createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1706699918688
version2
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee2240.00
emd152000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose08-02-2024 16:00:00
tenderQueryClose05-02-2024 11:30:30
technicalBidOpen09-02-2024 16:05:00
publishedDate01-02-2024 10:55:35
publishedByPostCNNL_EE_DIV_HR_KLNG
publishedByUserKPE16648 - NATANAHALLI S DEVEGOWDA
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonExecutive Engineer
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedNone
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08276274365
mobileNumberNone
tenderSupplierListNone
tenderSchedule
createdTs1706699918713
version4
createdDateNone
modifiedDateNone
tenderNumberCNNL/2023-24/RU/WORK_INDENT774
titleConstruction of service roads to flyover and Improvements infront of bhagandeswara temple in Bhagamandala village limit
descriptionConstruction of service roads to flyover and Improvements infront of bhagandeswara temple in Bhagamandala village limit
categoryWORKS
categoryTextWorks
ecv8957324.21
deptNameCauvery Neeravari Nigam Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location5710
locationNameCNNL HR Div Khushalanagar
provisionalAmount9000000.0
groupOverheadTotal1366371.36
fileNumberFlyover12345
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17066999190000NoneNoneRoad Under BridgeConstruction of service roads to flyover and Improvements infront of bhagandeswara temple in Bhagamandala village limit7590952.85
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
235531969670None001Loosening, 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 workCum117.6117.6406.31FalseNoneNoneFalseNoneFalse47782.0560
235532069670None002Construction 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 workCum552.16552.16722.94FalseNoneNoneFalseNoneFalse399178.55040
235532169670None003Construction 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 workCum2867.22867.2541.75FalseNoneNoneFalseNoneFalse1553305.60
235532269670None004Construction 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 workCum5510.45510.4270.875FalseNoneNoneFalseNoneFalse1492629.60
235532369670None005Providing 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.Cum7564.487564.48541.75FalseNoneNoneFalseNoneFalse4098057.040
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17066999260000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17066999260000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17066999260000NoneNoneELIGIBILITYBidders 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
17066999760000NoneNoneELIGIBILITYIt 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
17067000390000NoneNoneELIGIBILITYThe 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 endNone
17067000630000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejectionNone
17067000750000NoneNoneELIGIBILITYBidder 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 bidderNone
17067000880000NoneNoneELIGIBILITYThe validity period for E.M.D. shall be 45 days beyond the validity period of tenderNone
17067000990000NoneNoneELIGIBILITYSub-leasing / G.P.A. of work is prohibitedNone
17067001120000NoneNoneELIGIBILITYConditional tenders will be rejectedNone
17067001370000NoneNoneELIGIBILITYThe 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
17067001550000NoneNoneELIGIBILITYThe tender processing fee will neither be refunded nor will be transferred to other worksNone
17067001640000NoneNoneELIGIBILITYThe 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
17067001780000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Government ordersNone
17067001870000NoneNoneELIGIBILITYAmount 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
17067001960000NoneNoneELIGIBILITYThe 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
17067002020000NoneNoneELIGIBILITYNo quarries are approved by CNNL for materialsNone
17067002160000NoneNoneELIGIBILITYIf 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 authoritiesNone
17067002280000NoneNoneELIGIBILITYAll 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 extentNone
17067002370000NoneNoneELIGIBILITYMaterials 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 costNone
17067002590000NoneNoneELIGIBILITYThe contractors assessed available tender capacity will be calculated as per the clause 3.3 of STD tender document AttachedNone
17067002700000NoneNoneELIGIBILITYAll 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 workNone
17067002790000NoneNoneELIGIBILITYAll precautions should be taken by the contractor so that there are no damages to such public/ private propertiesNone
17067002910000NoneNoneELIGIBILITYContractor 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 clientNone
17067003130000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labour actNone
17067003260000NoneNoneELIGIBILITYContractor 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 projectNone
17067003370000NoneNoneELIGIBILITYContractor 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 costNone
17067003510000NoneNoneELIGIBILITYContractor 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 executionNone
17067003670000NoneNoneELIGIBILITYOne 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 27-07-2007None
17067003810000NoneNoneELIGIBILITYAll scanned documents to be uploaded shall be in original and the Competent Authority reserves the right to verify the documents before approvalNone
17067004790000NoneNoneELIGIBILITYContractors 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 verificationNone
17067004900000NoneNoneELIGIBILITYFurther 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 mentionedNone
17067005020000NoneNoneELIGIBILITYAny necessary documents can be uploaded in spaces provided for general documents in upload document sectionNone
17067005160000NoneNoneELIGIBILITYThe 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 ContractNone
17067005270000NoneNoneELIGIBILITYGST 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 extensionNone
17067005390000NoneNoneELIGIBILITYIf 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 workNone
17067005490000NoneNoneELIGIBILITYIn addition to the above, all the conditions, as stipulated in the tender booklet of CNNL should be followedNone
17067005590001NoneNoneELIGIBILITYDefect liability period depending upon nature / type of workNone
17067005910000NoneNoneELIGIBILITYBidder should upload site inspection letter issued by concerned AEENone
17067006200001NoneNoneELIGIBILITYThe intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Tender documents KW-3None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneExecuted in any one year the following minimum quantities of work (Cement Concrete - xxxx cum, Earthwork - xxxx cum, etc) (80% of peak rate of construction)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
NoneNoneNoneNoneTo 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 ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneList of existing commitments and ongoing worksCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessed available tender capacity
NoneNoneNoneNoneList of works for which tenders already submittedCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessed available tender capacity
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Key equipment
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 awardedCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Key persons
NoneNoneNoneNoneTo 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 CumCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTo 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 StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneliquid 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 StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
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 yearOthersother
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- other
NoneNoneNoneNonePan cardOthersPan card
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Pan card
NoneNoneNoneNoneContact DetailsOtherscontact details
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- contact details
NoneNoneNoneNoneContractors registered in KPWD/CPWD/ID/any other government organization & Enrolled in Class-3OthersContractor registration certificate
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneGST Registration certificateOthersGST
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Financial Turnover Certificate from CA with UDIN AND ITR of last five yearsTrueTechnical Bid
Contractor Registration CertificateTrueTechnical Bid
Similar nature of work done CertificateTrueTechnical Bid
Work done certificate for execution of quantitiesTrueTechnical Bid
Line of credit certificate in required formatTrueTechnical Bid
Contractor Address & Contact numberTrueTechnical Bid
GST Registration CertificateTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone