createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1707927679749
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee500.00
emd25000.00
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 10:25:15
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
createdTs1707927679816
version5
createdDateNone
modifiedDateNone
tenderNumberRDPR/2023-24/BD/WORK_INDENT4285
titleImprovement And Construction work Primary Agricultural Co-Operative Society AT Chikkabasur Village in Byadgi Taluk of Haveri District.
descriptionImprovement And Construction work Primary Agricultural Co-Operative Society AT Chikkabasur Village in Byadgi Taluk of Haveri District.
categoryWORKS
categoryTextWorks
ecv1000000.00
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location940
locationNameRDPR Division Office Haveri
provisionalAmount1000000.0
groupOverheadTotal154411.01
fileNumberAEE/PRE-Sub-Dn/Byadgi/2023-24/002
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17079276800000NoneNoneBuildingsImprovement And Construction work Primary Agreecultural Co-Operative Society In Chikkabasur Village845588.99
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
259505080869NonePWD SR 2023-24 Item nO 6.3 Vol 2 page no-06Providing Brick work with common burnt clay modular bricks of class designation 3.5 in foundation and plinth in Cement mortar 1:4 (1 cement : 4 coarse sand) including cost of all materials, labour, scaffolding and usage charges of machinery & other incidental charges complete as per the direction of engineer incharge of work.Cum8874.08874.044.35FalseNoneNoneFalseNoneFalse393561.90
259505180869NonePWD SR 2023-24 Vol 1 Item no 2.5.1 CHAPTER 2 pageProviding and laying in position Cement Concrete for all Super structures of building , Road works, Water works, Irrigation works & super structure works of bridges upto 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers laid in layers, well compacted using needle vibrators. The cost includes all lead & lifts, cost of all materials, quality confirming to the requirements of relevant IS codes , labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications.Cum6630.06630.013.68FalseNoneNoneFalseNoneFalse90698.40
259505280869NonePWD SR 2023-24 Vol 1 Item no2.11 a Page No-18 Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification.BuildingsKg89.4689.461231.58FalseNoneNoneFalseNoneFalse110177.14680
259505380869NoneSR 2023-24 Vol 2 Item no11.5.1 Page No-77Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6 mm angle iron and 3 mm M.S. gusset plates at the junctions and corners, all necessary fittings complete, including applying a priming coat of approved steel primer. Using M.S. angels 40x40x6 mm for diagonal braces including cost of materials, labour, usage charges of machinery complete as per specifications and as per directions of the Engineer-in ChargeSqm4478.04478.02.43FalseNoneNoneFalseNoneFalse10881.540
259505480869NonePWD SR 2023-24 Item nO 11.16.1 Vol2 chapter 111.16.1 Providing and fixing Steel work in built up tubular (round, square or rectangular hollow tubes etc.) trusses etc., including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer, including welding and bolted with special shaped washers etc. complete. Hot finished welded type tubes including cost of materials, labour, usage charges of machinery complete as per specifications and as per directions of the Engineer-in-Charge.Kg136.0136.01720.0FalseNoneNoneFalseNoneFalse233920.00
259505580869NonePWD SR 2023-24 Item nO 8.6(i)a vol-3 chapter 8Retro-Reflectorised Traffic SignsProviding and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 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:67:2022. 120 cm equilateral triangEach6350.06350.01.0FalseNoneNoneFalseNoneFalse6350.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17079276830000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17079276830000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17079276830000NoneNoneELIGIBILITYBidders 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
17079341830000NoneNoneELIGIBILITYIt 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
17079342620000NoneNoneELIGIBILITYThe 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
17079342680000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17079342750000NoneNoneELIGIBILITYBidder 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
17079342800000NoneNoneELIGIBILITYThe contractor should provide daily there staff members on siteNone
17079343080000NoneNoneELIGIBILITYIf 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
17079343140000NoneNoneELIGIBILITYAll 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
17079343180000NoneNoneELIGIBILITYThe 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
17079343220000NoneNoneELIGIBILITYTenderer 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
17079343330000NoneNoneELIGIBILITYThe 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
17079343370000NoneNoneELIGIBILITYAspiring 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
17079343430000NoneNoneELIGIBILITYBidders/ 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 siteNone
17079343480000NoneNoneELIGIBILITYContractors 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
17079343540000NoneNoneELIGIBILITYIncase of Cancellation of Tender, tender application fee will not be refunded or adjusted in any case.None
17079343590000NoneNoneELIGIBILITYBidders/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 websiteNone
17079343730000NoneNoneELIGIBILITYAny arbitrary clause is not applicable to the above works. Conditional tenders are liable for rejection.None
17079344420000NoneNoneELIGIBILITYTo qualify for award of the Contract, each bidder should have attained in the last five years i.e. 2018-19 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: 9.98 Lakhs.(Including 18% GST) b)Satisfactorily completed as a prime contractor, at least one similar nature of work such as Building work of value not less than Rs.4.99 lakhs (Including 18% GST) in any one year.( usually not less than 50% of the estimated value of contract) (2018-19 to 2022-23)None
17079344490000NoneNoneELIGIBILITYAny taxes shall be paid as per the prevailing orders at that time.None
17079344550000NoneNoneELIGIBILITYBidder must be executed 80% of quantities in any one year during last 5 years i.e. 2018-19 to 2022-23 provided in BOQ, for the items stated in bid documentNone
17079344630000NoneNoneELIGIBILITYThe contractor should provide daily there staff members on siteNone
17079344680000NoneNoneELIGIBILITYParticipating bidders contractors in the tender should submit the following documents along with Technical Bid in addition to documents details required as per KW-1.None
17079344720000NoneNoneELIGIBILITYMaterials 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
17079344780000NoneNoneELIGIBILITYAfter Completion of Work Third Party/SQM/DQM Inspection Reports Submitt with the BillsNone
17079344870000NoneNoneELIGIBILITYSuccessful 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
17079344930000NoneNoneELIGIBILITYThe Eligible Contractor Should Agree the KW-1 Bid Document Conditions.None
17079344990000NoneNoneELIGIBILITYThe 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
17079345410000NoneNoneELIGIBILITYThe item rates are excluding GST but inclusive of all other charges.None
17079345480000NoneNoneELIGIBILITYGST shall be paid to the tendered amount separately.None
17079345530000NoneNoneELIGIBILITYAny over writing of civil engineering words and measurements should be clarified the considered department (No claims shoulbe considered).None
17079345700000NoneNoneELIGIBILITYThe 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
17079346050000NoneNoneELIGIBILITYTenderer must have liquid assets and /or availability of credit facilities of not less than Rs.2.99Lakhs (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
17079346100000NoneNoneELIGIBILITYOnly Class-4 & above registered contractors are eligible to apply for this tenderNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneDepartment Registration DetailsNoneNone
NoneNoneNoneNoneTotal value of civl engineering works executed and payments received in the last five years (year-wise)NoneNone
NoneNoneNoneNoneList of existing commitments and ongoing workNoneNone
NoneNoneNoneNoneList of works for which tenders already submittedNoneNone
NoneNoneNoneNoneBanker DetailsNoneNone
NoneNoneNoneNonePWD Registration CertificatePast 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
NoneNoneNoneNoneWork done CertificateCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTurnover certificate CA with Profit and loss statements & Income Tax returnsFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneLine of Credit Certificate as per bid document-LOC issued by such a banks should be of UNCONDITIONALFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneBid capacityFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bid capacity
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
PWD Registration CertificateTrueTechnical Bid
PAN & GST CertificateTrueTechnical Bid
Work done CertificateTrueTechnical Bid
Turnover certificate CA with Profit and loss statements & Income Tax returnsTrueTechnical Bid
Line of Credit Certificate as per bid document-LOC issued by such a banks should be of UNCONDITIONALTrueTechnical Bid
Bid capacityTrueTechnical Bid
Postal Address with contact numberTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone