createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1706699918688 version 2 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 2240.00 emd 152000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 08-02-2024 16:00:00 tenderQueryClose 05-02-2024 11:30:30 technicalBidOpen 09-02-2024 16:05:00 publishedDate 01-02-2024 10:55:35 publishedByPost CNNL_EE_DIV_HR_KLNG publishedByUser KPE16648 - NATANAHALLI S DEVEGOWDA bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Executive Engineer splitEmdRequiredYn False emdBankGuarantee None emdCash None bgValidityPeriod None hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed None highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08276274365 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1706699918713 version 4 createdDate None modifiedDate None tenderNumber CNNL/2023-24/RU/WORK_INDENT774 title Construction of service roads to flyover and Improvements infront of bhagandeswara temple in Bhagamandala village limit description Construction of service roads to flyover and Improvements infront of bhagandeswara temple in Bhagamandala village limit category WORKS categoryText Works ecv 8957324.21 deptName Cauvery Neeravari Nigam Limited status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 5710 locationName CNNL HR Div Khushalanagar provisionalAmount 9000000.0 groupOverheadTotal 1366371.36 fileNumber Flyover12345 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1706699919000 0 None None Road Under Bridge Construction of service roads to flyover and Improvements infront of bhagandeswara temple in Bhagamandala village limit 7590952.85
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2355319 69670 None 001 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. complete as directed by engineer incharge of the work Cum 117.6 117.6 406.31 False None None False None False 47782.056 0 2355320 69670 None 002 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 and complete as directed by engineer incharge of the work Cum 552.16 552.16 722.94 False None None False None False 399178.5504 0 2355321 69670 None 003 Construction 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 Grading -II Material complete as directed by engineer incharge of the work Cum 2867.2 2867.2 541.75 False None None False None False 1553305.6 0 2355322 69670 None 004 Construction of dry lean cement concrete Sub- base over a prepared sub-grade with coarse and fine aggregate conforming to IS: 383, the size of coarse aggregate not exceeding 25 mm, aggregate cement ratio not to exceed 14:1, aggregate gradation after blending to be as per table 600-1, cement content not to be less than 140 kg/ m3 , optimum moisture content to be determined during trial length construction, concrete strength not to be less than 7 Mpa at 7 days, mixed in a batching plant, transported to site, laid with a paver with electronic sensor, compacting with 8-10 t vibratory roller, finishing and curing and complete as directed by engineer incharge of the work Cum 5510.4 5510.4 270.875 False None None False None False 1492629.6 0 2355323 69670 None 005 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M30 (Grade), coarse and fine aggregates conforming to IS:383:2016:, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, primer, sealant, curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work. Cum 7564.48 7564.48 541.75 False None None False None False 4098057.04 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1706699926000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1706699926000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1706699926000 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 1706699976000 0 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 e-Procurement on or before the last date and time of bid submission. None 1706700039000 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 due to internet connectivity issues and technical glitches at bidders end None 1706700063000 0 None None ELIGIBILITY EMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection None 1706700075000 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 1706700088000 0 None None ELIGIBILITY The validity period for E.M.D. shall be 45 days beyond the validity period of tender None 1706700099000 0 None None ELIGIBILITY Sub-leasing / G.P.A. of work is prohibited None 1706700112000 0 None None ELIGIBILITY Conditional tenders will be rejected None 1706700137000 0 None None ELIGIBILITY The tenderer shall bear all costs associated with the preparation and submission of his tender and the employer will in no case be responsible and liable for those costs. None 1706700155000 0 None None ELIGIBILITY The tender processing fee will neither be refunded nor will be transferred to other works None 1706700164000 0 None None ELIGIBILITY The CNNL reserves the right of rejecting any or all of the tenders without assigning any reason and will not be bound to accept the lowest tender. None 1706700178000 0 None None ELIGIBILITY Royalty on construction materials and other taxes will be deducted as per prevailing Government orders None 1706700187000 0 None None ELIGIBILITY Amount put to tender includes cost of cement, Steel and other materials and labour charges. The rates quoted must also be inclusive of Sales Tax, Excise Duty, Royalty, Octroi, Quarry fee etc., No extra payment on this account will be entertained. None 1706700196000 0 None None ELIGIBILITY The work includes all lead and lift and work shall be carried out as per the instructions of the Engineer-in-Charge of the work. None 1706700202000 0 None None ELIGIBILITY No quarries are approved by CNNL for materials None 1706700216000 0 None None ELIGIBILITY If Nigama wishes to engage third party inspecting agency for the said work, apart from the Quality Control authorities and field tests of the Nigama and Contractor, then the contractor should co-operate with the third party test and Quality Control authorities None 1706700228000 0 None None ELIGIBILITY All safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity. Contractor should indemnify the client to that extent None 1706700237000 0 None None ELIGIBILITY Materials like steel, cement etc., required for the work shall be procured by the tenderer themselves and should got tested by the quality control authority before use on the work at their own cost None 1706700259000 0 None None ELIGIBILITY The contractors assessed available tender capacity will be calculated as per the clause 3.3 of STD tender document Attached None 1706700270000 0 None None ELIGIBILITY All the items in the tender include all lead, lifts, loading unloading, transportation, labour, hire charges of machinery curing for concrete works, cost and conveyance of all material and all other such incidental charges necessary for successful completion of works as per the detailed technical specification and direction of Engineer in charge of this work None 1706700279000 0 None None ELIGIBILITY All precautions should be taken by the contractor so that there are no damages to such public/ private properties None 1706700291000 0 None None ELIGIBILITY Contractor should take all precautionary measures to avoid any damage to the utilities during excavation as well as utility shifting. To that extent the contractor should indemnify the client None 1706700313000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act None 1706700326000 0 None None ELIGIBILITY Contractor should adhere to HSE (Health Safety Environment) policy applicable for similar projects. Contractor to that extent should submit HSE document defining all the procedure including the policies before execution of the project None 1706700337000 0 None None ELIGIBILITY Contractor should take all precautions to ensure that no damage is caused to the existing structures which have been constructed by other agencies during project execution. If any damage is caused, it has to be rectified at his own risk and cost None 1706700351000 0 None None ELIGIBILITY Contractor has to make his own arrangement for procurement of all materials required for the work. There is no departmental supply of materials. Contractor should procure only ISI mark materials and submit necessary quality control certificates from the authorised quality control authority, before execution None 1706700367000 0 None None ELIGIBILITY One percent (1%) of the bill amount of the successful tenderer will be deducted towards the construction labour welfare fund as per Government Order LD / 300 / LET / 2006 Bangalore dated 01-01-2007 and Government letter No. PW / 134 / BMS / 2007 dated 27-07-2007 None 1706700381000 0 None None ELIGIBILITY All scanned documents to be uploaded shall be in original and the Competent Authority reserves the right to verify the documents before approval None 1706700479000 0 None None ELIGIBILITY Contractors should have to upload the scan copy of all necessary qualification documents and submit the original documents/certificate duly attested by notary while tender evaluation in the H.R. Division office, Kushalanagar for verification None 1706700490000 0 None None ELIGIBILITY Further details and information, if any, required can be had from the Office of the Executive Engineer, H,R Division, CNNL, Kushalnagara, Karnataka, on all working days during office hours. If any of the dates mentioned above happens to be a General Holiday, the next working day will hold good in lieu of the date mentioned None 1706700502000 0 None None ELIGIBILITY Any necessary documents can be uploaded in spaces provided for general documents in upload document section None 1706700516000 0 None None ELIGIBILITY The successful Tenderer shall deliver to the Employer a Security deposit in the form of NSC/DD/FDR in the name of the Executive Engineer, H.R Division, Kushalanagara given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced tenders in accordance with the Conditions of Contract None 1706700527000 0 None None ELIGIBILITY GST will be paid to the contract amount separately. Increase in GST shall not be paid in extended period of contract for which the contractor alone is responsible for delay as determined by the authority while granting the extension None 1706700539000 0 None None ELIGIBILITY If the rate (s) quoted by Tenderer for any item (s) of work is/ are below the estimated rates of the department then the contractor shall furnish an additional performance security in the form of Bank Guarantee for an amount equivalent to the difference between the cost as per quoted rate and the estimated rates. In case of contractor quoting rate above 125% of the estimated rates, then the amount over and above 125% will be withheld during the progress of work None 1706700549000 0 None None ELIGIBILITY In addition to the above, all the conditions, as stipulated in the tender booklet of CNNL should be followed None 1706700559000 1 None None ELIGIBILITY Defect liability period depending upon nature / type of work None 1706700591000 0 None None ELIGIBILITY Bidder should upload site inspection letter issued by concerned AEE None 1706700620000 1 None None ELIGIBILITY The intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Tender documents KW-3 None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Executed in any one year the following minimum quantities of work (Cement Concrete - xxxx cum, Earthwork - xxxx cum, etc) (80% of peak rate of construction) None None None None None None Tenderer 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 year None None 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 to 2022-23Satisfactorily completed, as prime contractor, at least one similar nature of work such as Improvements/construction of CC road of value not less than Rs. 38.00 Lakhs. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None List of existing commitments and ongoing works Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessed available tender capacity None None None None List of works for which tenders already submitted Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessed available tender capacity None None None None Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Key equipment None None None None Qualification 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 awarded Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Key persons None None None None To qualify for award of this contract each Tenderer in its name should have in the last five years 2018-19 to 2022-23 (c)executed in any one year, (for continuous period of 12 months) the following minimum quantities of work: 1.GSB :430.00 Cum 2.DLC : 215.00 Cum 3.Cement Concrete: 430.00 Cum Capabilities of Vendor 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 2018-19 to 2022-23 achieved in at least two financial years an average annual financial turnover only of 76.00 Lakhs Note Turnover certificate duly certified by Chartered Accountant along with audited balance sheets of last 5 years & UDIN should be furnished. 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 no less than Rs 25.30 Lakhs (Credit lines/ letter of credit/ certificates from Nationalized/Scheduled banks for meeting the fund requirement etc) (Conditional LOC are liable for rejection) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Tenderer 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 year Others other
createdTs version createdDate modifiedDate documentName None None None None Others -- other None None None None Pan card Others Pan card
createdTs version createdDate modifiedDate documentName None None None None Others -- Pan card None None None None Contact Details Others contact details
createdTs version createdDate modifiedDate documentName None None None None Others -- contact details None None None None Contractors registered in KPWD/CPWD/ID/any other government organization & Enrolled in Class-3 Others Contractor registration certificate
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None GST Registration certificate Others GST
createdTs version createdDate modifiedDate documentName None None None None GST Registration tenderCriterionDocumentList
documentName optional documentTypeText Annual Financial Turnover Certificate from CA with UDIN AND ITR of last five years True Technical Bid Contractor Registration Certificate True Technical Bid Similar nature of work done Certificate True Technical Bid Work done certificate for execution of quantities True Technical Bid Line of credit certificate in required format True Technical Bid Contractor Address & Contact number True Technical Bid GST Registration Certificate True Technical Bid tenderWorkLocationList tenderAddress None tenderRecallDTO None