createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1707916079808
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee1540.00
emd123200.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose22-02-2024 16:00:00
tenderQueryClose20-02-2024 11:00:00
technicalBidOpen23-02-2024 17:00:00
publishedDate15-02-2024 10:25:41
publishedByPostRDPR_EE_DIV_HAV
publishedByUserKPE10886 - D JAYARAMA NAIK
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonEE PRE Division Haveri
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08375232454
mobileNumber9008677363
tenderSupplierListNone
tenderSchedule
createdTs1707916079845
version6
createdDateNone
modifiedDateNone
tenderNumberRDPR/2023-24/RD/WORK_INDENT4436
titleDevelopments to road from Shiragod - Hanumanakoppa road to Avalagerikoppa village road (km 0.00 to 1.50) in Hangal Taluk of Haverit District.
descriptionDevelopments to road from Shiragod - Hanumanakoppa road to Avalagerikoppa village road (km 0.00 to 1.50) in Hangal Taluk of Haverit District.
categoryWORKS
categoryTextWorks
ecv6156787.08
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location940
locationNameRDPR Division Office Haveri
provisionalAmount7500000.0
groupOverheadTotalNone
fileNumberAEE/PRE-Sub/Dn/Hangal/Shiragod-Hanumanakopp/2023-24
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17079160800000NoneNoneRoadsDevelopments to Asphalt road from Shiragod - Hanumanakoppa road to Avalagerikoppa village road (km 0.00 to 1.50) in Hangal Taluk3259066.92
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
259339780756None2.5 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)Sqm168586.0168586.00.72FalseNoneNoneFalseNoneFalse121381.920
259339880756None20.8 V-3Construction 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) m18.118.16000.0FalseNoneNoneFalseNoneFalse108600.00
259339980756None5.5 V-IIITack 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)Set19.019.011250.0FalseNoneNoneFalseNoneFalse213750.00
259340080756None5.19 V-IIIOpen - 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)Sqm141.0141.011250.0FalseNoneNoneFalseNoneFalse1586250.00
259340180756None5.21(ii) V-IIISeal 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)Sqm52.052.011250.0FalseNoneNoneFalseNoneFalse585000.00
259340280756None3.6 V-IIIConstruction 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)Sqm413.0413.0585.0FalseNoneNoneFalseNoneFalse241605.00
259340380756None8.16 (ii) V-IIIKilometre 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)Each2444.02444.03.0FalseNoneNoneFalseNoneFalse7332.00
259340480756None8.16 (iii) v-IIIHectometre 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)Each1611.01611.012.0FalseNoneNoneFalseNoneFalse19332.00
259340580756None8.15 V-IIIRoad 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)Sqm478.0478.0650.0FalseNoneNoneFalseNoneFalse310700.00
259340680756NoneMorth 804 V-IIIName 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)Nos9000.09000.01.0FalseNoneNoneFalseNoneFalse9000.00
259340780756None8.6 A v-IIIRetro-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)Each4324.04324.04.0FalseNoneNoneFalseNoneFalse17296.00
259340880756None8.18 V-IIIBoundary 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)Nos647.0647.060.0FalseNoneNoneFalseNoneFalse38820.00
17079160800000NoneNoneRoadsConstruction of CC road from Shiragod - Hanumanakoppa road to Avalagerikoppa village road (km 0.00 to 1.50) in Hangal Taluk2897720.16
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
259340980757None2.5(ii)B V-IIIRoad:.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)Hectare168586.0168586.00.06FalseNoneNoneFalseNoneFalse10115.160
259341080757None3.7 V-IIICompacting 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)Cum87.087.0200.0FalseNoneNoneFalseNoneFalse17400.00
259341180757None2.24(B)(i)a V-IIIWater 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)Cum2031.02031.075.0FalseNoneNoneFalseNoneFalse152325.00
259341280757None4.24(B)(ii)b V-IIIWater 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)Cum2280.02280.075.0FalseNoneNoneFalseNoneFalse171000.00
259341380757None20.29 V-IIIProviding 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)Cum6512.06512.0150.0FalseNoneNoneFalseNoneFalse976800.00
259341480757None8.25 V-IIIMetal 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)m3271.03271.0480.0FalseNoneNoneFalseNoneFalse1570080.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17079160810000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17079160810000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17079160810000NoneNoneELIGIBILITYBidders 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
17079161600000NoneNoneELIGIBILITYIt 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
17079161790000NoneNoneELIGIBILITYThe 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 endNone
17079161950000NoneNoneELIGIBILITYMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17079162310000NoneNoneELIGIBILITYBidder 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
17079162380000NoneNoneELIGIBILITYThe contractor should provide daily there staff members on siteNone
17079162500000NoneNoneELIGIBILITYIf 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
17079162570000NoneNoneELIGIBILITYAll 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
17079162640000NoneNoneELIGIBILITYThe 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
17079162720000NoneNoneELIGIBILITYTenderer 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
17079162810000NoneNoneELIGIBILITYThe 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
17079162880000NoneNoneELIGIBILITYAspiring 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 25501216None
17079162980000NoneNoneELIGIBILITYBidders/ 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
17079163030000NoneNoneELIGIBILITYContractors 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
17079163100000NoneNoneELIGIBILITYIncase of Cancellation of Tender, tender application fee will not be refunded or adjusted in any case.None
17079163210000NoneNoneELIGIBILITYBidders/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 websitNone
17079163280000NoneNoneELIGIBILITYAny arbitrary clause is not applicable to the above works. Conditional tenders are liable for rejection.None
17079172630000NoneNoneELIGIBILITYTo 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
17079174470000NoneNoneELIGIBILITYAny taxes shall be paid as per the prevailing orders at that time.None
17079174520000NoneNoneELIGIBILITYBidder 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 documentNone
17079174580000NoneNoneELIGIBILITYThe contractor should provide daily there staff members on siteNone
17079174690000NoneNoneELIGIBILITYParticipating 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
17079174750000NoneNoneELIGIBILITYMaterials 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
17079174830000NoneNoneELIGIBILITYAfter Completion of Work Third Party/SQM/DQM Inspection Reports Submitt with the BillsNone
17079174900000NoneNoneELIGIBILITYSuccessful 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
17079174960000NoneNoneELIGIBILITYThe Eligible Contractor Should Agree the KW-3 Bid Document Conditions.None
17079175030000NoneNoneELIGIBILITYThe 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 maintenanceNone
17079175110000NoneNoneELIGIBILITYThe item rates are excluding GST but inclusive of all other charges.None
17079175170000NoneNoneELIGIBILITYGST shall be paid to the tendered amount separately.None
17079175230000NoneNoneELIGIBILITYAny over writing of civil engineering words and measurements should be clarified the considered department ( No claims shoulbe considered).None
17079175350000NoneNoneELIGIBILITYThe 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
17079176690000NoneNoneELIGIBILITYTenderer 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
17079176780000NoneNoneELIGIBILITYOnly Class-3 & above registered contractors are eligible to apply for this tenderNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneList of works for which tenders already submittedNoneNone
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
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 awardedNoneNone
NoneNoneNoneNoneList of Financial Resources with CertificatesNoneNone
NoneNoneNoneNoneContractor should upload contract registration copy enrolled in PWD (Class 3/above registration copy)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNonePAN & GST CertificatePast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- PAN & GST Certificate
NoneNoneNoneNonePostal Address with contact numberPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Postal Address with contact number
NoneNoneNoneNoneSatisfactorily 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 VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTenderer 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 120.00Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Quantities of work
NoneNoneNoneNoneTo qualify for award of this contract, each tenderer in its name should have in the last five years, i.e. (2018-19 to 2022-23) 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 StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneBid capacityFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bid capacity
NoneNoneNoneNoneTenderer 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 StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneThe income-tax clearance certificateFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneITR Filed Copy (Mentioning PAN)
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Contractor should upload contract registration copy enrolled in PWD-Class 3/above registration copyTrueTechnical Bid
PAN & GST CertificateTrueTechnical 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 contractTrueTechnical 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.TrueTechnical 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 UNCONDITIONALTrueTechnical Bid
Bid capacityTrueTechnical Bid
Postal Address with contact numberTrueTechnical 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 120.00TrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone