createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1707916079808 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 1540.00 emd 123200.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 22-02-2024 16:00:00 tenderQueryClose 20-02-2024 11:00:00 technicalBidOpen 23-02-2024 17:00:00 publishedDate 15-02-2024 10:25:41 publishedByPost RDPR_EE_DIV_HAV publishedByUser KPE10886 - D JAYARAMA NAIK bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson EE PRE Division Haveri 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 08375232454 mobileNumber 9008677363 tenderSupplierList None tenderSchedule
createdTs 1707916079845 version 6 createdDate None modifiedDate None tenderNumber RDPR/2023-24/RD/WORK_INDENT4436 title Developments to road from Shiragod - Hanumanakoppa road to Avalagerikoppa village road (km 0.00 to 1.50) in Hangal Taluk of Haverit District. description Developments to road from Shiragod - Hanumanakoppa road to Avalagerikoppa village road (km 0.00 to 1.50) in Hangal Taluk of Haverit District. category WORKS categoryText Works ecv 6156787.08 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 940 locationName RDPR Division Office Haveri provisionalAmount 7500000.0 groupOverheadTotal None fileNumber AEE/PRE-Sub/Dn/Hangal/Shiragod-Hanumanakopp/2023-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1707916080000 0 None None Roads Developments to Asphalt road from Shiragod - Hanumanakoppa road to Avalagerikoppa village road (km 0.00 to 1.50) in Hangal Taluk 3259066.92
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2593397 80756 None 2.5 V-3 Clearing and Grubbing Road Land. Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, including removal and disposal of top organic soil not exceeding 150 mm in thickness. By Mechanical Means using Dozer. (KPWD SR 2021-22 P.No.7, I.No. 2.5. Volume-03) Sqm 168586.0 168586.0 0.72 False None None False None False 121381.92 0 2593398 80756 None 20.8 V-3 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 all lead and lift as per Technical Specification Clause 307. Manual Means. (KPWD SR 2021-22 P.No.132, I.No. 20.8. Volume-03) m 18.1 18.1 6000.0 False None None False None False 108600.0 0 2593399 80756 None 5.5 V-III Tack coat on Cement concrete pavement Providing and applying tack coat with RS-1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.30 kg/m2 on the prepared bituminous surface cleaned with mechanical broom (KPWD SR 2021-22 P.No.29, I.No. 5.5 Volume-03) Set 19.0 19.0 11250.0 False None None False None False 213750.0 0 2593400 80756 None 5.19 V-III Open - Graded Premix Surfacing Providing, laying and rolling of open - graded premix surfacing of 20 mm thickness composed of 13.2 mm to 5.6 mm aggregates either using viscosity grade bitumen VG-30 to required line, grade and level to serve as wearing course on a previously prepared base, including mixing in a suitable Hot mix plant of capacity not less than 40/60 TPH laying and rolling with a smooth wheeled roller, finished to required level and grades. (KPWD SR 2021-22 P. No.37, I. No. 5.19. Volume-03) Sqm 141.0 141.0 11250.0 False None None False None False 1586250.0 0 2593401 80756 None 5.21(ii) V-III Seal Coat Providing and laying seal coat sealing the voids in a bituminous surface laid to the specified levels, grade and cross fall using Type A and B seal coats with bituminous binder VG-30 (ii), Case - II : Type B Premix Sand Seal coat. (KPWD SR 2021-22 P. No.37, I. No. 5.21. Volume-03) Sqm 52.0 52.0 11250.0 False None None False None False 585000.0 0 2593402 80756 None 3.6 V-III 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. (KPWD SR 2021-22 P. No.15, I. No. 3.6. Volume-03) Sqm 413.0 413.0 585.0 False None None False None False 241605.0 0 2593403 80756 None 8.16 (ii) V-III Kilometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc. (ii), Ordinary kilometer stone (precast) (KPWD SR 2021-22 P. No.57, I. No. 8.16 (ii). Volume-03) Each 2444.0 2444.0 3.0 False None None False None False 7332.0 0 2593404 80756 None 8.16 (iii) v-III Hectometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc. (iii) 200 m stone (precast) (KPWD SR 2021-22 P. No.57, I. No. 8.16 (iii). Volume-03) Each 1611.0 1611.0 12.0 False None None False None False 19332.0 0 2593405 80756 None 8.15 V-III 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 be level, uniform and free from streaks and holes." (KPWD SR 2021-22 P. No.57, I. No. 8.15. Volume-03) Sqm 478.0 478.0 650.0 False None None False None False 310700.0 0 2593406 80756 None Morth 804 V-III Name Board "Providing and fixing board displaying information, such as 'Name of work, Tender cost, Name of Contractor, Work completion and liability period etc', having rectangular shape of 1.20m x 0.90m size made out 18 gauge (1.25mm) thick mild steel sheet painted with one coat of Zinc chromate stoving primer and two coats of enamel paint on front side and grey stove enamel on back side and border / messages / symbols etc. with approved colour shade paint complete, on M.S.angle of size 35 x 35 x 3 mm frame with properly cross braced M.S. angles of size 35mmx35mmx3mm duly painted including Two M.S. angle iron posts of size 65 mm x 65 mm x 6 mm, 3.65 m long painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8 concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling, transportation, and labour etc complete. Spec. No. As directed by Engineer in Charge & MoRTH specification 804" (KPWD SR 2021-22 P. No.57, I. No. 4(MoRTH 804). Volume-03) Nos 9000.0 9000.0 1.0 False None None False None False 9000.0 0 2593407 80756 None 8.6 A v-III Retro-Reflectorised Traffic Signs Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2012 made of Class C Type XI retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 801.3, 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, 3.2 mm 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. ( iv ), 60 cm equilateral triangle (KPWD SR 2021-22 P. No.55, I. No. 8.6A Volume-03) Each 4324.0 4324.0 4.0 False None None False None False 17296.0 0 2593408 80756 None 8.18 V-III Boundary pillar Reinforced cement concrete M15 grade boundary pillars of standard design as per IRC:25, fixed in position including finishing and lettering but excluding painting. (KPWD SR 2021-22 P. No.57, I. No. 8.18 Volume-03) Nos 647.0 647.0 60.0 False None None False None False 38820.0 0 1707916080000 0 None None Roads Construction of CC road from Shiragod - Hanumanakoppa road to Avalagerikoppa village road (km 0.00 to 1.50) in Hangal Taluk 2897720.16
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2593409 80757 None 2.5(ii)B V-III Road:.Clearing and Grubbing Road Land., Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, including removal and disposal of top organic soil not exceeding 150 mm in thickness. (ii) By Mechanical Means using Dozer, (B) In area of thorny jungle etc complete with all lead & lifts.(P.No. 07 I No. 2.5 PWD SR 2021-22 Volume-III) Hectare 168586.0 168586.0 0.06 False None None False None False 10115.16 0 2593410 80757 None 3.7 V-III Compacting Original Ground, 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. etc complete with all lead & lifts.(P.No. 15 I No. 3.7 PWD SR 2021-22 Volume-III) Cum 87.0 87.0 200.0 False None None False None False 17400.0 0 2593411 80757 None 2.24(B)(i)a V-III Water Bound Macadam, Grading-I (63 mm to 45 mm): 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. (B)Mechanical means, (i)Grading-I (63 mm to 45 mm) (a)Using Screening Crushable type such as Moorum or Gravel (P.No. 24 I No. 2.24(B)(i)(a) PWD SR 2021-22 Volume-III) Cum 2031.0 2031.0 75.0 False None None False None False 152325.0 0 2593412 80757 None 4.24(B)(ii)b V-III Water Bound Macadam, Grading-II (53 mm to 22.4 mm) 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. (B)Mechanical means. (ii)Grading-II (53 mm to 22.4 mm) (b) Using Screening Type B (11.2mm agg). etc complete with all lead & lifts. (P.No. 24 I No. 4.24(B)(ii)(b) PWD SR 2021-22 Volume-III) Cum 2280.0 2280.0 75.0 False None None False None False 171000.0 0 2593413 80757 None 20.29 V-III 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, 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. (P.No. 138 I No. 20.29 PWD SR 2021-22 Volume-III) Cum 6512.0 6512.0 150.0 False None None False None False 976800.0 0 2593414 80757 None 8.25 V-III 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 (P.No. 59 I No. 8.25 PWD SR 2021-22 Volume-III) m 3271.0 3271.0 480.0 False None None False None False 1570080.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1707916081000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1707916081000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1707916081000 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 1707916160000 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 1707916179000 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 e-Procurement portal due to internet connectivity issues and technical glitches at bidders end None 1707916195000 0 None None ELIGIBILITY MD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection. None 1707916231000 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 1707916238000 0 None None ELIGIBILITY The contractor should provide daily there staff members on site None 1707916250000 0 None None ELIGIBILITY If there is any objection regarding tender, eligibility of contractors, documents etc. The objection must be submitted before last date & time of submission of tender directly to Executive Engineer, PRE Dn, Haveri. (Not in inward). None 1707916257000 0 None None ELIGIBILITY All the scanned documents pertaining to bidder to be uploaded shall be in original & same original should be produced to The Executive Engineer (at the time of technical opening) who reserves right to verify the original documents before approval. None 1707916264000 0 None None ELIGIBILITY The work subjected to third party inspection and inspection by other govt agencies third party inspection cost is borne by the contractor at the rate of 0.5% of the gross amount of the bill third party agency is appointed by the dept. None 1707916272000 0 None None ELIGIBILITY Tenderer must have achieved in at least two financial years an average minimum financial Turn over (in all classes of civil construction works only) per financial year (ABSTRACT STATEMENT FROM CA OF 5 YEARS) None 1707916281000 0 None None ELIGIBILITY The original documents should be produced for verification at any stage of tender process as and when sought for, failing which the bidders are liable for disqualification. None 1707916288000 0 None None ELIGIBILITY Aspiring bidders/ contractors who have not obtained the user ID & Password for participating in E-Pproc in PRED,, may now obtain the same from the website www.epro.karnataka.gov.in through link contractors can contact Helpdesk HP-080 25201227 & 080 25501216 None 1707916298000 0 None None ELIGIBILITY Bidders/ Contractors can access tender document on the website, fill them and submit the completed tender document into electronic tender on the website itself with in the stipulated date. The blank tender document can be obtained through our website www.epro.karnataka.gov.in where electronic tender form is provided. Additional conditions and information also can be obtained through the above mentioned site. None 1707916303000 0 None None ELIGIBILITY Contractors whose EMD has been forfeited already or black listed are not permitted to participate for this bid. Any tender submitted by such agencies will be rejected. None 1707916310000 0 None None ELIGIBILITY Incase of Cancellation of Tender, tender application fee will not be refunded or adjusted in any case. None 1707916321000 0 None None ELIGIBILITY Bidders/contractors should attach all the scanned copies of the certificates along with their registration copy with documents pertaining to the prequalification as mentioned above(as per condition No 3 on or before the last date and time mentioned through electronic tender in the websit None 1707916328000 0 None None ELIGIBILITY Any arbitrary clause is not applicable to the above works. Conditional tenders are liable for rejection. None 1707917263000 0 None None ELIGIBILITY To qualify for award of the Contract, each bidder should have attained in the last five years i.e. 2018-18 to 2022-23: a) achieved in at least two financial years a minimum financial turnover (Turnover certificate with Profit and loss statements and IT returns ) (in all classes of civil engineering construction works only) Rs: 72.65 Lakhs (Including 18% GST). b) Satisfactorily completed as a prime contractor, at least one similar nature of work such as C C road work Rs. 14.49 lakhs (Including 18% GST) and Asphalt road work of value not less than Rs.16.30 lakhs (Including 18% GST) in any one year.( usually not less than 50% of the estimated value of contract) None 1707917447000 0 None None ELIGIBILITY Any taxes shall be paid as per the prevailing orders at that time. None 1707917452000 0 None None ELIGIBILITY Bidder must be executed 80% of quantities in any one year during last 5 years i.e. 2017-18 to 2021-22 provided in BOQ , for the items stated in bid document None 1707917458000 0 None None ELIGIBILITY The contractor should provide daily there staff members on site None 1707917469000 0 None None ELIGIBILITY Participating bidders contractors in the tender should submit the following documents along with Technical Bid in addition to documents details required as per KW-3. None 1707917475000 0 None None ELIGIBILITY Materials to be utiliszed for the work must be tested in PRED labs and quality control test reports must be enclosed to the bills. Cost of quality control tests must be borne by the contractor. None 1707917483000 0 None None ELIGIBILITY After Completion of Work Third Party/SQM/DQM Inspection Reports Submitt with the Bills None 1707917490000 0 None None ELIGIBILITY Successful bidder submitting bids below the amount put to tender will be regularized to submit the difference amount in the form of FDR/TDR/DD/Pledge on the name of EE PRED Haveri within 20 days from the date of receiving the letter of acceptance. additional security paid for unbalanced tenders Failing which EMD will be forfeited and further action will be taken as per G O No FD PCL 2008 Bangalore Dated 14/10/2008. None 1707917496000 0 None None ELIGIBILITY The Eligible Contractor Should Agree the KW-3 Bid Document Conditions. None 1707917503000 0 None None ELIGIBILITY The Work constructed under this programme shall be of very high standard, requiring no major repairs for three (1)years after completion of construction the contractors shall have to give guarantee for 1 years maintenance None 1707917511000 0 None None ELIGIBILITY The item rates are excluding GST but inclusive of all other charges. None 1707917517000 0 None None ELIGIBILITY GST shall be paid to the tendered amount separately. None 1707917523000 0 None None ELIGIBILITY Any over writing of civil engineering words and measurements should be clarified the considered department ( No claims shoulbe considered). None 1707917535000 0 None None ELIGIBILITY The Project Completion period is 3 months and the defect liability period of the work is (1) One year after successful completion of the work. (including Monsoon). None 1707917669000 0 None None ELIGIBILITY Tenderer must have liquid assets and /or availability of credit facilities of not less than Rs.21.80 Lakhs (Including 18% GST) Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc. issued the Nationalised bank should be furnished by the contractor And LOC issued by such a bank should be of unconditional nature. (LOC issued by such a banks should be of UNCONDITIONAL) None 1707917678000 0 None None ELIGIBILITY Only Class-3 & above registered contractors are eligible to apply for this tender None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None List of works for which tenders already submitted None None None None None None Banker Details for reference None None None None None None Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded None None None None None None Reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five years None None 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 None None None None None None List of Financial Resources with Certificates None None None None None None Contractor should upload contract registration copy enrolled in PWD (Class 3/above registration copy) Past Experience None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None PAN & GST Certificate Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- PAN & GST Certificate None None None None Postal Address with contact number Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Postal Address with contact number None None None None Satisfactorily completed as a prime contractor, at least one similar nature of work such as C C road work Rs. 14.49 lakhs (Including 18% GST) and Asphalt road work of value not less than Rs.16.30 lakhs (Including 18% GST) in any one year.( usually not less than 50% of the estimated value of contract) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Tenderer must have completed physical work done as perscribed in bid document KW-3 Executed in any year, the following (80%) quantities of work during last 5 years i.e. 2017-18 to 2021-22 provided in BOQ: 1) Earthwork (Eaxcavation/Subgrade/Embankment) Cum 468.00 2)WBM/WMM Cum 120.00 3)Asphalting Sqm 9000.00 4)CC Pavement/PCC/RCC Cum 120.00 Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Quantities of work 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 2022-23) achieved in at least two financial years an average annual financial turnover is not less than amount put tender (in all classes of civil engineering construction works only) of Rs. Rs: 72.65 Lakhs. (Including 18% GST) with UDIN No. certified by Authourized charted Accountant. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Bid capacity Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Bid capacity None None None None Tenderer must have liquid assets and /or availability of credit facilities of not less than Rs.21.80 Lakhs (Including 18% GST) Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc. issued the Nationalised bank should be furnished by the contractor And LOC issued by such a bank should be of unconditional nature. (LOC issued by such a banks should be of UNCONDITIONAL) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None The income-tax clearance certificate Financial Status None
createdTs version createdDate modifiedDate documentName None None None None ITR Filed Copy (Mentioning PAN) tenderCriterionDocumentList
documentName optional documentTypeText Contractor should upload contract registration copy enrolled in PWD-Class 3/above registration copy True Technical Bid PAN & GST Certificate True Technical Bid Satisfactorily completed as a prime contractor, at least one similar nature of work such as C C road work Rs. 14.49 lakhs Including 18 Percentage GST and Asphalt road work of value not less than Rs.16.30 lakhs Including 18 Percentage GST in any one year. usually not less than 50 Percentage of the estimated value of contract True Technical Bid To qualify for award of this contract, each tenderer in its name should have in the last five years, i.e. 2018-19 to 2022-23 achieved in at least two financial years an average annual financial turnover is not less than amount put tender in all classes of civil engineering construction works only of Rs. Rs.72.65 Lakhs. Including 18 Percentage GST with UDIN No. certified by Authourized charted Accountant. True Technical Bid Tenderer must have liquid assets and /or availability of credit facilities of not less than Rs.21.80 Lakhs Including 18 Percentage GST Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc. issued the Nationalised bank should be furnished by the contractor And LOC issued by such a bank should be of unconditional nature. LOC issued by such a banks should be of UNCONDITIONAL True Technical Bid Bid capacity True Technical Bid Postal Address with contact number True Technical Bid Tenderer must have completed physical work done as perscribed in bid document KW-3 Executed in any year, the following 80 Percentage quantities of work during last 5 years i.e. 2017-18 to 2021-22 provided in BOQ 1.Earthwork Eaxcavation/Subgrade/Embankment Cum 468.00 2.WBM/WMM Cum 120.00 3.Asphalting Sqm 9000.00 4.CC Pavement/PCC/RCC Cum 120.00 True Technical Bid tenderWorkLocationList tenderAddress None tenderRecallDTO None