:10 tenderQueryClose 06-02-2024 12:15:45 technicalBidOpen 09-02-2024 16:17:02 publishedDate 29-01-2024 11:34:44 publishedByPost PWD_EE_DIV_BID publishedByUser KPE14569 - SHIVSHANKER V KAMSHETTY bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Shivshanker kamshetty splitEmdRequiredYn False emdBankGuarantee None emdCash None bgValidityPeriod None hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08482226440 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1706275864443 version 4 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT7713 title CONSTRUCTION OF BT ROAD FROM APPA ENGINEERING COLLEGE TO CHITTA MAIN ROAD IN BIDAR TALUKA DIST. BIDAR (NON SOCIAL) SC RESERVED description CONSTRUCTION OF BT ROAD FROM APPA ENGINEERING COLLEGE TO CHITTA MAIN ROAD IN BIDAR TALUKA DIST. BIDAR (NON SOCIAL)SC RESERVED category WORKS categoryText Works ecv 6739360.17 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1692 locationName PWD Division Office Bidar provisionalAmount 8000000.0 groupOverheadTotal 0.0 fileNumber BDR234141346/BDR234142347/BDR234143348 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1706275864000 0 None None Roads CONSTRUCTION OF BT ROAD FROM APPA ENGINEERING COLLEGE TO CHITTA MAIN ROAD IN BIDAR TALUKA DIST. BIDAR (NON SOCIAL) 6739360.17
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2314903 68219 None 3.7 Loosening, leveling and Compacting original ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150 mm, mixed with water at OMC and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2 for embankment construction. Cum 110.25 110.25 915.0 False None None False None False 100878.75 0 2314904 68219 None 16.8 B Construction of unlined surface drains of average crosssectional area 0.40 m2 in soil to specified lines, grades, levels and dimensions. Excavated material to be used in embankment with a lift upto 3m and lead of 50 m (average lead 25 m) as per Technical Specification Clause 307. Mechanical Means Rmtr 26.25 26.25 1220.0 False None None False None False 32025.0 0 2314905 68219 None 1.7 Construction of Embankment with approved materials deposited at site from roadway cutting and excavation from drain and foundation of other structures graded with desired compaction. (Royalty shall be recovered @ Rs. 60.00/m3) Cum 124.95 124.95 292.8 False None None False None False 36585.36 0 2314906 68219 None 1.8 Construction of Embankment by excavating the available approved Gravel/ Murrum deposited at a place or borrow pits during or prior excavation with all lifts and lead, transportation to site, spreading, grading to required slope and compacting to meet the requirement complete as per specifications, including cost of labour,rolling,water,all materials,usage& all other appurtenaces required to complete the work. Cum 497.7 497.7 530.7 False None None False None False 264129.39 0 2314907 68219 None 4.2 B (v) Construction of Granular Sub-Base of required grading as per design spreading in uniform layers with motor grader on prepared surface mixing by mix in place method with front end loader at OMC and compacting with vibratory roller to achieve the desired density, complete as per clause 401 For Grading -V Material Cum 2476.95 2476.95 698.85 False None None False None False 1731016.5075 0 2314908 68219 None 4.17 Wet Mix Macadam (Plant Mix Method) Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density. Cum 2686.95 2686.95 515.85 False None None False None False 1386063.1575 0 2314909 68219 None 5.1 A (i) Prime Coat over WMM/WBM (i) Providing and applying primer coat with SS1 grade Bitumen Emulsion on prepared surface of granular base including cleaning of road surface and spraying primer at the rate of 0.70 kg/m2 using mechanical means. Sqm 43.05 43.05 3439.0 False None None False None False 148048.95 0 2314910 68219 None 5.3 (i) Tack coat on Bituminous surface Providing and applying tack coat with RS1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.20 kg/m2 on the prepared bituminous surface cleaned with mechanical broom Sqm 12.6 12.6 3439.0 False None None False None False 43331.4 0 2314911 68219 None 5.8 (ii) C Providing and laying Bituminous Macadam with 40/60 TPH capacity hot mix plant using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 3.4% by weight of mix, transported to site, laid over a previously preparedsurface with mechanical paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 toachieve the desired compaction Cum 8044.05 8044.05 171.95 False None None False None False 1383174.3975 0 2314912 68219 None 5.31 Providing and laying Semi Dense Bituminous Concrete with 40/60 TPH capacity hot mix plant batch type using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 5% by weight of mix and filler, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per MoRTH V revision. Cum 10659.6 10659.6 85.98 False None None False None False 916512.408 0 2314913 68219 None 3.6 Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of table No. 300-2 Cum 517.65 517.65 503.25 False None None False None False 260507.3625 0 2314914 68219 None 8.15 Road Marking with Hot Applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 g/m2 area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35:2015.The finished surface to be level, uniform and free from streaks and holes. Sqm 556.5 556.5 122.0 False None None False None False 67893.0 0 2314915 68219 None 8.32 Solar Raised Pavement Markers Supplying & fixing of Solar Raised Pavement Markers made of polycarbonate molded body with circular shape, solar powered, LED self illumination in active mode, 360 degree illumination and reflective panels with micro prismatic lens capable of providing total internal reflection of the light entering the lens face in passive mode. The marker shall support a load of 20000 kg tested in accordance to ASTM D 4280. The marker should be resistant to dust and water ingress according to IP 65 standards and should withstand tempertures in the range of 0 C to 70 C. Color of lighting could be provided in red or yellow (amber) as per requirement and typicl frequency of blinking is 1 Hz. There should be current losses of less than 20 microamperes at 2.4 V in sleepcharging mode to enhance the life of the marker and a full charge should provide for a minimum autonomy of 50 hours. The height, width and length of the marker shall not be less than 10 mm x 100 mm x 100 mm. Also, the surface diameter of the marker shall not be less than 100 mm respectively. The weight of the marker shall not exceed 0.5 kg. Fixing will be by drilling holes on the road for the shanks to go inside, without nails and using epoxy resin based adhesive and complete as directed by the Engineer No 2205.0 2205.0 150.0 False None None False None False 330750.0 0 2314916 68219 None 8.5 A (ii) Retro-Reflectorised Traffic Signs Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x 3mm angle mounted on a mild steel circular pipe 65 NB, 3.2 mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022. 90 cm equilateral triangle No 4918.2 4918.2 4.0 False None None False None False 19672.8 0 2314917 68219 None 8.7 Direction and Place Identification Signs upto 0.9 m2 Size Board. Providing and erecting direction and place identification retroreflectorised sign as per IRC:67:2022 made of high intensity grade sheeting vide clause 801.3, fixed over aluminium sheeting, 2 mm thick or Aluminium composite material sheet with overall thickness of 4mm with area not exceeding 0.9 m2 fixed over back support frame of min 35 x 35 x 3mm angle mounted on a mild steel circular pipe 65 NB, firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 x 45 x 60 cm, 60 cm below ground level as per approved drawing Sqm 9460.5 9460.5 1.35 False None None False None False 12771.675 0 2314918 68219 None KKRDB KKRDB LOGO NAME BOARD No 6000.0 6000.0 1.0 False None None False None False 6000.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1706275866000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1706275866000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1706275866000 0 None None ELIGIBILITY Bidders shall ensure upload of relevant document certifying his/her status as Scheduled Caste/ Scheduled Tribe/other reserved category as prescribed in the tender document. None 1706275877000 0 None None ELIGIBILITY G.S.T. at the prevailing rates will be given separately. None 1706275887000 0 None None ELIGIBILITY Period for completion of this work is 06(Six) months including Monsoon. None 1706275896000 0 None None ELIGIBILITY This work is reserved for Scheduled Caste (SC) Contractor only Registered Scheduled Cast Certificate can submit their tender and should upload the Caste Certificate issued by the Competent Authority. None 1706275927000 0 None None ELIGIBILITY To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19 ,2019-20 ,2020-21 2021-22 and 2022-23 (a) achieved in at least One financial years a minimum financial turn over (in all cases of civil engineering construction works only) Rs. 67.40 Lakhs/- Turnover certificate must have UDI number , otherwise it will not be considered for further bid evaluation. None 1706275942000 0 None None ELIGIBILITY Liquid Assets and/or availability of credit facilities of not less than Rs. 20.22 Lakhs Lakhs (Credit Lines/Letter of Credit/Certificates from the Banks for meeting the fund requirement etc. None 1706275951000 0 None None ELIGIBILITY To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19 ,2019-20 ,2020-21 2021-22 and 2022-23 (b) satisfactorily completed as prime contractor, at least one similar work such as Any Construction of Work such as of value not less than Rs 16.35 Lakhs/- None 1706275961000 1 None None ELIGIBILITY The Tenderer shall furnish, as part of his tender, earnest money deposit in the amount as shown in column 4 of the Table of IFT for this particular work. Tenderer can pay the full EMD amount of Rs. 67,000/- through e-payment. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19 ,2019-20 ,2020-21 2021-22 and 2022-23 (b) satisfactorily completed as prime contractor, at least one similar work such as Any Construction of Work such as of value not less than Rs 16.35 Lakhs/- Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19 ,2019-20 ,2020-21 2021-22 and 2022-23 (c) executed in any one year, the following minimum quantities of work((1)Earth work excavation/embankment/shoulders: 1793.00 cum (2)GSB: 559.00 Cum (3) WMM/WBM: 413.00 Cum (4) BM/SDBC:206.00 Cum Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None List of Existing works Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- List of Existing works None None None None List of Work already submitted for tender Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- List of Work already submitted for tender None None None None To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19 ,2019-20 ,2020-21 2021-22 and 2022-23 (a) achieved in at least One financial years a minimum financial turn over (in all cases of civil engineering construction works only) Rs. 67.40 Lakhs/- Turnover certificate must have UDI number , otherwise it will not be considered for further bid evaluation. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Liquid Assets and/or availability of credit facilities of not less than Rs. 20.22 Lakhs Lakhs (Credit Lines/Letter of Credit/Certificates from the Banks for meeting the fund requirement etc. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate True Technical Bid Company Registration Certificate True Technical Bid Reserved Category Certificate True Technical Bid Work done Certificate True Technical Bid Line of Credit True Technical Bid Other Documents False Technical Bid tenderWorkLocationList tenderAddress None tenderRecallDTO None