createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1707396721040 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 7500.00 emd 1939000.00 bidValueType LUMPSUM bidValueTypeText Lumpsum tenderReceiptClose 23-02-2024 17:30:00 tenderQueryClose 14-02-2024 15:30:00 technicalBidOpen 25-02-2024 11:00:00 publishedDate 08-02-2024 19:33:14 publishedByPost KSPHIDCL_EECNT_CNT_BNG publishedByUser KPE16206 - CHANDRASHEKAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 15-02-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson CHANDRASHEKAR splitEmdRequiredYn True emdBankGuarantee 1839000.00 emdCash 100000.00 bgValidityPeriod 120 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08025584130 mobileNumber 9448120484 tenderSupplierList None tenderSchedule
createdTs 1707396721063 version 4 createdDate None modifiedDate None tenderNumber KSPHIDCL/2023-24/BD/WORK_INDENT91 title CONSTRUCTION OF 64 NOS PC QUATERS AT YELAHANKA, BANGALORE IN BANGALORE URBAN DISTRICT UNDER POLICE GRUHA 2025 (PHASE-4) SCHEME PACKAGE No.33 ON LUMP SUM TURNKEY BASIS - CONVENTIONAL METHOD OF CONSTRUCTION (FRAMED STRUCTURE) description CONSTRUCTION OF 64 NOS PC QUATERS AT YELAHANKA, BANGALORE IN BANGALORE URBAN DISTRICT UNDER POLICE GRUHA 2025 (PHASE-4) SCHEME PACKAGE No.33 ON LUMP SUM TURNKEY BASIS - CONVENTIONAL METHOD OF CONSTRUCTION (FRAMED STRUCTURE) category WORKS categoryText Works ecv 193841557.91 deptName Karnataka State Police Housing and Infrastructure Development Corporation Limited status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 7550 locationName KSPHIDCL Contracts Section Bengaluru provisionalAmount 226022000.0 groupOverheadTotal 0.0 fileNumber PHC/CNT/PG2025/PKG33/93/2023-24/WI-91 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1707396721000 0 None None Buildings PACKAGE NO. 33 CONSTRUCTION OF 64 NOS PC QUATERS AT YELAHANKA (SHIFTED FROM PULAKESHINAGAR), BANGALORE UNDER POLICE GRUHA 2025 SCHEME ON LUMPSUM TURNKEY BASIS USING CONVENTIONAL METHOD OF CONSTRUCTION (FRAMED STRUCTURE)- TWO TENDER DOCUMENT SYSTEM (STILT plus GROUND plus 7) 193841557.91
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2513063 76562 None 1.1 CONSTRUCTION OF 64 NOS PC QUATERS AT YELAHANKA, BANGALORE IN BANGALORE URBAN DISTRICT UNDER POLICE GRUHA 2025 (PHASE-4) SCHEME PACKAGE No.33 LS 193841557.91 193841557.91 1.0 False None None False None False 193841557.91 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1707396722000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1707396722000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1707396722000 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 Karnataka Public Procurement Portal (KPPP) on or before the last date and time of bid submission. None 1707396859000 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 karnataka public procurement portal due to internet connectivity issues and technical glitches at bidder s end. None 1707396865000 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 1707396871000 0 None None ELIGIBILITY Bidder shall pay Contract Management Module processing fees of 0.025% of the contract value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidder None 1707396877000 0 None None ELIGIBILITY The tender document is part and parcel of the agreement. None 1707396886000 0 None None ELIGIBILITY The contractor shall obtain insurance coverage for all the workers deployed for this work. None 1707396896000 0 None None ELIGIBILITY The intending bidders are requested to note that they should abide by the detailed instructions and conditions contained in the Tender documents and further modifications done if any None 1707396903000 0 None None ELIGIBILITY All scanned documents to be uploaded shall be in original and are to be produced to the Executive Engineer Contracts to verify the documents within 3 days from the day of opening of Technical bid for verification. None 1707396910000 0 None None ELIGIBILITY Drawings uploaded are only for Tender Purpose only. None 1707396918000 0 None None ELIGIBILITY The bidder should maintain register of labourers deployed and wages paid for the workers and shall produce the documents whenever called for by the competent authority. Remittance towards PF shall be commensurate with the labour component of the work involved. None 1707396926000 0 None None ELIGIBILITY The bidder shall give an undertaking that they would abide by the provisions of employees provident fund and shall remit PF of labourers to the respective PF offices or else KSPH&IDCL have the right to deduct the PF amount from the work bills and remit the same to respective PF offices. None 1707396932000 0 None None ELIGIBILITY The contractor shall quote his rates inclusive of PF as per the applicable rate as issued by the PF department from time to time and if any variation occurs it shall be paid / refunded by / to the Corporation against documentary evidence None 1707396937000 0 None None ELIGIBILITY The successful bidder shall give an under taking that they would abide by the provisions of the Employees Provident Fund Act. None 1707396943000 0 None None ELIGIBILITY Remittance towards PF shall be commensurate with the labour component of the work involved. None 1707396949000 0 None None ELIGIBILITY The Bidder shall remit PF of labourers to Bidders permanent PF code number only. None 1707396960000 0 None None ELIGIBILITY The SBC Report is furnished is only for reference. KSPH&IDCL will not be having any binding on the SBC furnished. The bidders shall visit the locations to ascertain i) the SBC of the field based soil conditions and ii) site conditions. None 1707396968000 0 None None ELIGIBILITY All Bounded & Scanned (i.e. uploaded) hard copies are to be submitted duly marking the Page Nos. within 3 days after the last date of submission of the bid documents online to EE(Contracts), KSPH & IDCL, Bangalore for verification. None 1707396983000 0 None None ELIGIBILITY The rates quoted by the Contractor shall be deemed to be inclusive of all applicable taxes, GST, levies, duties and cess, Building Workers Welfare Cess etc., as applicable as per the latest Notifications of GoK and GoI prevailing as on the date of NIT. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law. The Contractor should submit the tax invoice along with RA Bills. None 1707396989000 0 None None ELIGIBILITY Corrigendum/modification/ Addendum/corrections, if any, will be published in the KPPP only. None 1707396996000 0 None None ELIGIBILITY The bidder should furnish the documents relating to registration of GST. None 1707397002000 0 None None ELIGIBILITY The bidder should furnish the Valid address, phone number & e mail ID. None 1707397008000 0 None None ELIGIBILITY The Format of Volume III Form of Financial Bid uploaded is uploaded is for reference only. The Lumpsum price quoted in the KPPP will be considered for evaluation. None 1707397013000 0 None None ELIGIBILITY Further details of the work or any clarifications can be obtained from the office of the Executive Engineer( Contracts), KSPH&IDCL, No-59, Richmond Road, Bangalore 560025. Ph: 080-25584102 Extn -130 / 114 / 115 None 1707397020000 0 None None ELIGIBILITY Any changes in specification & drawings shall be got approved by the competent authority. None 1707398052000 0 None None ELIGIBILITY Tenders must be accompanied by Earnest Money Deposit (EMD) of Rs. 19.39 Lakhs (Rupees Nineteen Lakhs Thirty Nine Thousand only), which may be paid fully through KPPP or out of which Rs.1.00 lakh (Rupees One lakh only) shall be paid online through Karnataka Public Procurement Portal using any of the following Payment Modes: Credit Card, Direct Debit, National Electronic Fund Transfer (NEFT), Over the Counter (OTC) and the balance amount of Rs. 18.39 Lakhs (Rupees Eighteen Lakhs Thirty Nine Thousand only) in the form of Bank Guarantee (BG) only issued from Nationalized/Scheduled Commercial Banks in the Name of C&MD, KSPH&IDCL, Bengaluru. The scan copy of the Bank Guarantee (BG) to be uploaded at the time of submission of bid documents and the original Bank Guarantee should be submitted to Office of the Executive Engineer (Contracts), KSPH & IDCL, No.59, Gen. K.S.Thimmayya Road, Bangalore 560 025 On or before Last date of receipt of tender and the non-compliance of the same leads to the rejection of the bid None 1707398486000 0 None None ELIGIBILITY The Bidder has to make payment of Rs. 57,500/- (Rupees Fifty Seven Thousand Five Hundred Only) inclusive of GST as transaction Fee (Non refundable) in the form of DD payable to C&MD, KSPH & IDCL, Bangalore and the bidder has to upload the scanned copy of the DD in the Karnataka Public Procurement Portal (KPPP) towards transaction Fee. The original DD should be submitted to Office of the Executive Engineer (Contracts), KSPH & IDCL, No. 59, Richmond Road, Bangalore 560 025 On or before the last date of receipt of tender for verification and the non compliance of the same leads to the rejection of the bid. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None 1.3 of Section-3 Qualification Information: Work performed as Prime Contractor (in the same name) on works of similar nature over during the five years (2018-19 to 2022-23) Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- The scanned original work experience certificate issued by not below the rank of Executive Engineer None None None None 1.4 of Section-3 : Quantities of work executed as prime contractor (in the same name) during the last five years (2018-19 to 2022-23) Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- The scanned original work experience certificate issued by not below the rank of Executive Engineer None None None None 1.5 of Section-3 Qualification Information : Information on works for which Tenders have been submitted and works which are yet to be completed as on the date of this Tender : (A) Existing commitments and ongoing works & (B) Works for which Tenders already submitted Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- The scanned original work experience certificate issued by not below the rank of Executive Engineer None None None None 1.7 of Section-3: Qualification Information: Reports on the financial standing of the tenderer, such as profit and Loss statements and auditors reports for the last five years. (2018-19 to 2022-23) Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Profit & Loss Statement from Registered Chartered Accountant None None None None 3.2- To qualify for award of this contract, each Tender in his/her/their name should have in the last five years i.e. 2018-19 to 2022-23): (b) Satisfactorily completed as prime contractor (at least 50% of the contract value), at least one similar RCC framed structure multistoried building (not less than G plus 5 Floors) work of value not less than Rs.970.00 Lakhs within the Contract Period, for any Government Agency / PSU / Semi Govt / Local Bodies in India. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Work Done certificate issued not below the rank of an Executive Engineer or equivalent. None None None None ITT 3.2 - c) ii) The Tenderer shall have completed a similar Residential housing project works of minimum Built up Area 5000 Sqmt in a housing project for any government, semi government, Boards and corporations only during the Financial Years (2018-19 to 2022-23) Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Work-done certificate issued not below the rank of an Executive Engineer or equivalent. None None None None Be a Class-I & above Civil registered contractor of State PWDs / Central/MES/ Govt. Undertakings Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Valid Registration Certificate issued by respective Depts None None None None Be Registered with KSPH & IDCL Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Valid Registration Certificate issued by KSPH&IDCL None None None None Income Tax returns & PAN Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Income Tax returns and PAN certificates None None None None Be Registered with GST Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Valid Registration Certificate issued by Competent Authority None None None None Be Registered with EPF Authorities Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- EPF Registration Certificate None None None None ITT 3.2 (d) - To qualify for award of this contract, each Tenderer / company in his / its name should have in the last five years i.e. 2018-19 to 2022-23 (d) Executed in any one year the minimum quantities of work executed (Please refer Tender Document) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Certificate issued from not below the rank of an Executive Engineer or equivalent. None None None None ITT 3.3 - Each tenderer should further demonstrate Availability of owning 50% and 50% on lease / hire basis for each item with proof of ownership for the following key and critical equipment for this work. The relevant documents (i.e., Purchase Tax Invoice / Cash Payment Bill / Ownership Document & commitment agreement, etc. for lease or hire basis) for availability for this Work are to be furnished. (Refer Tender Documents for details) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Purchase Tax Invoice / Cash Payment Bill / Ownership Document & commitment agreement, etc. for lease None None None None ITT 3.2 (b)- Each Tenderer should further demonstrate Liquid assets and /or availability of credit facilities of no less than Rs.324.00 Lakhs (Credit lines/ letter of credit/ certificates from Nationalized / Scheduled banks for meeting the fund requirement etc (Unconditional) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Letter of Credit Certificates from Nationalized / Scheduled banks for meeting the fund requirement (Unconditional) None None None None ITT 3.2 a) - To qualify for award of this contract, each Tenderer in his/her/their name should have in the last five years i.e. (2018-19 to 2022-23) (i) The annual turnover (in all classes of Civil Engineering construction work only - contract receipts) in the name of the tenderer shall not be less than Rs. 2585.00 Lakhs in any two financial years during the last five financial years (2018-19 to 2022-23) duly certified by Registered Chartered Accountant with UDIN Number. ii) The Applicant should be financially sound and should not have gone for corporate debt restructuring (CDR) during the last five years. The applicant has to give a Certificate as per the format (enclosed as Annexure A) in this regard. iii) Profit after Tax should be positive for Last five years. The applicant should not have declared Loss for any financial year in the last five years. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Attach Certificate from Registered Chartered Accountant. The applicant has to give a Certificate as per the format (enclosed as Annex-A) (CDR) None None None None 1.8 of Section-3 Qualification Information: 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. Others Technical and management personnel
createdTs version createdDate modifiedDate documentName None None None None Others -- Organization Chart & Company Profile tenderCriterionDocumentList
documentName optional documentTypeText KSPH & IDCL Registration Certificate True Technical Bid Class-I & above Civil registered contractor of State PWDs / Central/MES/Govt. Undertakings True Technical Bid Income Tax returns & PAN True Technical Bid EPF Registration Certificate True Technical Bid GST registration True Technical Bid 1.3of Section-3 Qualification Information True Technical Bid 1.4of Section-3 Quantities of work executed True Technical Bid 1.5of Section-3 Qualification Information True Technical Bid 1.7of Section-3 Qualification Information True Technical Bid 1.8of Section-3 Qualification Information True Technical Bid Turnover Certificate - ITT 3.2a i, ii & iii True Technical Bid Liquid assets and /or availability of credit facilities-Unconditional True Technical Bid Availability by owning Critical Equipments-relevant documents True Technical Bid Executed in any one year minimumm qty certificate True Technical Bid Corporate Debt restructuring Certificate True Technical Bid Non Refundable Transaction fee of Rs.57,500/- in the form of DD in favour of C&MD, KSPH & IDCL, Bangalore True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1707398526000 version 0 createdDate None modifiedDate None blockNumber No. 59, Richmond Road (Gen. K.S.Thimmaiah Road) street None city Bengaluru state Karnataka pin 560025 tenderRecallDTO None