createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1707803327815 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 1260.00 emd 120000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 21-02-2024 16:30:00 tenderQueryClose 21-02-2024 15:30:00 technicalBidOpen 22-02-2024 17:00:00 publishedDate 14-02-2024 18:21:21 publishedByPost RDPR_EE_DIV_BLR publishedByUser KPE11866 - BADIGER PAMPATHY SURESHKUMAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson EE PRE DIVISION BELLARI 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 08392266173 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1707803327918 version 4 createdDate None modifiedDate None tenderNumber RDPR/2023-24/RD/WORK_INDENT4351 title PACKAGE TDR DMF 02/2023-24 1.Construction of CC Road and Drain from Kuduthini Main road to Car Street 2nd Ward at Hosa Daroji Village in Sandur Taluk and Ballari Dist 2.Improvements to CC Road from State Highway SH-40 to Health Centre and Taha School at Sandur Town in Ballari Dist description PACKAGE TDR DMF 02/2023-24 1.Construction of CC Road and Drain from Kuduthini Main road to Car Street 2nd Ward at Hosa Daroji Village in Sandur Taluk and Ballari Dist 2.Improvements to CC Road from State Highway SH-40 to Health Centre and Taha School at Sandur Town in Ballari Dist category WORKS categoryText Works ecv 5022798.55 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 818 locationName RDPR Division Office Ballari provisionalAmount 6000000.0 groupOverheadTotal None fileNumber EE/AEE/SDR/DMFPACKAGETDR/02 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1707803328000 0 None None Roads PACKAGE TDR DMF 02/2023-24 1.Construction of CC Road and Drain from Kuduthini Main road to Car Street 2nd Ward at Hosa Daroji Village in Sandur Taluk and Ballari Dist 2.Improvements to CC Road from State Highway SH-40 to Health Centre and Taha School at Sandur Town in Ballari Dist 5022798.55
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2571263 79095 None CODE01 1.Construction of CC Road and Drain from Kuduthini Main road to Car Street 2nd Ward at Hosa Daroji Village in Sandur Taluk and Ballari Dist.Earth work excavation by manual means for drains,canals, waste weir, draft, approach channels, key trenches, foundation of bridges and such simillar works in all kinds of soils , as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter, excavated surface leveled and sides neatly dressed disposing off the excavated stuff or sorting & stacking the selected stuff for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools & other appurtenaces required to complete the work. In all kinds of soils Depth upto 1.5 m Cum 195.3 195.3 467.52 False None None False None False 91306.656 0 2571264 79095 None CODE02 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 433.65 433.65 223.49 False None None False None False 96916.4385 0 2571265 79095 None CODE03 Providing and laying in position plain cement concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machineries, curing, and all the other appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork shall be paid separately) Mix 1:5:10 Using 40 mm nominal size graded crushed coarse aggregates Cum 5036.85 5036.85 51.22 False None None False None False 257987.457 0 2571266 79095 None CODE04 Construction of Granular Sub-Base of required grading as per design mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 For Grading -II Material Cum 1309.35 1309.35 28.95 False None None False None False 37905.6825 0 2571267 79095 None CODE05 Wet Mix Macadam (Plant mix method) Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density. Cum 2513.7 2513.7 38.6 False None None False None False 97028.82 0 2571268 79095 None CODE06 Providing and laying in position Reinforced cement concrete for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 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, providing weep holes wherever necesary, including all lead & lifts, cost of all materials of 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. (The cost of steel reinforcement & formwork to be paid separately) M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates Cum 6104.7 6104.7 107.16 False None None False None False 654179.652 0 2571269 79095 None CODE07 Supplying, Fitting and Placing un-coated TMT bar Reinforcement in sub-structure complete as per Drawing and Technical Specifications. Tonne 89996.55 89996.55 4.07 False None None False None False 366285.9585 0 2571270 79095 None CODE08 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 M20 (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 m3 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 6297.9 6297.9 144.52 False None None False None False 910172.508 0 2571271 79095 None code01 Improvements to CC Road from State Highway SH-40 to Health Centre and Taha School at Sandur Town in Ballari Dist Construction of Granular Sub-Base of required grading as per design mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 For Grading -II Material Cum 1309.35 1309.35 159.75 False None None False None False 209168.6625 0 2571272 79095 None code2 Providing, laying, spreading and compacting stone aggregate of specfic to water bond macadam specification including spreeding in inform thicknes, hand packing, rolling with three wheeled steel / vibratrory in stages to proper and camber, applying and bromming requisite type of screening / binding material to ffill up the iterstices of coarse aggreate, watering and compacting to the required density. (b) using scrreing type B (11.2mm agg) Cum 2394.0 2394.0 119.81 False None None False None False 286825.14 0 2571273 79095 None code03 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. Cum 6654.9 6654.9 239.63 False None None False None False 1594713.687 0 2571274 79095 None code04 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 Nos 9450.0 9450.0 1.0 False None None False None False 9450.0 0 2571275 79095 None code05 Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenances required to complete the work. In all kinds of soils upto 300 mm depth Cum 68.25 68.25 65.1 False None None False None False 4443.075 0 2571276 79095 None code06 Providing and laying in position plain cement concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machineries, curing, and all the other appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork shall be paid separately) Mix 1:3:6 (M10) Using 40 mm nominal size graded crushed coarse aggregates Cum 5720.4 5720.4 9.3 False None None False None False 53199.72 0 2571277 79095 None code07 Providing Size Stone masonry with hard stone in foundation & plinth with Cement mortar 1:6 (1 cement : 6 coarse sand) Cum 5580.75 5580.75 41.85 False None None False None False 233554.3875 0 2571278 79095 None code08 Providing and laying in position plain cement concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machineries, curing, and all the other appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork shall be paid separately) Mix 1:3:6 (M10) Using 20 mm nominal size graded crushed coarse aggregates Cum 5903.1 5903.1 5.23 False None None False None False 30873.213 0 2571279 79095 None code09 Providing and laying Stone Pitching on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment complete as per drawing and Technical specifications Cum 1716.75 1716.75 46.5 False None None False None False 79828.875 0 2571280 79095 None code10 Supplying PVC ringtite pipes conforming to IS 4985:2000 with latest amendments and conveying to worksite, rolling and lowering into trenches, laying true to line and level and perfect linking at joints, testing and commissioning, including loading unloading at both destinations and cuts of pipes wherever necessary including jointing of PVC pipes and specials (excluding cost of specials) with jointing of approved type, with all labour with all lead & lift including encasing the pipe alround to a depth of not less than 15 cms. with soft gravel or selected earth available from the excavation etc. complete and giving necessary hydraulic test to the required pressure as per ISS (Contractor will make his own arrangements for procuring water for testing) etc. for: m 1493.1 1493.1 6.0 False None None False None False 8958.6 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1707803331000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1707803331000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1707803331000 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 1707803361000 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 1707803374000 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 1707803382000 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 1707803387000 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 1707803391000 0 None None ELIGIBILITY As per Karnataka State Government order No.LD/300/LET/2006 Bangalore Dated 01.01.2007 and Government Letter No.PW/134/BMS/2007 Dated 27.7.2007, a sum amounting to 1%of the bill amount will be deducted towards Construction Labour Welfare fund. None 1707803395000 0 None None ELIGIBILITY The Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders. None 1707803399000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1707803404000 0 None None ELIGIBILITY Financial Year will be reckoned as the period between first day of April and Thirty first day of March of succeeding year (both days inclusive). None 1707803408000 0 None None ELIGIBILITY The Employer reserves the right to reject any or all Tenders without assigning any reason. None 1707803412000 0 None None ELIGIBILITY The tenderer should maintain the Road/Building during the defective liability period of one year from the date of completion of the work. None 1707803416000 0 None None ELIGIBILITY Tenderer shall note that the Tenders of those found Eligible as mentioned in Clause 3 (KW-1,2,3 &4 ) Qualification of the Tenderer in Section 2: Instructions to Tenderers (ITT), will only be considered for evaluation. None 1707803420000 0 None None ELIGIBILITY The tenderer shall scan & upload all the original documents required for this bid to the e-procurement portal. The Original Documents shall be produced at the time of opening of Bid for physical verification. None 1707803424000 0 None None ELIGIBILITY The Bidder shall ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date of bid submission. None 1707803427000 0 None None ELIGIBILITY The contractor should make arrangement for establish mobile quality control lab unit at site itself for conducting quality tests as per requirement at the cost of the contractor None 1707803435000 0 None None ELIGIBILITY The contractor should submit quality control reports, material test reports and photos along with the bill otherwise bills will not be accepted. None 1707803439000 0 None None ELIGIBILITY The work will be inspected by the Third party and the bill will be admitted only after the satisfactory quality report from 3rd party. None 1707803443000 0 None None ELIGIBILITY The contractor should follow items and conditions as specified in standard bid document KW-1-4 None 1707803462000 0 None None ELIGIBILITY Successful bidder submitting bids below the amount put to tender will required to submit the difference amount in the form of FDR/DD Pledge (excluding Bank Guarantee) on the name of EE PRED BELLARY within 20 days from the date of receiving the letter of acceptance. 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. Cluase 25 of KW-3. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Minimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs) None None None None None None Work done certificate for satisfactorily completed as prime contractor, at least one similar work comprising of Road costing Rs. 29.63 lakhs from competent authorities not below the rank of Executive Engineer or equivalent list of such works in FORMAT-2 Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Certificate issued by the competent authority not below the rank of Executive Engineer for having executed in any one year,for a continuous period of 12 months the following minimum quantities of work To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e.,2018-19,2019-20. 2020-21, 2021-22 & 2022-23 executed in any one year, the following minimum quantities of work Earth Work 426.09 Cum RCC/PCC 404.67 CUM STEEL 3.25 MT WBM/WMM 126.73 Cum Subgrade/Earthen Shoulders/Embankment 178.79 Cum GSB 150.96 Cum Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in the prescribed format and certificate from the competent authority. None None None None Liquid Assets and or availability of credit facilities of no less than Rs. 18.00 Lakhs Credit Lines/letter of credit/ certificates from the banks for meeting the fund requirement etc Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Copy of Registration for having registered in PWD 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 Tenderers who meet the above specified minimum qualifying criteria will only be qualified if their available tender capacity is more than the total tender value The available tender capacity will be calculated as under Assessed available tender capacity AXNX2.5-BwhereA is Maximum value of civil engineering works executed in any one year during the last five yearsupdated to price level taking into account the completed as well as works in progressN is Number of years prescribed for completion of the works for which Tenders are invitedB is Value at price level of existing commitments and on-going works to be completed during the next years period of completion of the works for which Tenders are invited Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e.,2018-19,2019-20. 2020-21, 2021-22 & 2022-23 a achieved in at least two financial years an average annual financial turnover in all classes of civil engineering construction works only usually not less than the estimated annual payments under this contract of Rs.59.26 Lakhs Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Principal Place of Business Others Principal Place of Business
createdTs version createdDate modifiedDate documentName None None None None Others -- Declaration by the Bidder on the Letter Head None None None None The information on litigation in which the Tenderer is involved are to be furnished. Others Litigation
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-11 None None None None Name, address, and telephone, telex, and fax numbers of the tenderers bankers who may provide references if contacted by the employer. Others Address
createdTs version createdDate modifiedDate documentName None None None None Others -- Information None None None None The information of the works for which tenderer has already submitted tender are to be furnished. Others Tendered works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-10 None None None None The works for which tender acceptance letters are received are to be furnished Others Tendered Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-7 None None None None Existing commitments and ongoing works which are yet to be completed Others New Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-6 and Letter of Acceptance None None None None Information on Existing commitments and on going works which are yet to be completed Others Committed works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-5 None None None None A site engineer having B.E Civil with minimum experience of 5 years in construction or Diploma in Civil Engineering with minimum experience of 8 years in construction. Others Technical Status
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in the prescribed format supported by Degree/Diploma certificates & experience certificate tenderCriterionDocumentList
documentName optional documentTypeText Valid PWD Registration certificate True Technical Bid To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e.,2018-19,2019-20. 2020-21, 2021-22 & 2022-23 executed in any one year, the following minimum quantities of work Earth Work 426.09 Cum RCC/PCC 404.67 CUM STEEL 3.25 MT WBM/WMM 126.73 Cum Subgrade/Earthen Shoulders/Embankment 178.79 Cum GSB 150.96 Cum True Technical Bid Work done certificate for satisfactorily completed as prime contractor, at least one similar work comprising of Road costing Rs. 29.63 lakhs from competent authorities not below the rank of Executive Engineer or equivalent list of such works in FORMAT-2 True Technical Bid Liquid Assets and or availability of credit facilities of no less than Rs. 18.00 Lakhs Credit Lines/letter of credit/ certificates from the banks for meeting the fund requirement etc True Technical Bid Tenderers who meet the above specified minimum qualifying criteria will only be qualified if their available tender capacity is more than the total tender value The available tender capacity will be calculated as under Assessed available tender capacity AXNX2.5-B True Technical Bid To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e.,2018-19,2019-20. 2020-21, 2021-22 & 2022-23 a achieved in at least two financial years an average annual financial turnover in all classes of civil engineering construction works only usually not less than the estimated annual payments under this contract of Rs.59.26 Lakhs True Technical Bid Existing commitments and ongoing works which are yet to be completed True Technical Bid The works for which tender acceptance letters are received are to be furnished. True Technical Bid The information of the works for which tenderer has already submitted tender are to be furnished. True Technical Bid The information on litigation in which the Tenderer is involved are to be furnished. True Technical Bid Name, address, and telephone, telex, and fax numbers of the tenderers bankers who may provide references if contacted by the employer are not furnished. True Technical Bid tenderWorkLocationList tenderAddress None tenderRecallDTO None