createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1707916557247
version6
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd482500.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose23-02-2024 16:00:00
tenderQueryClose20-02-2024 17:30:00
technicalBidOpen26-02-2024 11:30:00
publishedDate16-02-2024 11:08:06
publishedByPostPWD_EE_DIV_YDG
publishedByUserKPE12547 - ABHIMANYA K S
bidValidityPeriod90
noOfCalls1
preBidMeetingDate16-02-2024 11:30:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonABHIMANYA K S
splitEmdRequiredYnTrue
emdBankGuarantee382500.00
emdCash100000.00
bgValidityPeriod90
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08473252470
mobileNumber9448456958
tenderSupplierListNone
tenderSchedule
createdTs1707916557275
version8
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT8096
titleConstruction of Malla-Kembhavi Road in Shorapur Taluka, Dist. Yadgir (Under KKRDB MACRO for the year 2023-24)(YAD23-5143155)
descriptionConstruction of Malla-Kembhavi Road in Shorapur Taluka, Dist. Yadgir (Under KKRDB MACRO for the year 2023-24)(YAD23-5143155)
categoryWORKS
categoryTextWorks
ecv32188744.21
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location1691
locationNamePWD Division Office Yadagiri
provisionalAmount38000000.0
groupOverheadTotal0.0
fileNumberPWD/SD/SHOR/KKRDB/MACRO/2023-24/1
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17079165570000NoneNoneRoadsConstruction of Malla-Kembhavi Road in Shorapur Taluka, Dist. Yadgir under KKRDB MACRO for the year 2023-2432188744.21
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
259346780764NoneVol 3 SR It No. 2.5 (ii) Page No. 9Clearing 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 jungle100 Sqm412.65412.6594.44FalseNoneNoneFalseNoneFalse38970.6660
259346880764NoneVol 1 SR It No. 1.12 Page No. 8Earth 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 workCum99.7599.753187.35FalseNoneNoneFalseNoneFalse317938.16250
259346980764NoneVol 3 SR It No. 3.7 Page No. 15Loosening, 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 constructionCum110.25110.252164.25FalseNoneNoneFalseNoneFalse238608.56250
259347080764NoneVol 3 SR It No. 3.6 Page No. 15Construction 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. 300-2Cum517.65517.654476.06FalseNoneNoneFalseNoneFalse2317032.4590
259347180764NoneVol 3 SR It No. 4.17 Page No. 26Providing, 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 densityCum2686.952686.954869.56FalseNoneNoneFalseNoneFalse13084264.2420
259347280764NoneVol 3 SR It No. 5.1 Page No. 31Providing 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.Sqm43.0543.0521642.5FalseNoneNoneFalseNoneFalse931709.6250
259347380764NoneVol 3 SR It No. 5.4 Page No. 31Providing and applying tack coat with RS1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.25 kg/m2 on Granular SurfaceSqm14.714.721642.5FalseNoneNoneFalseNoneFalse318144.750
259347480764NoneVol 3 SR It No. 5.8 ii C Page No. 33Providing 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 compactionCum8044.058044.051082.12FalseNoneNoneFalseNoneFalse8704627.3860
259347580764NoneVol 3 SR It No. 5.31 Page No. 43Providing 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.Cum10659.610659.6541.06FalseNoneNoneFalseNoneFalse5767483.1760
259347680764NoneVol 3 SR It No. 8.15 Page No. 67Road 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.Cum556.5556.5797.0FalseNoneNoneFalseNoneFalse443530.50
259347780764NoneApproved RateKKRDB Name BoardEach6000.06000.01.0FalseNoneNoneFalseNoneFalse6000.00
259347880764NoneVol 3 SR It No. 8.15 Page No. 67Direction 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 drawingSqm9460.59460.52.16FalseNoneNoneFalseNoneFalse20434.680
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17079165580001NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17079165580001NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of KarnatakaNone
17079165580001NoneNoneELIGIBILITYIt 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 submissionNone
17079167170000NoneNoneELIGIBILITYThe 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 endNone
17079167370000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejectionNone
17079167530000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees of 0.025% of the contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidderNone
17079167660000NoneNoneELIGIBILITYBidders shall ensure upload of relevant document certifying his/her status as Scheduled Caste/ Scheduled Tribe/other reserved category as prescribed in the tender documentNone
17079167980000NoneNoneELIGIBILITYThe 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 verificationNone
17079168090000NoneNoneELIGIBILITYConditional tenders will not be acceptedNone
17079168230000NoneNoneELIGIBILITYFinancial 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
17079168430000NoneNoneELIGIBILITYThe 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 verificationNone
17079168580000NoneNoneELIGIBILITYThe tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the BidderNone
17079168690000NoneNoneELIGIBILITYThe Employer reserves the right to Reject any or all Tenders without assigning any reasonNone
17079168820000NoneNoneELIGIBILITYThe tenderer should maintain the road during the defective liability periodNone
17079168930000NoneNoneELIGIBILITYThe Department is not responsible for any delay in accessing kppp portalNone
17079169070000NoneNoneELIGIBILITYTender 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 evaluationNone
17079169260000NoneNoneELIGIBILITYTenderer shall note that unit rate to be quoted includes all the sundry expenses, all leads, all lifts and hire charges of machinery, taxes, royalty etcNone
17079169410000NoneNoneELIGIBILITYThe defect liability period for this work is 365 daysNone
17079169560000NoneNoneELIGIBILITYBidders are advised to note that, 18% GST will be added to the contract amountNone
17079169950000NoneNoneELIGIBILITYThe 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 .2013None
17079170110000NoneNoneELIGIBILITYThe 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 agreementNone
17079170260000NoneNoneELIGIBILITYFinancial 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 sectionNone
17079170380000NoneNoneELIGIBILITYPeriod for completion of this work is 06 (Six) months including MonsoonNone
17079171230000NoneNoneELIGIBILITYThe 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 BankNone
17079171660000NoneNoneELIGIBILITYSITE 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 rejectionNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTo 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 consideredPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneTo 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 CumPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneMaximum 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 ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Statement on the Letter Head of the tenderer
NoneNoneNoneNoneAssessed Tender Capacity Shall be more than the Tendered AmountCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessment on the Letter Head of this Tenderer
NoneNoneNoneNoneAvailability 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. OwnCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned copies of Hire/ Lease agreement documents of Equipments/ Machineries Scanned copies of Ownership
NoneNoneNoneNoneQualification and experience of the key technical and Management personnel in permanent employment with the Tenderer and those that are proposed to be deployed on this work, if work is awardedCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Biodata of the Personnel
NoneNoneNoneNoneTo 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 LakhsFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneLiquid 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 etcFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneLatest income tax clearance certificate along with last five years balance sheet and profit & loss statement duly certified by the CAFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneList of Financial Resources with CertificatesFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
NoneNoneNoneNoneInformation Litigation in which the Tenderer is involvedOthersLitigation
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format 10
NoneNoneNoneNoneList 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)OthersExisting Commitments
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Statement on the Letter Head of the Tenderer
NoneNoneNoneNoneInformation of the works for which Tenderer has submitted TenderOthersSubmitted Tender
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format 7
NoneNoneNoneNoneBanker Details for referenceOthersBanker details
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Banker Details
NoneNoneNoneNoneThe 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 completionOthersProgramme
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- CPM/ PERT CHART
NoneNoneNoneNoneInformation on works which are yet to be completedOthersYet to be completed
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format 5
NoneNoneNoneNoneConstitutional or Legal Status of the TendererOthersLegal Status
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneName Address, Telephone No Fax No. and email ID of the Tenderers BankersOthersPersonnel Data
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information on the Letter Head of the tenderer
NoneNoneNoneNonePart-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 20.02.2013OthersPart-2 EMD
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned copy of Bankers Cheque / Demand Draft/ Pay order/ pledged small savings Instruments/BG
NoneNoneNoneNoneInformation of the works for which tender acceptance letters are receivedOthersAcceptance received
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format 6 and Letter of Acceptance
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
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 consideredTrueTechnical Bid
Contractor Registration Class-II & AboveTrueTechnical 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 LakhsTrueTechnical 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 etcTrueTechnical Bid
Latest income tax clearance certificate along with last five years balance sheet and profit & loss statement duly certified by the CATrueTechnical 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 CumTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1707997872000
version0
createdDateNone
modifiedDateNone
blockNumberPWD Division Office, Yadgir
streetNone
cityYadgiir
stateKarnataka
pin585202
tenderRecallDTONone