createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1708084436039 version 6 createdDate None modifiedDate None tenderType RFQ evaluationType ONE_COVER evaluationTypeText One Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 570.00 emd 46000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 26-02-2024 16:00:00 tenderQueryClose 21-02-2024 12:00:00 technicalBidOpen None publishedDate 16-02-2024 20:43:54 publishedByPost PWD_EE_DIV_BLR publishedByUser KPE10627 - HEMARAJA bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 19-02-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson EXECUTIVE ENGINEER 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 08392266123 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1708084436067 version 9 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT8818 title Construction of Cement Concrete Road and Drain from Bailuru Main Road to Gramin Bank in Chanalu village of Kurugodu taluk, Ballari district under 2515 KKRDB (Micro projects) for the year 2023-24 (General Category) description Construction of Cement Concrete Road and Drain from Bailuru Main Road to Gramin Bank in Chanalu village of Kurugodu taluk, Ballari district under 2515 KKRDB (Micro projects) for the year 2023-24 (General Category) category WORKS categoryText Works ecv 2276030.92 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1693 locationName PWD Division Office Ballari provisionalAmount 2710000.0 groupOverheadTotal 0.0 fileNumber AEE/PWD/SUB/BLY/KKRDB/23-24/MICRO/chanal tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1708084436000 0 None None Roads Construction of C.C Road and drain from byloor main road to gramina bank in chanal village in kurgodu TALUK 2276030.92
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2650512 82685 None PWD CSR For 2023-24 Vol 1 Pag No: Item No. 1.12 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, includingsetting out, shoring, strutting, barricading, caution lights, removal of stumpsand other deleterious matter including dressing of excavated surfaces, posing 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 PWD CSR For 2023-24 Vol 1 Pag No: Item No. 1.12 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 99.75 99.75 396.0 False None None False None False 39501.0 0 2650513 82685 None PWD SR 2023-24 Volume-3 Page No. 18 i no-3.1.1 Preparation and Surface Treatment of Formation Preparation and surface treatment of formation by removing mud and slurry, watering to the extent needed to maintain the desired moisture content, trimming to the required line, grade, profile and rolling with 8-10 t smooth wheeled roller, complete as per clause 310 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Sqm 4.2 4.2 1200.0 False None None False None False 5040.0 0 2650514 82685 None PWD SR For R&B 2023-24 Vol 3 P.No. Sl No. 3.6 Construction of Sub Grade and Earthen shouders Construction of sub-grade and earthen shoulders with approved material Gravel/Murrum with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of Table No. 300-2 (PWD PWD SR For R&B 2023-24 Vol 3 P.No. Sl No. 3.6) ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 517.65 517.65 207.0 False None None False None False 107153.55 0 2650515 82685 None SR Volune-3 2023-24 Page No. I.No. 4.1.A.(v Granular Sub-Base A Plant Mix Method 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 (v) For Grading -V Material SR Volune-3 2023-24 Page No. I.No. 4.1.A.(v) ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 2601.9 2601.9 138.0 False None None False None False 359062.2 0 2650516 82685 None PWD SR 2023-24 Volume-3 Page No. 24 I.No.4.27 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. PWD SR 2023-24 Volume-3 Page No. 24 I.No.4.27 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 2686.95 2686.95 103.5 False None None False None False 278099.325 0 2650517 82685 None PWD CSR For 2023-24 Vol 3 P.No. 148 Item No. 16.28 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared ub base, with 43 grade cement or any other type as per Clause 1501.2.2 M30 (Grade), coarse and fine aggregates conforming to IS:33:2016:, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, primer, sealant, curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work PWD CSR For 2023-24 Vol 3 P.No. 148 Item No. 16.28 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 7091.7 7091.7 207.0 False None None False None False 1467981.9 0 2650518 82685 None PWD CSR 2023-24 Vol 5 P.No. 113 Item No. 10.1.1 Providing 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) PVC pipes 25mm dia, 10 kg/sqcm & class 5 PWD CSR 2023-24 Vol 5 P.No. 113 Item No. 10.1.1 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Rmtr 50.4 50.4 20.0 False None None False None False 1008.0 0 2650519 82685 None PWD CSR 2023-24 Vol 5 P.No. 113 Item No. 10.1.7 Providing 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) PVC pipes 110 mm dia, 10 kg/sqcm & class 5 PWD CSR 2023-24 Vol 5 P.No. 113 Item No. 10.1.7 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Rmtr 431.55 431.55 2.0 False None None False None False 863.1 0 2650520 82685 None PWD CSR 2023-24 Vol 3 P.No. 78 Item No. 8.54 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 PWD CSR 2023-24 Vol 3 P.No. 78 Item No. 8.54 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Each 9450.0 9450.0 1.0 False None None False None False 9450.0 0 2650521 82685 None I No-1.7 Volume-1 Construction of Embankment with approved materials deposited at site from roadway cutting and excavation from drain and foundation of other structures graded with desired compaction. (PWD SR 2023-24 Volume-1 Page No. 32 I.No. 1.7 ) ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 124.95 124.95 63.0 False None None False None False 7871.85 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1708084439000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1708084439000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1708084439000 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 1708084439000 0 None None ELIGIBILITY Minimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs) None 1708084439000 0 None None ELIGIBILITY Satisfactoriy completed (atleast 90%) as prime contractor at-least one such similar work of value not less than Rs. xxxxxxx (80% of estimated cost of tender) None 1708084439000 0 None None ELIGIBILITY Tenderer or his identified Sub Contractor should possess valid Electrical License for executing building electrificatio works and should have executed similar electrical works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one year None 1708084439000 0 None None ELIGIBILITY Tenderer or his identified Sub Contractor should possess valid license for executing water supply / sanitary engineering works and should have executed similar works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one year None 1708084439000 0 None None ELIGIBILITY Total value of civl engineering works executed and payments received in the last five years (year-wise) None 1708084439000 0 None None ELIGIBILITY List of existing commitments and ongoing works None 1708084439000 0 None None ELIGIBILITY List of works for which tenders already submitted None 1708084439000 0 None None ELIGIBILITY Banker Details for reference None 1708084439000 0 None None ELIGIBILITY Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded None 1708084439000 0 None None ELIGIBILITY Reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five years None 1708084439000 0 None None ELIGIBILITY 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 1708084439000 0 None None ELIGIBILITY Proposals for subcontracting components of works amounting to more than 20% of the contract price (for each, the qualifications and experience of the identified sub-contractor in the relevant fields should be attached) None 1708084890000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory. None 1708084904000 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 KP-Procurement on or before the last date and time of bid submission. None 1708085013000 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 kp-Procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1708085024000 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 1708085031000 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 1708085041000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka. None 1708085047000 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 27-07-2007, a sum amounting to 1%of the bill amount will be deducted towards Construction Labour Welfare fund. None 1708085055000 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 1708085062000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1708085069000 0 None None ELIGIBILITY The Tenderer shall obtain the required work done certificates from the Competent Authority not below the rank of Executive Engineer or equivalent. None 1708085077000 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 1708085086000 0 None None ELIGIBILITY The Tenderer shall scan Original Ownership Documents/ Lease/ Hire commitment Agreement for the Machineries and attach the scanned file to the Bid. The Original Documents shall be produced at the time of opening of technical Bids for physical verification. None 1708085096000 0 None None ELIGIBILITY The Employer reserves the right to reject any or all Tenders without assigning any reason or what so ever. None 1708085104000 0 None None ELIGIBILITY The tenderer shall maintain the Road/Building during the defect liability period. None 1708085116000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing KP-procurement portal. None 1708085124000 0 None None ELIGIBILITY Financial turnover of previous years shall be given a weightage of 10% per year to bring them to the price level of the 2023-24. And Value at 2023-24 price level, of existing commitments and on-going works to be executed during the next 12 months (Financial commitment of previous years shall be given a weightage of 10% per year to bring them to the price level of the 2023-24) in the Technical Qualification Criteria mentioned in the next section. None 1708085132000 0 None None ELIGIBILITY Tenderer shall note that the Tenders of those found Eligible as mentioned in Clause 3 - Qualification of the Tenderer in Section 2: Instructions to Tenderers (ITT), will only be considered for evaluation. None 1708085139000 0 None None ELIGIBILITY The star rates in respect of specified materials (Cement, Steel and Bitumen) shall be payable as per GO No: FD/3/PCL/2008 Bangalore Dated 21.11.2008. None 1708085147000 0 None None ELIGIBILITY The tenderer shall furnish required information in all formats. Scan and upload all Formats/Original documents required for this bid to the kp-procurement portal. The Original Formats/Documents shall be produced at the time of opening of Technical Bid for physical verification. None 1708085154000 0 None None ELIGIBILITY The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion. None 1708085162000 0 None None ELIGIBILITY The time stipulated for completion of work is 3 (Three) calendar months including rainy season. None 1708085179000 0 None None ELIGIBILITY The defect liability period for the work is 12 (Twelve) calendar months. None 1708085186000 0 None None ELIGIBILITY The Agency shall comply with ISO14001 (Environmental Management System) requirement during execution of work. None 1708085199000 1 None None ELIGIBILITY 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 and 2022-23 (a) achieved in at least two financial years an annual financial turnover (in all classes of civil engineering construction works only) of Rs.23.00 Lakhs. None 1708085206000 1 None None ELIGIBILITY 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 and 2022-23, (b) satisfactorily completed as prime contractor, at least one similar work such as CONSTRUCTION OF CEMENT CONCRETE ROAD WORKS of value not less than Rs.11.50 Lakhs. None 1708085216000 0 None None ELIGIBILITY Information on Existing commitments and on going works which are yet to be completed. None 1708085223000 0 None None ELIGIBILITY Information of the works for which Tender acceptance letters are received. None 1708085231000 0 None None ELIGIBILITY Information of the works for which Tenderer has submitted Tender. None 1708085238000 0 None None ELIGIBILITY Information on litigation in which the Tenderer is involved. None 1708085245000 0 None None ELIGIBILITY At the time of opening of Financial Bids, the Bidders shall furnish all the documents uploaded in original to this office for verification. None 1708085252000 0 None None ELIGIBILITY The tenderer shall submit an affidavit stating that he has not involved in litigation with Government, also he shall state that, amount of existing / on going works and amount of works awarded to him and yet to be commenced. None 1708085260000 0 None None ELIGIBILITY The tenderers shall note that as per the Government Order No.FD/850/EXP-12/15 dated 29-12-2015 and GO No.FD/130/EXP-12/15 dated 8-9-2015, the exemption from payment of EMD for Micro and small enterprises registered with NSIC under single point vendor registration scheme is applicable only for supply of goods but not for works. None 1708085276000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act and applicable any other law as concerned to work. None 1708085283000 0 None None ELIGIBILITY If undue delay caused by the contractor, the progressive damages caused to road will be assessed and make good at the cost and risk of the contractor. In addition, suitable action will be initiated against the contractor for the damages occurred during the undue delay period in accordance with the Karnataka Highway Act, 1964. None 1708085290000 0 None None ELIGIBILITY All safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity till completion. Contractor should indemnify the client to that extent. None 1708085297000 0 None None ELIGIBILITY Contractor should establish a fully functional laboratory at site at their own cost and risk in order to carry out all the required tests for the materials and work being used in the project for satisfactory completion. None 1708085304000 0 None None ELIGIBILITY The tenderer 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 KP Procurement portal due to internet connectivity issues and technical glitches. None 1708085312000 0 None None ELIGIBILITY The tenderer shall note that, the increase in GST shall not be paid in the extended period of contract for which the contractor alone is responsible for delay as determined by the authority while granting the extension of time. None 1708085322000 0 None None ELIGIBILITY The tenderer shall note that, the GST at 18% shall be paid to the tendered amount separately. None 1708085330000 0 None None ELIGIBILITY The tenderers shall note that, as per The Karnataka Minor Mineral Concession Rules-1964, it is mandatory to submit the Mineral dispatch Permits (MDPs) issued by a competent authority, along with the bills. If not, penalty will be levied as per the prevailing clauses. None 1708085337000 0 None None ELIGIBILITY It is mandatory for the contractor to upload the work done certificate issued by an officer not below the rank of Executive Engineer duly indicating the work indent numbers for works costing more than Rs.5.00 lakhs None 1708085345000 0 None None ELIGIBILITY The tenderer shall upload Physical and financial schedule format before last date of tender receipt in the kpp portal. None preQualCriterionList None technicalCriterionList None tenderCriterionDocumentList
documentName optional documentTypeText KPWD Contractor Registration Certificate True Technical Bid Physical and financial implementation calendar format True Technical Bid Annual Turnover Certificate with UDIN for the last five years duly attested by the Notary or Government Gazetted Officer and Submit the Originals at the time of Opening of the Financial Bid True Technical Bid Existing Commitments True Technical Bid Similar Nature CONSTRUCTION OF CEMENT CONCRETE ROAD WORKS Done Certificate as Prime Certificate from competent authority not below the rank of Executive Engineer or equivalent duly attested by the Notary or Government Gazetted Officer Submit the Originals at the time of Opening of the Financial Bid. True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1708094855000 version 0 createdDate None modifiedDate None blockNumber Office of the Executive Engineer, PWD, Division, Ballari street None city Ballari state Karnataka pin 583102 tenderRecallDTO None