createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1707890309645 version 6 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 500.00 emd 16000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 22-02-2024 16:00:00 tenderQueryClose 17-02-2024 15:00:00 technicalBidOpen 23-02-2024 16:30:00 publishedDate 14-02-2024 13:28:35 publishedByPost RDPR_EE_DIV_DWD publishedByUser KPE14049 - KRISHNAMURTHY B CHATE bidValidityPeriod 90 noOfCalls 2 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn True percentageRateTypeText None contactPerson K.B.Chate splitEmdRequiredYn False emdBankGuarantee None emdCash None bgValidityPeriod None hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08362442316 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1707890309648 version 11 createdDate None modifiedDate None tenderNumber RDPR/2023-24/RD/WORK_INDENT3475/CALL-2 title Construction of Road from Nagalavi Station to GLP School Link road(500m) in Nagalavi village of Dharawad Taluk in Dharawad District description Construction of Road from Nagalavi Station to GLP School Link road(500m) in Nagalavi village of Dharawad Taluk in Dharawad District category WORKS categoryText Works ecv 630039.34 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 843 locationName RDPR Division Office Daharwad provisionalAmount 631000.0 groupOverheadTotal 96107.69 fileNumber 2023-24/Roads/Untied tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1707890310000 0 None None Roads Construction of Road from Nagalavi Station to GLP School Link road(500m) in Nagalavi village of Dharawad Taluk in Dharawad District 533931.65
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2582534 80117 None 3.7 Compacting original ground supporting embankment: 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. Cum 105.0 105.0 146.28 False None None False None False 15359.4 0 2582535 80117 None 1.7 Construction of Embankment with approved materials deposited at site from roadway cutting and excavation from drain and foundation of other structuresgraded with desired compaction. Cum 119.0 119.0 146.28 False None None False None False 17407.32 0 2582536 80117 None 16.8(B) Surface Drains in Soil : Construction of unlined surface drains of average crosssectional 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 Mtr 25.0 25.0 212.0 False None None False None False 5300.0 0 2582537 80117 None 3.6 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 Cum 493.0 493.0 193.45 False None None False None False 95370.85 0 2582538 80117 None 4.24(B)(ii)(a) Water Bound Macadam: Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with 3 wheeled steel/ vibratory roller in stages to proper grade and camber, applying and brooming requisite type of screening/ binding Materials to fill up the interstices of coarse aggregate, watering and compacting to the required density Mechanical means Grading-III (53 mm to 22.4 mm) Using Screening Crushable type such as Moorum or Gravel. Cum 2094.0 2094.0 29.02 False None None False None False 60767.88 0 2582539 80117 None 16.28 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 6754.0 6754.0 50.3 False None None False None False 339726.2 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1707891036000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1707891036000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1707891036000 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 1707891136000 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 1707891145000 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 1707891161000 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 1707891171000 0 None None ELIGIBILITY Tender schedule will be issued against the e-Payment / NEFT / Credit Card / Debit Card / OTC. None 1707891180000 0 None None ELIGIBILITY Any damage during the progress of work, the damage cost should be beared by the contractor. None 1707891197000 0 None None ELIGIBILITY Any addition / Ommission / alteration will be reserved by the under signed None 1707891211000 0 None None ELIGIBILITY Tender processing fee will not be refundable or exchangeable in case of cancellation of tender. None 1707891220000 0 None None ELIGIBILITY Cost of 1% will be deducted from the bill towards labour welfare fund as per GO: LD 300 LET 2006 Dated: 18-01-2007 None 1707891232000 0 None None ELIGIBILITY All materials should be in good quality as per specification, quality certificate for the same should be obtained from the concerned authority at their own cost. None 1707891298000 0 None None ELIGIBILITY Quality Control certificate issued from the QC authority must accompanied with bill. None 1707891312000 0 None None ELIGIBILITY Acceptance / Cancellation of the tenders are reserved by under signed without any reasons for the same. None 1707891373000 0 None None ELIGIBILITY The work should be carried out in accordance with the standard specifications specified by the department. The defect liability period for all these works shall not be less than 1 year & the contractor shall have to give guarantee for 1 year maintenance. None 1707891377000 0 None None ELIGIBILITY The rates quoted by contractor shall include for structural design & drawing duly certified by the competent authority. The Tenderer whose tender is accepted shall furnish within 15 days the structural design & drawings in 3 set for scrutining to the competent authority. The contractor shall furnish 3 sets of design & drawings (approved) to the Engineer-in-charge and keep one set at site of work. The safe bearing capacity shall be got tested before submission of the drawings None 1707891389000 0 None None ELIGIBILITY If the rates quoted by the Contractor are lesser than the amount put to tender, the difference cost should be paid by the contractor, through DD / FDR / NSC in the favour of Executive Engineer at the time of Agreement None 1707891426000 0 None None ELIGIBILITY The Contractor should enclose / attach all the necessary certificates duly attested by the Notary. None 1707891444000 0 None None ELIGIBILITY Tenderer should upload works in hand certificate. None 1707891464000 0 None None ELIGIBILITY The Contractor shall quote the rates without adding GST for either materials or works contract Service. GST payable by the Contractor under this works contract will be paid to the contractor separately over the contractors bid amount as per Govt order No PWD 65 RDF 2017, dtd: 11-10-2018 None 1707891477000 0 None None ELIGIBILITY Contractor should upload the KPWD registration renewal copy. None 1707891490000 0 None None ELIGIBILITY Tender should be rejected if the works not completed in time or stipulated time from any Department in previous years. None 1707891498000 0 None None ELIGIBILITY Contractor should obey with the above conditions in addition to the KW-1. None 1707891509000 0 None None ELIGIBILITY Assessed available tender capacity - (AxNx2.5 - B) None 1707891527000 0 None None ELIGIBILITY Contractor should make an agreement within 07 days of tender acceptance date and work should be carried out with in the 1 week time after agreement. If not tender will be cancelled at the contractors own risk and cost. None 1707891635000 0 None None ELIGIBILITY In last five years (i.e., 2018-19 to 2022-23) Satisfactorily completed as a prime contractor for at least one similar nature of work done 50% of the cost of the work i.e., not less than the amount Rs.3.15 lakhs, certificate issued from the rank of Executive Engineer and above for the same should be furnished by the contractor. None 1707891685000 0 None None ELIGIBILITY Period for Completion of the work 15 days. None 1707891723000 0 None None ELIGIBILITY To qualify for award of this contract each tenderer in his name should have in the last five years period (i.e., 2018-19 to 2022-23) Turnover Certificate obtained from Charted Accountant and achieved in at least two financial years an average Annual Financial Turnover (in all classes of civil Engineering construction works only) of Rs.6,30,039.34 (usually not less than the estimated cost under this contract None 1707891764000 0 None None ELIGIBILITY Liquid assets and /or availability of credit facilities of not less than Rs. 1.89 lakhs (30% of amount put to tender) (Credit lines/ letter of credit/ certificates from Nationalized banks for meeting the fund requirement etc.) for particularly this work only. (Unconditional) None 1707891783000 0 None None ELIGIBILITY Security deposit at the rate of 5% of tender cost should be made in favour of Executive Engineer in the form of DD / FDR / NSC (NSC should be fledge in the name of Executive Engineer) None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Department Registration Details None None None None None None Total value of civl engineering works executed and payments received in the last five years (year-wise) None None None None None None List of existing commitments and ongoing work None None None None None None List of works for which tenders already submitted None None None None None None Banker Details None None None None None None Satisfactoriy completed as prime contractor at-least one such similar work of value not less than Rs.3.15 Lakhs Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Contractor should upload KPWD renewal registration copy. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None List of existing commitments and ongoing works Calculation sheet of Bidder Capacity AxNX2.5-B Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessed available tender capacity AxNX2.5-B None None None None Liquid assets and or availability of credit facilities of not less than Rs.1.89 lakhs for particularly this work only. Unconditional in given format only Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None The contractor should scan the GST Certificate Financial Status None
createdTs version createdDate modifiedDate documentName None None None None GST Registration None None None None To qualify for award of this contract each tenderer in his name should have in the last five years period ie 2018-19 to 2021-2023 Turnover Certificate obtained from Charted Accountant and achieved in at least two financial years an average Annual Financial Turnover in all classes of civil Engineering construction works only of Rs 630039.34 with usually not less than the estimated cost under this contract with UDIN Number Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None The contractor should scan the PAN card & Contact Details Others The contractor should scan the PAN card & Contact Details
createdTs version createdDate modifiedDate documentName None None None None Others -- The contractor should scan the PAN card & Contact Details tenderCriterionDocumentList
documentName optional documentTypeText Contractor should upload KPWD renewal registration copy. True Technical Bid To qualify for award of this contract each tenderer in his name should have in the last five years period that is 2018-19 to 2022-23. Turnover Certificate with balance sheet obtained from Charted Accountant and achieved in at least two financial years Annual Financial Turnover in all classes of civil Engineering construction works only of Rs.630039.34 usually not less than the estimated cost under this contract with UDIN. True Technical Bid In last five years That is 2018-19 to 2022-23 Satisfactorily completed as A prime contractor for at least one similar nature of work done work 50 Percent of the cost of the work that is not less than the amount Rs3.15lakhs Certificate issued from the rank of Executive Engineer and above for the same should be furnished by the contractor. True Technical Bid Liquid assets and /or availability of credit facilities of not less than Rs.1.89 lakhs. That is 30 Percent of amount put to tender. Credit lines/ letter of credit/ certificates from Nationalized banks for meeting the fund requirement etc. for particularly this work only. Unconditional True Technical Bid The contractor should scan the GST Certificate. True Technical Bid The contractor should scan the PAN card. True Technical Bid Calculation sheet of Bidder Capacity AxNX2.5-B True Technical Bid Contractors Postal address and Mobile No True Technical Bid tenderWorkLocationList tenderAddress None tenderRecallDTO None