createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1707916557247 version 6 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 5000.00 emd 482500.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 23-02-2024 16:00:00 tenderQueryClose 20-02-2024 17:30:00 technicalBidOpen 26-02-2024 11:30:00 publishedDate 16-02-2024 11:08:06 publishedByPost PWD_EE_DIV_YDG publishedByUser KPE12547 - ABHIMANYA K S bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 16-02-2024 11:30:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson ABHIMANYA K S splitEmdRequiredYn True emdBankGuarantee 382500.00 emdCash 100000.00 bgValidityPeriod 90 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08473252470 mobileNumber 9448456958 tenderSupplierList None tenderSchedule
createdTs 1707916557275 version 8 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT8096 title Construction of Malla-Kembhavi Road in Shorapur Taluka, Dist. Yadgir (Under KKRDB MACRO for the year 2023-24)(YAD23-5143155) description Construction of Malla-Kembhavi Road in Shorapur Taluka, Dist. Yadgir (Under KKRDB MACRO for the year 2023-24)(YAD23-5143155) category WORKS categoryText Works ecv 32188744.21 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1691 locationName PWD Division Office Yadagiri provisionalAmount 38000000.0 groupOverheadTotal 0.0 fileNumber PWD/SD/SHOR/KKRDB/MACRO/2023-24/1 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1707916557000 0 None None Roads Construction of Malla-Kembhavi Road in Shorapur Taluka, Dist. Yadgir under KKRDB MACRO for the year 2023-24 32188744.21
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2593467 80764 None Vol 3 SR It No. 2.5 (ii) Page No. 9 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 In area of light jungle 100 Sqm 412.65 412.65 94.44 False None None False None False 38970.666 0 2593468 80764 None Vol 1 SR It No. 1.12 Page No. 8 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 Cum 99.75 99.75 3187.35 False None None False None False 317938.1625 0 2593469 80764 None Vol 3 SR It No. 3.7 Page No. 15 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 Cum 110.25 110.25 2164.25 False None None False None False 238608.5625 0 2593470 80764 None Vol 3 SR It No. 3.6 Page No. 15 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 517.65 517.65 4476.06 False None None False None False 2317032.459 0 2593471 80764 None Vol 3 SR It No. 4.17 Page No. 26 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 2686.95 2686.95 4869.56 False None None False None False 13084264.242 0 2593472 80764 None Vol 3 SR It No. 5.1 Page No. 31 Providing and applying primer coat with SS1 grade Bitumen Emulsion on prepared surface of granular base including cleaning of road surface and spraying primer at the rate of 0.70 kg/m2 using mechanical means. Sqm 43.05 43.05 21642.5 False None None False None False 931709.625 0 2593473 80764 None Vol 3 SR It No. 5.4 Page No. 31 Providing and applying tack coat with RS1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.25 kg/m2 on Granular Surface Sqm 14.7 14.7 21642.5 False None None False None False 318144.75 0 2593474 80764 None Vol 3 SR It No. 5.8 ii C Page No. 33 Providing and laying Bituminous Macadam with 40/60 TPH capacity hot mix plant using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 3.4% by weight of mix, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compaction Cum 8044.05 8044.05 1082.12 False None None False None False 8704627.386 0 2593475 80764 None Vol 3 SR It No. 5.31 Page No. 43 Providing and laying Semi Dense Bituminous Concrete with 40/60 TPH capacity hot mix plant batch type using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 5% by weight of mix and filler, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per MoRTH V revision. Cum 10659.6 10659.6 541.06 False None None False None False 5767483.176 0 2593476 80764 None Vol 3 SR It No. 8.15 Page No. 67 Road Marking with Hot Applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 g/m2 area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35:2015.The finished surface to be level, uniform and free from streaks and holes. Cum 556.5 556.5 797.0 False None None False None False 443530.5 0 2593477 80764 None Approved Rate KKRDB Name Board Each 6000.0 6000.0 1.0 False None None False None False 6000.0 0 2593478 80764 None Vol 3 SR It No. 8.15 Page No. 67 Direction and Place Identification Signs upto 0.9 m2 Size Board. Providing and erecting direction and place identification retro reflectorised sign as per IRC:67:2022 made of high intensity grade sheeting vide clause 801.3, fixed over aluminium sheeting, 2 mm thick or Aluminium composite material sheet with overall thickness of 4mm with area not exceeding 0.9 m2 fixed over back support frame of min 35 x 35 x 3mm angle mounted on a mild steel circular pipe 65 NB, firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 x 45 x 60 cm, 60 cm below ground level as per approved drawing Sqm 9460.5 9460.5 2.16 False None None False None False 20434.68 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1707916558000 1 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1707916558000 1 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1707916558000 1 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 kppp portal on or before the last date and time of bid submission None 1707916717000 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 kppp portal due to internet connectivity issues and technical glitches at bidders end None 1707916737000 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 1707916753000 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 1707916766000 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 1707916798000 0 None None ELIGIBILITY The Tenderer shall obtain the work done certificate in the prescribed format from the competent Authority not below the rank of Executive Engineer (District Level Officer) and scan the original Certificates and attach file to the Bid. The Original Certificate/Certificates shall be produced at the time of opening of technical bids for physical verification None 1707916809000 0 None None ELIGIBILITY Conditional tenders will not be accepted None 1707916823000 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 1707916843000 0 None None ELIGIBILITY The Tenderer shall scan the Original Ownership Documents/Lease/Hire commitment Agreement for the Machinery and attach the scanned file to the Bid. The original Documents shall be produced at the time of opening technical Bids for physical verification None 1707916858000 0 None None ELIGIBILITY The tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the Bidder None 1707916869000 0 None None ELIGIBILITY The Employer reserves the right to Reject any or all Tenders without assigning any reason None 1707916882000 0 None None ELIGIBILITY The tenderer should maintain the road during the defective liability period None 1707916893000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing kppp portal None 1707916907000 0 None None ELIGIBILITY Tender shall note that the Tenders of those found Eligible as mentioned in Clause-3 - Qualification of the Tenderer in Section 2: Instructions to Tenders (ITT), will only be considered for evaluation None 1707916926000 0 None None ELIGIBILITY Tenderer shall note that unit rate to be quoted includes all the sundry expenses, all leads, all lifts and hire charges of machinery, taxes, royalty etc None 1707916941000 0 None None ELIGIBILITY The defect liability period for this work is 365 days None 1707916956000 0 None None ELIGIBILITY Bidders are advised to note that, 18% GST will be added to the contract amount None 1707916995000 0 None None ELIGIBILITY The successful Tenderer must Deliver Security Deposit Amount equivalent to 5 Percentage of contract price in the form of DD TDR Bank Guarantee plus additional security for unbalanced tender as per GO No PWD 289 CRM 2013 Bangalore. Dated 13 1 .2013 None 1707917011000 0 None None ELIGIBILITY The successful bidder should submit the addl. security deposit in form of Original DD/FDR/BG to this office at the time of execution of the agreement None 1707917026000 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 2023-24 in the Technical Qualification Criteria mentioned in the section None 1707917038000 0 None None ELIGIBILITY Period for completion of this work is 06 (Six) months including Monsoon None 1707917123000 0 None None ELIGIBILITY The Tenderer shall furnish as part of his tender earnest money deposit in the amount as shown in column 4 of the Table of IFT for this particular work. Tenderer can pay the full EMD amount of Rs.4,82,850.00 through e-payment or the Earnest Money Deposit shall be in two parts. Part 1 Rs1,00,000.00 by e-payment Part 2 Rs.3,82,850.00 EMD shall be in favour of Executive Engineer PWD Yadgir Division Yadgir and may be in the form of Bankers Cheque OR Demand Draft OR Pay order in favour of Executive Engineer PWD Yadgir Division Yadgir payable at Yadgir to the Executive Engineer PWD Yadgir Division Yadgir or Bank Guarantee in the prescribed format obtained form any Nationalised OR Scheduled Bank None 1707917166000 0 None None ELIGIBILITY SITE INVESTIGATION REPORT: The tenderer has to visit the proposed site along with Assistant Executive Engineer, PWD Sub Division Shorapur and submit the feasibility report to know the nature of work and working condition. They should submit consent letter duly countersigned by Assistant Executive Engineer, PWD Sub Division Shorapur and upload the same document along with Bid in KPPP portal. If failed to upload the consent letter will make the tender liable for rejection None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19, 2019 20, 2020-21, 2021-22 and 2022-23 (a) achieved in at least two financial years a minimum financial turn over (in all cases of civil engineering construction works only) Rs.643.77 Lakhs and The Financial Turn Over Certificate Should bear the UDIN Number invariably & duly signed by registered chartered Accountant. The Certificate without UDIN number will not be considered Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None To qualify forwarded of this contract, each Tenderer in its name have should in the last five year i.e.2018-19 to 2022-23 (c) executed in any one year the following minimum quantities of work (As per Govt Circular No.PW 60 CRM 2021 Bengaluru Dtd.08.11.2021 (1)Earthwork/Embankment: 6130.72 Cum (2)WMM/WBM :3895.64 Cum (3)BM/SDBC: 1298.54 Cum Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Maximum of Civil Engineering works executed in any one year during the last five years (updated to 2023-24 price level) taking into account the completed as well as works in progress. (Financial turnover of previous shall be given a weightage of 10% per year to bring them to the price level of the 2023-24) Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter Head of the tenderer None None None None Assessed Tender Capacity Shall be more than the Tendered Amount Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessment on the Letter Head of this Tenderer None None None None Availability by owning at least 50 percentage of the required / specified key and critical equipment for this work and remaining 50 percentage can be deployed on lease/hire basis for all works provided, the relevant documents (commitment agreements etc.,) for availability for this work are furnished (As per Govt Circular No.PW 60 CRM 2021 Dtd.08.11.2021) 1)Excavator-2 Nos.Own, 2)Tippers- 4 Nos.3)HMP - 1No. Own 4)Paver Finisher : 1 No. Own (5)Air Compressor: 1 No. Own (6)Vibratory Road Roller: 1 No.Own (7)Water Tanker: 1 No. Own (8) Motor Grader : 1 No. Own Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned copies of Hire/ Lease agreement documents of Equipments/ Machineries Scanned copies of Ownership None None None None Qualification and experience of the key technical and Management personnel in permanent employment with the Tenderer and those that are proposed to be deployed on this work, if work is awarded Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Biodata of the Personnel None None None None To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 and 2022-23 (b)Satisfactorily completed, as prime contractor, at least one similar work of value not less than Rs.160.94 Lakhs Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Liquid Assets and/or availability of credit facilities of not less than Rs.160.94 Lakhs (Credit Lines/Letter of Credit/Certificates from the Banks for meeting the fund requirement etc Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Latest income tax clearance certificate along with last five years balance sheet and profit & loss statement duly certified by the CA Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None List of Financial Resources with Certificates Financial Status None
createdTs version createdDate modifiedDate documentName None None None None GST Registration None None None None Information Litigation in which the Tenderer is involved Others Litigation
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 10 None None None None List of existing commitments 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 weight of 10% per year to bring them to the price level of 2023-24) (Month wise commitment shall be furnished) Others Existing Commitments
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter Head of the Tenderer None None None None Information of the works for which Tenderer has submitted Tender Others Submitted Tender
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 7 None None None None Banker Details for reference Others Banker details
createdTs version createdDate modifiedDate documentName None None None None Others -- Banker Details None None None None The proposed methodology and programme 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 work as per technical specifications within the stipulated period of completion Others Programme
createdTs version createdDate modifiedDate documentName None None None None Others -- CPM/ PERT CHART None None None None Information on works which are yet to be completed Others Yet to be completed
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 5 None None None None Constitutional or Legal Status of the Tenderer Others Legal Status
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Name Address, Telephone No Fax No. and email ID of the Tenderers Bankers Others Personnel Data
createdTs version createdDate modifiedDate documentName None None None None Others -- Information on the Letter Head of the tenderer None None None None Part-2 Rs.3,82,850.00 EMD Shall be in favour of Executive Engineer, PWD Division. Yadgir and may be in the form of Bankers Cheque OR Demand Draft OR Pay Order in favour of Executive Engineer, PWD Division. Yadgir payable at yadgir to the Executive Engineer,PWD Divn. Yadgir of Bank Guarentee in the prescribed format obtained form any Nationalized OR Scheduled Banks The tenderer should upload scanned Original Bank Guarentee of Part-2 EMD the qualified tenderer L1 must submit the original copy of the BG at the time of agreement. As GO PWD 107 CRM 2013 Dated 20.02.2013 Others Part-2 EMD
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned copy of Bankers Cheque / Demand Draft/ Pay order/ pledged small savings Instruments/BG None None None None Information of the works for which tender acceptance letters are received Others Acceptance received
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 6 and Letter of Acceptance tenderCriterionDocumentList
documentName optional documentTypeText 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 a- achieved in at least two financial years a minimum financial turn over in all cases of civil engineering construction works only Rs.643.77 Lakhs and The Financial Turn Over Certificate Should bear the UDIN Number invariably & duly registered charted Accountant. The Certificate without UDIN number will not be considered True Technical Bid Contractor Registration Class-II & Above True Technical Bid To qualify for award of this contract each Tenderer in its name should have in last five years i.e., 2018-19 to 2022-23 b Satisfactorily completed as prime contractor, at least one similar work of value not less than Rs.160.94 Lakhs True Technical Bid Liquid Assets and/or availability of credit facilities of not less than Rs.160.94 Lakhs Credit Lines/Letter of Credit/Certificates from the Banks for meeting the fund requirement etc True Technical Bid Latest income tax clearance certificate along with last five years balance sheet and profit & loss statement duly certified by the CA True Technical Bid To qualify forwarded of this contract, each Tenderer in its name have should in the last five year i.e.2018-19 to 2022-23 c-executed in any one year the following minimum quantities of work. As per Govt Circular No.PW 60 CRM 2021 Bengaluru Dtd.08.11.2021 1-Earthwork/Embankment-6130.72 Cum 2-WMM/WBM -3895.64 Cum 3-BM/SDBC- 1298.54 Cum True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1707997872000 version 0 createdDate None modifiedDate None blockNumber PWD Division Office, Yadgir street None city Yadgiir state Karnataka pin 585202 tenderRecallDTO None