createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1706709191346
version2
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee700.00
emd55860.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose08-02-2024 16:00:00
tenderQueryClose05-02-2024 16:30:23
technicalBidOpen09-02-2024 16:30:00
publishedDate31-01-2024 19:51:19
publishedByPostCMC_MCOM_BID
publishedByUserKPE12549 - SHIVRAJ RATHOD
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonNagnath AEE
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedNone
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber7892104549
tenderSupplierListNone
tenderSchedule
createdTs1706709191376
version4
createdDateNone
modifiedDateNone
tenderNumberDMA/2023-24/OW/WORK_INDENT13114
titleConstruction of CC Road and Mini Mast in Ward No. 29
descriptionConstruction of CC Road and Mini Mast in Ward No. 29
categoryWORKS
categoryTextWorks
ecv2793000.00
deptNameDirectorate of Municipal Administration
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location2238
locationNameDMA City Municipal Council Bidar
provisionalAmount2793000.0
groupOverheadTotal440430.92
fileNumberBMC/ENG/CR-401/2023-24/2
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17067091910000NoneNoneOther WorksConstruction of CC Road and Mini Mast in Ward No. 292352569.08
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
235692869787Nonecode01Fabricating, supplying and erecting Swaged tubular Pole of height ...m having three sections, and providing two coats of red oxide paint and finished with two coats of enamelled paint of approved quality and colour and M.S. base plate of suitable size welded at the bottom of the Pole(as per IS) and 40 mm dia GI/flexible PVC pipe of 1m length fitted to the heavy gauge polycarbonate control box including 5 Way connector of size 167 x 125 x 82 mm for 7.5M Pole/ 200 x 160 x 98 mm for remaining length of Pole with front opening cover, with locking arrangements and suitable capacity MCB/DP switch, The Pole shall be erected in cement concrete work (1:2:4) including excavation and refilling of planting depth of the Pole to the ground level and the coping CC shall be upto 0.6m above ground level as per IS2713-7. 10m (5m Hb,165.1 mm dia 4.85 mm thick x 3m Hm, 139.7 mm dia 4.50 mm thick x 2m Ht,114.3 mm dia 3.65 mm thick) as per IS 410 SP 47Each18021.1518021.152.0FalseNoneNoneFalseNoneFalse36042.30
235692969787Nonecode02Supplying and fixing telescopic M.S. bracket fabricated by using 0.5m length 4" dia telescopic M. S. pipe, with 2" dia1.5m long M.S.Bracket and are welded with suitable angle, using 6mm thick M. S. sheet, grip bolts & nuts, as required, suitable for 9 to 12 ms. M. S. tubular pole, with necessary two coats of painting, with all other accessories Single bracket 1.5 m. LengthEach1360.81360.88.0FalseNoneNoneFalseNoneFalse10886.40
235693069787Nonecode03Wiring for lighting/power circuit using one of FRLS PVC insulated 1100V grade, multistrand copper wire with low conductor resistance single core in open or concealed system of wiring with specified IS-694:confirming to latest amendments 4 mm2Mtr61.9561.95120.0FalseNoneNoneFalseNoneFalse7434.00
235693169787Nonecode04Supplying heavy gauge PVC conduit pipe ....... dia ....... mm thick confirming to IS 2509 with suitable size bends, junction boxes, adhesive paste etc , and fixing using inverted wood plugs in case of RCC ceiling and RCC wall/ stone structure or rawl plugs in case of brick walls and cement plastering the damaged portion using heavy gauge saddles at an interval of 700mm using NF screws 32 mm dia 2.5 mm thickRmtr105.0105.0150.0FalseNoneNoneFalseNoneFalse15750.00
235693269787Nonecode05Supplying and drawing Flexible Multicore Cable manufactured with electrolytic grade flexible copper with low conductor confirming to IS 8130-1984 and (Virgin) PVC insulation sheathed suitable for working voltage upto 1100V as per IS- 694:2010 4C x 6 mm2Mtr311.85311.85120.0FalseNoneNoneFalseNoneFalse37422.00
235693369787Nonecode06Labour charges for laying of 1.1 KV class UG cable in existing trench GI pipe / stoneware pipe / on wall / on pole as required. 6 sqmm to 16 sqmmMtr11.8811.8820.0FalseNoneNoneFalseNoneFalse237.60
235693469787Nonecode07Digging of trench of 0.6m deep x 0.50 mtr wide refilling the trench to the required ground level and consolidating etc., complete.(As per Civil SR KSRB I-2, P-7)Mtr102.0102.0100.0FalseNoneNoneFalseNoneFalse10200.00
235693569787Nonecode08Supplying and Fixing........mm dia class A GI pipe bracket upto 2.7 meters long terminated with a reducing collar of 40x25mm to which extra pipe of 175mm length is fixed for fixing MV/SV/MH/FTL street light fitting of all capacities on rail/RCC/wall/tubular pole, using suitable clA, bolts, nuts and wiring using suitable capacity wires Using 40mm dia G.I.PipeMtr1374.451374.4520.0FalseNoneNoneFalseNoneFalse27489.00
235693669787Nonecode09Supply of LED floodlight luminaire with pressure die cast aluminium housing body for optimal thermal dissipation. Lamp compartment comprising of anti glare clear diffuser with Injection moulded polycarbonate/clear glass material, delivering superior light output Rated life Burning Hrs 50000 hr @ Lumen Maintenance of 70%, CCT 5500K, IP 66 optical and electrical compartment & impact resistance of complete luminaire IK08. Power Factor 0.9 with mains, Surge Protection- Min 5KV along with Over voltage/ Overload, short circuit/ miss-wiring protection. Compatible for pole mauling with outer dia of 40mm to 50mm. Universal Voltage driver to operate wide voltage range from 100 V to 270V 50/60Hz application. Compliance to IS 10322/ IEC 60598, LM 79 & LM 80 Adherence with RoHS. UL approved MCPCB. Top access street light with single screw to ensure ease of maintenance at the sight site location with minimized minimal tools. LED Light fixture with ....... W System Power consumption. LED Efficiency 1301m/w, nominal CRI 75. Luminaire manufacturer should have in- house facility accredited by NABL / CPRI & any Government certified agency & Design & Development facility certified by ISO 9001:2008. Housing with supplier word mark / name shall be Engraved / Embossing on the die cast housing / Body part Warranty of 2 Years against any manufacturing defect working under standard electrical conditions as mentioned above should be given by LED manufacturer & Cree/Nichia/LED Floodlight 150WEach11684.411684.412.0FalseNoneNoneFalseNoneFalse140212.80
235693769787Nonecode10Fixing halogen/metal halide /SVL/IL/LED floodlight fitting over existing pole / wall ceiling including clA, bolts, nuts and wiring using suitable capacity wiresEach198.45198.4512.0FalseNoneNoneFalseNoneFalse2381.40
235693869787Nonecode11Fixing of ..... A TPST / change over switch / Contactor along with neutral link with screws, bolts, nuts and wiring using required capacity wires and circuit labelling 15A to 63A TPSTEach271.95271.954.0FalseNoneNoneFalseNoneFalse1087.80
235693969787Nonecode12Supplying of TPST with rewirable porcelain channels in SM enclosure. Made out of 14 SWG powder coated paint of approved colour 32AEach2041.22041.28.0FalseNoneNoneFalseNoneFalse16329.60
235694069787Nonecode13Supply and fixing polished wood board made of not less than 15mm thick plank on both sides of not more than 2 pieces and fixing the same to the wall using tapered inverted wooden plugs screws 8" x 6" x 1.5"Each79.879.88.0FalseNoneNoneFalseNoneFalse638.40
235694169787Nonecode14Supplying & fixing of Porcelain fuse channel with cut out on existing wooden/panel using necessary nuts, bolts and washers. 16AmpsEach131.25131.258.0FalseNoneNoneFalseNoneFalse1050.00
235694269787Nonecode15Supplying & fixing of Porcelain fuse channel with cut out on existing wooden/panel using necessary nuts, bolts and washers 16 AEach390.6390.68.0FalseNoneNoneFalseNoneFalse3124.80
235694369787Nonecode16Supply and fixing of 4pole power contactor with NO/NC contacts on existing wood/panel board using necessary bolts, nuts, washers and wiring etc., complete with AC-3 Rating and as per IS-13947Each1246.351246.354.0FalseNoneNoneFalseNoneFalse4985.40
235694469787Nonecode17Supplying and fixing regular MCB distribution boards on wall/ood board / flush mounting using required clA, bolts, nuts etc., with provision for fixing suitable type capacity MCB's single phase/3 phase/single door with powder coated painting Made out of 14 SWG MS enclosureEach1367.11367.14.0FalseNoneNoneFalseNoneFalse5468.40
235694569787Nonecode18Supplying and fixing angle iron frame work fabricated out of M.S. angle iron.. and M.S. Flat......with bolts, washers etc., and painted with 2 coats of red oxide and then two coats of approved paint 40 x 40 x 6 mmMtr288.75288.756.5FalseNoneNoneFalseNoneFalse1876.8750
235694669787Nonecode19Fabricating supplying and mounting MS box made out ....SWG suitable for floor /wall mounting, fully weather proof with provision for better heat dissipation, provided with hinged front cover, equipped with tamper proof locking arrangements, with suitable size clA with necessary cable entry pipe with gland and box should be finished with 7tanks treatment with powder coated paint and finally finished with approved colour etc., completeMtr0.340.342100.0FalseNoneNoneFalseNoneFalse714.00
235694769787Nonecode20Supplying and fixing Microprocessor Based Astronomical timer Switch with using necessary bolts, nuts and washersEach4569.64569.62.0FalseNoneNoneFalseNoneFalse9139.20
235694869787Nonecode01Loosening, 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 constructionCum110.25110.25225.0FalseNoneNoneFalseNoneFalse24806.250
235694969787Nonecode02Construction 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 workCum497.7497.7279.0FalseNoneNoneFalseNoneFalse138858.30
235695069787Nonecode03Construction of Granular Sub-Base of required grading as per design mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401. For For Grading -II Material m3Cum2553.62553.6150.0FalseNoneNoneFalseNoneFalse383040.00
235695169787Nonecode04Plain Cement Pavement Quality M30 grade Concrete (RMC) with OPC & GGBS laid without Paver Construction of un-reinforced plain cement concrete pavement using RMC M-30 grade with OPC @ 270 kg/m3 and GGBS@ 90 kg/m3 (75:25 proportion) as per approved mix design procedure and thickness as per design, over a prepared sub base. The superplastisiser confirming to IS 9103-1999 Reaffirmed-2008 Coarse aggregates and Fine aggregate confirming to IS:383-2016, transported to site, laid in approved fixed side form work (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the form work). Spreading the concrete with shovels, rackers and compacted using needle, suitable plate vibrator and finished in a continuous operation including provision of separation membrane and Hessian cloth finishing to lines and grades complete including cost of all materials, labour, all lead & lift, loading charges as per specification & direction of Engineer - incharge of the work. (Groove cutting shall be paid seperately)Cum7112.77112.7202.5FalseNoneNoneFalseNoneFalse1440321.750
235695269787Nonecode05Cutting transverse contraction joints 3 to 4 mm wide and depth 60mm in concrete slab using concrete cutting machine with diamond studded saw within 4-8 hours of casting of bay / slab etc. complete including subsequent widening of the groove 8 to 10 mm. wide at top having depth of 15 mm. as directed by Engineer inchargeMtr73.573.5449.97FalseNoneNoneFalseNoneFalse33072.7950
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17067091940000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17067091940000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17067091940000NoneNoneELIGIBILITYBidders 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
17067092050000NoneNoneELIGIBILITYThe bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches at bidders endNone
17067092100000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejectionNone
17067092120000NoneNoneELIGIBILITYConditional tenders will not be acceptedNone
17067092140000NoneNoneELIGIBILITYBidders are required to read the Bid Documents carefully before submission of their bidNone
17067092160000NoneNoneELIGIBILITYAny discrepancies observed in the documents uploaded by the bidders, the tender is liable for rejectionNone
17067092180000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt., orders and get modified from time to timeNone
17067092190000NoneNoneELIGIBILITYAs per Karnataka State Government order No.LD/300/LET/2006 Bangalore Dated 01.01.2007 and Government Letter No.PW/134/BMS/2007 Dated 27-07-2007, a sum amounting to 1% of the bill will be deducted towards Construction Labour Welfare fundNone
17067092210000NoneNoneELIGIBILITYThe bidders shall scan original Workdone certificates / Turnover Statements and any other documents specified by the employer and attach the scanned file to the Bid. The Original Documents shall be produced for physical verification within one week from the date of Technical bid openingNone
17067092230000NoneNoneELIGIBILITYThe Employer reserves the right to reject any or all tenders without assigning any reason or what so everNone
17067092250000NoneNoneELIGIBILITYFinancial turnover of previous years shall be given a weightage of 10% per year to bring them to the price level of the 2018-19None
17067092270000NoneNoneELIGIBILITYGST shall be paid to the tendered amount separately as per Govt.Ltr.No. PWD:65:RDF:2017, dated: 11.10.2018 GST will be added to the contract amount separately.None
17067092280000NoneNoneELIGIBILITYThe earnest money deposit will be forfeited if the documents submitted by the Bidders found to be misleading/forged or fake will be black listed, tender will be cancelledNone
17067092300000NoneNoneELIGIBILITYThe bidder should follow strictly the prevailing rules of labour actNone
17067092320000NoneNoneELIGIBILITYThe defect liability period for the work shall be one year from the date of completion of the workNone
17067092340000NoneNoneELIGIBILITYIf the document and information furnished by the bidder is found false at any stage Municipal Commissioner has Right to reject the tender without assigning any reason what so ever rests with the under signedNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneMinimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs)NoneNone
NoneNoneNoneNoneSatisfactoriy completed (atleast 90%) as prime contractor at-least one such similar work of value not less than Rs. xxxxxxx (80% of estimated cost of tender)NoneNone
NoneNoneNoneNoneTenderer or his identified Sub Contractor should possess valid Electrical License for executing building electrificatio works and should have executed similar electrical works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one yearNoneNone
NoneNoneNoneNoneTenderer or his identified Sub Contractor should possess valid license for executing water supply / sanitary engineering works and should have executed similar works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one yearNoneNone
NoneNoneNoneNoneTotal value of civl engineering works executed and payments received in the last five years (year-wise)NoneNone
NoneNoneNoneNoneList of existing commitments and ongoing worksNoneNone
NoneNoneNoneNoneList of works for which tenders already submittedNoneNone
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
NoneNoneNoneNoneQualification and experience of the key technical and management personnel in permanent employment with the tenderer and those that are proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneProposals for subcontracting components of works amounting to more than 20% of the contract price (for each, the qualifications and experience of the identified sub-contractor in the relevant fields should be attached)NoneNone
NoneNoneNoneNoneContractor Registration CertificateCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneWork done certificate in the last 5 years and atleast one similar nature of workCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneEPF Registration detailsCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneValid EPF Certificate
NoneNoneNoneNoneGST Registration with update challanCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
NoneNoneNoneNoneList of existing commitments and ongoing worksCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- List of existing commitments and ongoing works
NoneNoneNoneNoneOther Relevant DocumentsCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Other Relevant Documents
NoneNoneNoneNoneAnnual Turnover certificate of last 5yearsFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover certificate of last 5yearsTrueTechnical Bid
Contractor Registration CertificateTrueTechnical Bid
Work done certificate in the last 5 years and atleast one similar nature of workTrueTechnical Bid
EPF Registration details with update challanTrueTechnical Bid
GST Registration with update challanTrueTechnical Bid
List of existing commitments and ongoing worksTrueTechnical Bid
Other Relevant DocumentsTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone