createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1706525895503 version 8 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 4060.00 emd 244000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 09-02-2024 17:00:00 tenderQueryClose 07-02-2024 17:30:00 technicalBidOpen 12-02-2024 16:30:00 publishedDate 02-02-2024 14:12:55 publishedByPost PWD_EE_DIV_CKD publishedByUser KPE15950 - SUNILKUMAR N BALOL bidValidityPeriod 135 noOfCalls 1 preBidMeetingDate 09-02-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Shri.Sunilkumar N Balol EE PWD Division Chikodi splitEmdRequiredYn True emdBankGuarantee 144000.00 emdCash 100000.00 bgValidityPeriod 45 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 8338273859 mobileNumber 8338273859 tenderSupplierList None tenderSchedule
createdTs 1706525895570 version 12 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT1412 title RENEWAL OF KADABAGATTI KANASAGERI MDR ROAD FROM CH 0.00 TO 5.20 (FROM KADABAGATTI TOWARDS KANASAGERI) IN GOKAK TALUKA OF BELAGAVI DISTRICT UNDER 3054-04-337-1-10-200 MDR MAINTENANCE FOR 2023-24 description RENEWAL OF KADABAGATTI KANASAGERI MDR ROAD FROM CH 0.00 TO 5.20 (FROM KADABAGATTI TOWARDS KANASAGERI) IN GOKAK TALUKA OF BELAGAVI DISTRICT UNDER 3054-04-337-1-10-200 MDR MAINTENANCE FOR 2023-24 category WORKS categoryText Works ecv 16232430.18 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1686 locationName PWD Division Office Chikkodi provisionalAmount 20000000.0 groupOverheadTotal 0.0 fileNumber KPWD/GOK/KADABAGATTI-KANASAGERI/MDR/2023-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1706525896000 0 None None Roads ROAD WORK 15920156.13
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2328658 68810 None P.No-43,I.NO-5.32,Vol-3 Tack coat on Bituminous surface Providing and applying tack coat with VG-10 Bitumen using pressure distributor at the rate of 0.20 kg/m2 on the prepared bituminous surface cleaned with mechanical broom ---- including cost of all materials, labor ,HOM,l Sqm 12.6 12.6 28600.0 False None None False None False 360360.0 0 2328659 68810 None P.No-17,I.NO-3.6,Vol-3 Construction of Subgrade and Earthen Shoulders 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 ---- including cost of all materials, labor ,HOM,l Cum 517.65 517.65 312.0 False None None False None False 161506.8 0 2328660 68810 None P.No-38,I.NO-5.16 B(C) ,Vol 3 Bituminous Concrete Grading II for traffic less than 20 MSA Providing and laying Bituminous Concrete with 40/60 TPH capacity hot mix plant using crushed aggregates of specified grading, premixed with bituminous binder VG-30, @ 5.4 per cent of mix and filler, transporting the hot mix to work site, laying with mechanical paver finisher to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MORTH specification clause No. 507 complete in all respects ---- including cost of all materials, labor ,HOM,l Cum 11501.7 11501.7 882.01 False None None False None False 10144614.417 0 2328661 68810 None P No-144, I.NO-16.8b, VOL-3 Surface Drains in Soil Construction of unlined surface drains of average cross-sectional 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 ---- including cost of all materials, labor ,HOM,l m 26.25 26.25 7280.0 False None None False None False 191100.0 0 2328662 68810 None P No-67, I.NO-8.15, Vol 3 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 belevel, uniform and free from streaks and holes ---- including cost of all materials, labor ,HOM,l Sqm 556.5 556.5 1120.0 False None None False None False 623280.0 0 2328663 68810 None P No-74, I.NO-8.43 ,Vol 3 Traffic Signages & Other Appurtenant Works Supplying and Fixing of Molded Shank Supplying and Fixing of Molded Shank Raised Pavement Markers / Cat's Eye made of polycarbonate and ABS moulded body and reflective panels with micro prismatic lens capable of providing total internal reflection of the light entering the lens face and shall support a load of 16000 kg tested in accordance to ASTM D 4280 Type H and complying to Specifications of Category A of MORTH Circular No RW/NH/33023/10-97 DO III Dt 11.06. 1997. The height, width and length shall not exceed 50 mm, 100 mm and 102 +/- 2 mm and with minimum reflective area of 13 cm2 on each side and the slope to the base shall be 35 +/- 5 degree. The strength of detachment of the integrated cylindrical shanks, (of diameter not less than 19 +/- 2 mm and height not less than 30+/- 2 mm) from the body is to be a minimum value of 500 Kg. Fixing will be by drilling holes on the road for the shanks t o go inside, without nails and using epoxy resin based adhesive as per manufacturer's recommendation and complete as directed by the engineer.The contractor shall submit a two year warranty for satisfactory field performance including stipulated retro-reflectance of the reflecting panel, to the Engineer ---- including cost of all materials, labor ,HOM,l Each 383.25 383.25 778.0 False None None False None False 298168.5 0 2328664 68810 None P No-65, I.NO-8.8, Vol 3 Direction and Place Identification Signs more than 0.9 m2 Size Board. Providing and erecting direction and place identification retro-reflectorised sign as per IRC:67:2012 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 exceeding 0.9 m2 fixed over back support frame of min 40 x 40 x 5mm 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 ---- including cost of all materials, labor ,HOM,l Each 10187.1 10187.1 10.8 False None None False None False 110020.68 0 2328665 68810 None P No-54, I.NO-8.5 A(xii), Vol-3 Retro-Reflectorised Traffic Signs Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2012 made of Class B Type IV retro reflective sheeting fixed over 2 mmthick 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, 3.2mm 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:67:2012. 60 cm x 45 cm rectangular ---- including cost of all materials, labor ,HOM,l Each 4435.2 4435.2 50.0 False None None False None False 221760.0 0 2328666 68810 None P No-54, I.NO-8.5 A(xv), Vol-3 Retro-Reflectorised Traffic Signs Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2012 made of Class B Type IV retro reflective sheeting fixed over 2 mmthick 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, 3.2mm 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:67:2012 90 cm high octagon ---- including cost of all materials, labor ,HOM,l Each 6827.1 6827.1 6.0 False None None False None False 40962.6 0 2328667 68810 None P No-57, I.NO-8.17 , Vol-3 Supplying and installation of delineators (road way indicators, hazard markers, object markers), 80-100 cm high above ground level, painted black and white in 15 cm wide strips, fitted with 80 x 100 mm rectangular or 75 mm dia circular reflectorised panels at the top, buried or pressed into the ground and conforming to IRC-79-2019 and the drawings. ---- including cost of all materials, labor ,HOM,l Each 2122.05 2122.05 240.0 False None None False None False 509292.0 0 2328668 68810 None P No-63, I,NO-8.5 A(ii), Vol 3 Retro-Reflectorised Traffic Signs Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2012 made of Class B Type IV retro reflective sheeting fixed over 2 mmthick 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, 3.2mm 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:67:2012. 90 cm equilateral triangle ---- including cost of all materials, labor ,HOM,l Each 4918.2 4918.2 20.0 False None None False None False 98364.0 0 2328669 68810 None P.No-67, I.NO-8.16(ii), Vol-3 Kilometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc Ordinary kilometer stone (precast) ---- including cost of all materials, labor ,HOM,l Each 3073.35 3073.35 5.0 False None None False None False 15366.75 0 2328670 68810 None P.No-67, I.NO-8.16(i), Vol-3 Kilometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc 5th kilometer stone (precast) ---- including cost of all materials, labor ,HOM,l Each 5335.05 5335.05 1.0 False None None False None False 5335.05 0 2328671 68810 None P.No-69, I.NO-8.25(i), Vol-3 Metal Beam Crash Barrier Type - A, "W" : Metal Beam Crash Barrier Providing and erecting a ""W"" metal beam crash barrier system comprising of 3 mm thick corrugated sheet metal beam rail, 70 cm above road/ground level, fixed on ISMC series channel vertical post, 150 x 75 x 5 mm spaced 2 m centre to centre, 1.8 m high, 1.1 m below ground/road level, all steel parts and fitments to be galvanised by hot dip process, all fittings to conform to IS:1367 and IS:1364, metal beam rail to be fixed on the vertical post with a spacer of channel section 150 x 75 x 5 mm, 330 mm long complete as per clause 811 ---- including cost of all materials, labor ,HOM,l m 3822.0 3822.0 470.0 False None None False None False 1796340.0 0 2328672 68810 None P No-15-2.1.3 Vol-1 Providing and laying in position Cement Concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machinery, curing, and all the other appurtenances required to complete the work as per technical specifications. Mix 1:3:6 Using 40 mm nominal size graded crushed coarse aggregates ---- including cost of all materials, labor ,HOM,l Cum 6288.45 6288.45 54.5737 False None None False None False 343183.983765 0 2328673 68810 None P.No-8-1.14.1-Vol-1 Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenances required to complete the work. In all kinds of soils Depth upto 3 m ---- including cost of all materials, labor ,HOM,l Cum 107.1 107.1 54.59 False None None False None False 5846.589 0 2328674 68810 None P No-35-5.12 C-Vol 3 Dense Graded Bituminous Macadam Grading - II for traffic 20 MSA Providing and laying Dense Graded Bituminous Macadam with 40/60 TPH capacity HMP using crushed aggregates of specified grading, premixed with bituminous binder VG-30,4.5 per cent by weight of total mix and filler, transporting the hot mix to work site, laying with mechanical paver finisher to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 505 complete in all respects ---- including cost of all materials, labor ,HOM,l Cum 9921.45 9921.45 96.25 False None None False None False 954939.5625 0 2328675 68810 None P No-64-8.5 A(xv) Vol-3 Retro-Reflectorised Traffic Signs Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2012 made of Class B Type IV retro reflective sheeting fixed over 2 mmthick 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, 3.2mm 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:67:2012 90 cm circular ---- including cost of all materials, labor ,HOM,l Each 6619.2 6619.2 6.0 False None None False None False 39715.2 0 1706525896000 0 None None Roads Construction of C.D. with 1 row of 1000 dia NP 3 Pipes ch 3.70 312274.05
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2328676 68811 None I.N:1.14.1-PN-8,Vol-1 Earth work excavation for Foundation by mechanical means for all works & depth upto 3 m, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenaces required to complete the work In all kinds of soils Depth upto 3 m ---- including cost of all materials, labor ,HOM,l Cum 107.1 107.1 39.42 False None None False None False 4221.882 0 2328677 68811 None I.N:2.1.3-PN-15,Vol-1 Providing and laying in position Cement Concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machinery, curing, and all the other appurtenances required to complete the work as per technical specifications.Mix 1:3:6 Using 40 mm nominal size graded crushed coarse aggregates ---- including cost of all materials, labor ,HOM,l Cum 6288.45 6288.45 1.395 False None None False None False 8772.38775 0 2328678 68811 None I.N:2.4.2-PN-16,Vol-1 Providing and laying in position Cement Concrete for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers, laid in layers, well compacted using needle vibrators, providing weep holes wherever necessary, including all lead & lifts, cost of all materials of quality, confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates( ---- including cost of all materials, labor ,HOM,l Cum 6639.15 6639.15 20.1174 False None None False None False 133562.43621 0 2328679 68811 None As per Formwork for CD Headwall at 8% ---- including cost of all materials, labor ,HOM,l Cum 531.13 531.13 20.1174 False None None False None False 10684.954662 0 2328680 68811 None I.N:2.11,d-PN-18,Vol-1 Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification Super structure of Bridges ---- including cost of all materials, labor ,HOM,l Tonne 90990.9 90990.9 0.3219 False None None False None False 29289.97071 0 2328681 68811 None I.N:16.50,b -PN-146,Vol-3 Providing and Laying Reinforced Cement Concrete Pipe NP3 as per design in Single Row Providing and laying reinforced cement concrete pipe NP3 for culverts on first class bedding of granular material in single row including fixing collar with cement mortar 1:2 but excluding excavation, protection works, backfilling, concrete and masonry works in head walls and parapets Clause 1101.6. 1000mm dia ---- including cost of all materials, labor ,HOM,l m 8355.9 8355.9 10.0 False None None False None False 83559.0 0 2328682 68811 None I.N:1.14.1-P.N-8,Vol-1 Construction of Subgrade and Earthen Shoulders 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 ---- including cost of all materials, labor ,HOM,l Cum 517.65 517.65 17.0743 False None None False None False 8838.511395 0 2328683 68811 None I.N:4.2B(V)-P.N-23,Vol-3 Granular Sub-Base By Mix in Place Method 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 40 .For Grading -V Material ---- including cost of all materials, labor ,HOM,l Cum 2476.95 2476.95 6.75 False None None False None False 16719.4125 0 2328684 68811 None I.N:4.17-P.N-26,Vol-3 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 ---- including cost of all materials, labor ,HOM,l Cum 2686.95 2686.95 6.1875 False None None False None False 16625.503125 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1706525896000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1706525896000 1 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government/ Government of India/Union Territory. None 1706525896000 1 None None ELIGIBILITY It shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of KPPP Portal on or before the last date and time of bid submission. None 1706526939000 0 None None ELIGIBILITY The 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 KPPP Portal portal due to internet connectivity issues and technical glitches at bidders end. None 1706526953000 0 None None ELIGIBILITY EMD Payments through e-Payment mode shall be made as one single transaction and payments made in Multiple Transaction are liable for rejection. None 1706526959000 0 None None ELIGIBILITY Bidder shall pay Contract Management Module processing fees of 0.025% of the contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidder. None 1706526969000 0 None None ELIGIBILITY Tender invited only for eligible contractors registered under Karnataka Public Works Dept None 1706526977000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1706526986000 0 None None ELIGIBILITY The Tenderer shall obtain the workdone certificate in the prescribed format from the Competent Authority not below the rank of Executive Engineer(District Level Officer)and scan the Original Certificate and attach the scanned file to the Bid. None 1706526994000 0 None None ELIGIBILITY Financial Year will be reckoned as the period between first day of April and Thiry first day of March of succeeding year(both days inclusive) None 1706527004000 0 None None ELIGIBILITY The Tenderer shall scan the Original Ownership Documents/ Lease/ Hire committement Agreement for the Machinery and attach the scanned file to the Bid. The Original Documents shall be produced at the time of opening of technical Bids for physical verification. None 1706527015000 0 None None ELIGIBILITY The tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the Bidder None 1706527026000 0 None None ELIGIBILITY The Employer reserves the right to Reject any or all Tenders without assigning any reason None 1706527037000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing KPPP Portal portal None 1706527046000 0 None None ELIGIBILITY Tenderer shall note that the Tenders of those found Eligible as mentioned in Clause 3 - Qualification of the Tenderer in Section 2 : Instructions to Tenderers (ITT), will only be considered for evaluation. None 1706527054000 0 None None ELIGIBILITY All materials required for the work shall be procured by the tenderer himself and should be got tested by the quality control authorities at his own cost before use on work. None 1706527068000 0 None None ELIGIBILITY The items quoted shall include cost of Royalty charges on constructive materials and other taxes as per the rates prevailing Govt Orders at the time of execution and including all the cost and conveyance of all materials, curing, loading and unloading with all lead and lifts, labour, hire charges of machinary and equipments, etc., complete and all incidental charges. All the items shall be executed as directed by the Engineer in charge of the work. None 1706527077000 0 None None ELIGIBILITY Physical quantities requirement to qualify the Tenderer is 80% of the estimated quantity as per Govt Order No. .PW/630/CRM/2014 Bangalore Dated: 17-11-2014 None 1706527084000 0 None None ELIGIBILITY Department will not supply any materials. None 1706527092000 0 None None ELIGIBILITY The cost of the Tender form shall not be refundable. None 1706527102000 0 None None ELIGIBILITY Epayment Challan should be Scanned None 1706527111000 0 None None ELIGIBILITY The Tenderer must be present during opening of tender and submit uploaded documents duly attested by Gazzeted Officer not below the rank of Executive Engineer and also produce original documents for confirmation at the time of opening. None 1706527121000 0 None None ELIGIBILITY As per Karnataka State Govt Order No:LD/300/LET/2006/Bangalore Dt: 1-1-2007 and Govt Ltr No:PW/134/BMS/2007, Dt: 27-7-2007, a sum amounting to 1% of the bill amount will be deducted towards Construction Labour Welfare fund. None 1706527135000 0 None None ELIGIBILITY THE CONTRACTORS ARE INSTRUCTED TO SUBMIT ONLY RELEVENT INFORMATION WITH RECORDS AS REQUIRED AND SPECIFIED IN QUALIFICATION CRITERIA.ANY JUNK ,SUPERFLUOS AND UNNECESARY DOCUMENTS IF UPLOADED WILL TREATED AS MISLEADING AND SUCH TENDERS ARE LIABLE TO BE REJECTED None 1706527143000 0 None None ELIGIBILITY The item rates are excluding GST but inclusive of all other charges. None 1706527152000 0 None None ELIGIBILITY GST shall be paid to the tendered amount separately. None 1706527161000 0 None None ELIGIBILITY The Increase in GST shall not be paid in the extended period of contract for which the contractor alone is responsible for delays as determined by the authority while granting the extension of time. None 1706527244000 0 None None ELIGIBILITY The Item Rate quoted shall include the Royalty Charges on construction materials and other taxes (excluding GST) as per prevailing Government Orders. None 1706527256000 0 None None ELIGIBILITY Further particulars, if any, required by the Contractor can be had from the office of the Executive Engineer, PWD Dept Division Chikkodi during office hours on all working days. It may be noted that if any of the dates mentioned above happened next working day will holds good in lieu of the dates mentioned. None 1706527283000 0 None None ELIGIBILITY Work Completion/Execution Period : 6 Months Including Mansoon None 1706527304000 0 None None ELIGIBILITY The Project Completion period is 6 months and the Tenderer should maintain work during the defect liability period, which is One year after successful completion of the work. None 1706527320000 0 None None ELIGIBILITY Financial turover of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24 in the Technical Qualification Criteria mentioned in the next section None 1706527348000 0 None None ELIGIBILITY The contractor shall prior to commencing the works, effect & there after maintain insurances, in the joint names of the employee & the contractor as per KW-4 standard bid document general condition of contract clause 13 None 1706527465000 0 None None ELIGIBILITY The EMD of Rs.2,44,000.00 shall be paid in full through e payment or in two parts i.e. part (1) Rs, 1,00,000.00 br e payment Part (2) Rs. 1,44,000.00 EMD shall be in the form Bank Guarantee in the prescribed format obtained from any Nationalised / Scheduled Bank in favour of Executive Engineer, PWD Division, Chikodi payable at Chikodi None 1706527536000 0 None None ELIGIBILITY The cost of steel reinforcement & formwork shall be paid separately for concrete items only None 1706527545000 0 None None ELIGIBILITY If no bid received auto extension will be done by KPPP Portal itself for 2 days None 1706527714000 0 None None ELIGIBILITY Contractor should prepare Quality Assurance Plan and get approved from Quality Assurance Executive Engineer before starting the work. None 1706527725000 0 None None ELIGIBILITY Unique Document Identification Number (UDIN) form practicing Chartered Account is preferred None 1706702859000 0 None None ELIGIBILITY The defects Liability period, which is (2) Two year after successful completion of the work. The DLP is applicable to all the items Executed in main work, the 3rd, 4th & 5th year maintenance starts after DLP period None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Satisfactorily completed (at least 90% of the contract value), as prime contractor, at least one similar work of value not less than Rs.81.16 Lakhs, in previous five years. 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 & 2022-23 (c) executed in any one year, the following minimum quantities of work 1)ASPHALTING(BM/SDBC/DBM/BC)-783.00 CUM,2)CONCRETE(PCC/RCC/PQC/DLC)-61.00 CUM. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Each tenderer should demonstrate availability of few key equipments/machinery for execution of the work.However as per Govt circular No.GO FD/AE 263/EXP12-2022 dt 11-05-2022,this clause for owning key equipments for works costing upto Rs.3.00 crores is exempted. However it is obligatory for the contractor to use the following machineries for various activities involved in construction as per MORTH specification 1.Hot Mix Plant 40/60 TPH or more capacity 2.Mechanical Paver Finisher 3.Vibratory Road Roller (Double Drum) 4.Tippers 5.Motor grader 6.PRR Roller 7.Pug Mill / wet mix plant 8.Excavator like JCB/Hitachi/Backo loader 9.Water tanker Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Hire Commitment Agrement Ownership Documents Lease Commitment Aggrement Information in format 8 None None None None Tenderers who meet the above specified minimum qualifying criteria will only be qualified,if their available tender capacity is more than the total tender value.The available tender capacity will be calculated as under Assessed available tender capacity is AXNX1.5-B where where A is Maximum value of civil engineering works executed in any one year during the last five years updated to 2023-24 price level taking into account the completed as well as works in progress.N is Number of years prescribed for completion of the works for which tenders are invited is 0.5 Year B is Value at 2023 24 price level, of existing commitments and on-going works to be completed during the next 0.5 year Period of completion of the works for which tenders are invited. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Calculation sheet on lettar head None None None None Maximum of Civil Engineering works executed in any one year during the last five years (updated to 2023-24 price level) taking into account the completed as well as works in progress. (Financial turnover of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Information on the Letter Head of the tenderer None None None None Report on the financial standing of the Tenderer, such as profit and loss statements and auditors report for the last five years. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Auditors Report None None None None Value at 2023-24 price level, of existing commitments and on-going works to be executed during the next 12 months(Financial commitment of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24), (Monthwise commitment shall be furnished) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter head of the tenderer None None None None Liquid Assets and or availability of credit facilities of no less than Rs.81.16 Lakhs (Credit Lines or letter of credit or 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 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 & 2022-23 (a) acheived in at least two financial years a minimum financial turnover of Rs.324.64 lakhs (in all classes of civil engineering construction works only)( Calculated as per Govt circular PWD.60.CRM.2021 Dated.08/11/2021) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Constitutional or Legal Status of the Tenderer Others Legal
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Principal Place of Business Others Place of Business
createdTs version createdDate modifiedDate documentName None None None None Others -- Declaration by the Bidder on the Letter Head None None None None Information on works which are yet to be completed. Others Committed Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 5 and Certificates in Format 3 None None None None Information of the works for which Tender acceptance letters are received. Others New Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 6 and Letter of Acceptance None None None None Information on litigation in which the Tenderer is involved: Others Litigation
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 10 None None None None Name, Address, telephone No., Fax No., and email ID of the Tenderers Bankers Others Bankers Details
createdTs version createdDate modifiedDate documentName None None None None Others -- Information on the Letter Head of the tenderer None None None None Information of the works for which Tenderer has submitted Tender Others Tendered Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 7 None None None None Assessed Tender Capacity shall be more than the Tendered Amount Others Tender Capacity
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessment on the Letter Head of the Tenderer None None None None Latest Income Tax Clearance Certificate Others Financial Status
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned Copy of ITC Certificate None None None None The EMD of Rs.2,44,000.00 shall be paid in full through e payment or in two parts i.e. part (1) Rs, 1,00,000.00 br e payment Part (2) Rs. 1,44,000.00 EMD shall be in the form Bank Guarantee in the prescribed format obtained from any Nationalised / Scheduled Bank in favour of Executive Engineer, PWD Division, Chikodi payable at Chikodi Others EMD
createdTs version createdDate modifiedDate documentName None None None None Others -- epayment challan & part-II scanned copy of EMD tenderCriterionDocumentList
documentName optional documentTypeText Contractors KPWD Civil Registration Certificate True Technical Bid Annual Turn Over Certificate from 2018-19 to 2022-23 True Technical Bid Financial work done certificate True Technical Bid Qtywise work done certificate. True Technical Bid Machineries documents. True Technical Bid Line of credit in prescribed format True Technical Bid GST Registratation True Technical Bid Ongoing work details True Technical Bid Any other related documents True Technical Bid UDIN form practicing Chartered Account is preferred True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Belagavi Gokak Belgaum GOKAK (ST) Kadabagatti To Kanasageri None None None None None None tenderAddress
createdTs 1706703068000 version 0 createdDate None modifiedDate None blockNumber Basav Circle, Opp Court, Chikkodi street None city Chikkodi state Karnataka pin 591201 tenderRecallDTO None