createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1706951259595 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 2710.00 emd 200000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 02-03-2024 16:00:00 tenderQueryClose 29-02-2024 16:00:00 technicalBidOpen 04-03-2024 16:30:00 publishedDate 21-02-2024 02:49:32 publishedByPost PWD_EE_DIV_CMJ publishedByUser KPE13484 - S P MAHESH bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 19-02-2024 16:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson TECHNICAL ASSISTANT 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 08226222027 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1706951259637 version 4 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT7172 title CONSTRUCTION OF CC ROAD AND DRAIN AT KAMARAHALLI VILLAGE BEGURU HOBLI GUNDLUPET TALUK. description CONSTRUCTION OF CC ROAD AND DRAIN AT KAMARAHALLI VILLAGE BEGURU HOBLI GUNDLUPET TALUK. category WORKS categoryText Works ecv 10800595.11 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn False location 1678 locationName PWD Division Office Chamarajanagara provisionalAmount 13000000.0 groupOverheadTotal 0.0 fileNumber pwd/aee/gun/ccroad-Kamarahalli/23-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1706951260000 0 None None Roads CONSTRUCTION OF CC ROAD AND DRAIN AT KAMARAHALLI VILLAGE BEGURU HOBLI GUNDLUPET TALUK. 10800595.11
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2418084 72474 None vol-1, I no-1.14.1, p-8 Earth work excavation for Foundation by mechanical means for all works & depth upto 3 m, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, 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 appurtenaces required to complete the work In all kinds of soils Depth upto 3 m (V-1 Item 1.14.1) Cum 102.0 102.0 1931.84 False None None False None False 197047.68 0 2418085 72474 None vol-1, I no-2.1.3, p-15 PCC M10 in Foundation 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 aggregate. (V-1/Item 2.1.3) Cum 5989.0 5989.0 145.35 False None None False None False 870501.15 0 2418086 72474 None vol-1, I no-2.11h, p-18 Supplying, Fitting and Placing TMT Fe 550 D Reinforcement Including cost of all materials, cost of labour, cost of equipment and machinery, cost of hire charges of machinery, lead & lift, loading and unloading, transportation and all other incidental charges etc., complete. The work shall be carried out as per the directions of the Engineer-in-Charge of the work. (V-1 Item 2.11 h) t 79011.0 79011.0 16.3 False None None False None False 1287879.3 0 2418087 72474 None vol-1, I no-2.2.1, p-15 Providing and laying in position Cement Concrete for all Foundation works. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticizers laid in finished layers, well compacted using needle vibrators, including all lead & lifts, cost of all materials, quality confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all the other appurtenances required to complete the work as per technical specifications.M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates (V-1 Item 2.2.1) Cum 6287.0 6287.0 273.15 False None None False None False 1717294.05 0 2418088 72474 None vol-1, I no-2.4.3, p-16 Providing and laying in position 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 necessary, 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. M25 Design Mix Using 20 mm nominal size graded crushed coarse aggregates (V-1 Item 2.4.3) Cum 6336.0 6336.0 14.1 False None None False None False 89337.6 0 2418089 72474 None vol-1, I no-1.17.1, p-10 Earth work excavation for pipeline trenches in all kinds of soils by mechanical means as per drawing and technical specifications, including setting out, construction of shoring, strutting, barricading, caution lights, bracing, using sight rails & bonding rods at every 100 mm wherever necessary as directed, removal of stumps and other deleterious matter, dressing of sides and levelling the bottom of trench to the extent required , utilising the available excavated earth locally for the work etc., and all other appurtenances complete in the following strata All kinds of soils. Depth upto 1.50 m Cum 262.0 262.0 396.0 False None None False None False 103752.0 0 2418090 72474 None vol-5, I no-10.2.2, p-114 Providing UNPLASTICISED PVC pipes conforming to IS 16098:2013 with latest amendments ended with integral sockets with ISI mark 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 and unloading at both destinations and cuts of pipes wherever necessary including jointing of UPVC pipes (with cost of elastomeric sealing rings) and specials (excluding cost of specials) with jointing of approved type, with all labour, lead & lifts, including encasing the pipes 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. complete for: Pipes of SN4, 110mm dia. (V 2 Item 10.2.2) m 288.0 288.0 825.0 False None None False None False 237600.0 0 2418091 72474 None vol-1, I no-1.10, p-7 Refilling available earth around trenches/pipelines, cables in layers not exceeding 20 cms in depth, compacting each deposited layer by ramming after watering with a lead upto 50 m, and lift upto 1.5 m. Including cost of all labour complete as per specifications (V-1 Item 1.10) Cum 160.0 160.0 396.0 False None None False None False 63360.0 0 2418092 72474 None vol-3, I no-4.17, p-26 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 m3 2,394.00 uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.( V-3 Item 4.17 ) Cum 2559.0 2559.0 569.41 False None None False None False 1457120.19 0 2418093 72474 None vol-3, I no-6.6, p-51 Plain Cement Pavement Quality M30 grade Concrete (RMC) with OPC & GGBS laid without Paver Construction of un-reinforced plain cement concrete pavement using RMC M-30 grade with OPC @ 270 kg/m3 and GGBS@ 90 kg/m 3 (75:25 proportion) as per approved mix design procedure and thickness as per design, over a prepared sub base. The superplastisiser confirming to IS 9103-1999 Reaffirmed-2008 ,Coarse aggregates and Fine aggregate confirming to IS:383-2016, transported to site, laid in approved fixed side form work (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the form work). Spreading the concrete with shovels, rackers and compacted using needle, suitable plate vibrator and finished in a continuous operation including provision of separation membrane and Hessian cloth finishing to lines and grades complete including cost of all materials, labour, all lead & lift, loading charges as per specification & direction of Engineer - incharge of the work. (V-3 Item no 6.6) Cum 6774.0 6774.0 569.41 False None None False None False 3857183.34 0 2418094 72474 None vol-1, I no-2.2.1, p-15 Additionalities for Formwork, Centering and Scaffolding for sub structure including cost and conveyance of all materials, labour, hire charges of machineries and equipment, lead and lift ,loading and unloadind charges transportation and all other incidental charges etc. complete the work shall carried out as per technical detailed specification and as per direction of engineer in charge for cc drain. Additional Form work weightage 35% Cum 2200.45 2200.45 273.15 False None None False None False 601052.9175 0 2418095 72474 None vol-1, I no-2.4.3, p-16 Additionalities for Formwork, Centering and Scaffolding for sub structure including cost and conveyance of all materials, labour, hire charges of machineries and equipment, lead and lift ,loading and unloadind charges transportation and all other incidental charges etc. complete the work shall carried out as per technical detailed specification and as per direction of engineer in charge for cc drain. Additional Form work weightage 5% Cum 316.8 316.8 14.1 False None None False None False 4466.88 0 2418096 72474 None vol-5, I no-16.3.7, p-188 Providing S&S RCC SPUN / VIBRATED CAST PIPES (REINFORCED) pipes NP-3 Class conforming to IS:458-1988 with latest amentments using ordinary portland cement, for sanitary works and conveying to work site, rolling and lowering into trenches, laying true to line and level including loading and unloading at both destinations and jointing of pipes and specials, perfect linking of joints with jack to correct position including cost of jointing materials, i.e, rubber rings conforming to IS: 5382 for S&S RCC pipes, with all leads and lifts as directed and giving necessary hydraulic test as per ISS to the required pressure and commissioning etc. complete. (Contractor will make his own arrangements for procuring water for testing).Before the execution of work, the contractor shall carry out survey.RCC NP3 Class pipe of 600mm dia. m 3140.0 3140.0 100.0 False None None False None False 314000.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1706951262000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1706951262000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1706951262000 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 e-Procurement on or before the last date and time of bid submission. None 1707902502000 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 1707902512000 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 1707902521000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1707902529000 0 None None ELIGIBILITY The tenderer shall bear all costs associated with the preparation and submission of his tender, and the employer will in no case be responsible and liable for those costs. None 1707902536000 0 None None ELIGIBILITY The Tender processing fee shall not be refundable. None 1707902544000 0 None None ELIGIBILITY Royalty on construction materials and other taxes will be deducted as per prevailing Govt orders. None 1707902556000 0 None None ELIGIBILITY As per Karnataka state Government order 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 constructions labour welfare fund. None 1707902566000 0 None None ELIGIBILITY All scanned documents to be uploaded shall be in original and the Executive Engineer reserves the right to verify the documents before approval. None 1707902576000 0 None None ELIGIBILITY The employer reserves the rights to Reject or accept any or all the tenders without assigning any reasons. None 1707902584000 0 None None ELIGIBILITY In the case of the death of the contractor after executing the agreement / commencement of the work, his legal heir, if is an eligible registered contractor and is willing can execute and compete the work at the accepted tender rates irrespective of the cost of the work. None 1707902591000 0 None None ELIGIBILITY The successful Tenderer shall deliver to the Employer a Security deposit in the prescribed form in the favour of the Executive Engineer, PWD Division, Chamarajanagara, given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced tenders in accordance with the Conditions of Contract. None 1707902612000 0 None None ELIGIBILITY Contractor should carryout additional test required to test the suitability of materials. None 1707902621000 0 None None ELIGIBILITY All safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured according to ENVIRONMENTAL MANAGEMENT SYSTEM (EMS ISO 14001:2015) & QUALITY MANAGEMENT SYSTEM (QMS ISO 9001:2015) Policies, so that no untoward incident happens on account of negligence or any project activity. Contractor should indemnify the client to that extent. None 1707902628000 0 None None ELIGIBILITY Formation levels and other data furnished are bare minimum the contractor should make all efforts to validate and to get additional data if required at his own cost. None 1707902635000 0 None None ELIGIBILITY Materials like steel, cement etc., required for the work shall be procured by the tenderer themselves and should get tested by the quality control authority before use on the work at their own cost. None 1707902650000 0 None None ELIGIBILITY The contractors assessed available tender capacity will be calculated as per the clause 3.6 of STD tender document Attached. None 1707902668000 0 None None ELIGIBILITY All the items in the tender include all lead, lifts, loading unloading, transportation, labour, hire charges of machinery curing for concrete works, cost and conveyance of all material and all other such incidental charges necessary for successful completion of works as per the detailed technical specification and direction of Engineer - in charge of this work. None 1707902684000 0 None None ELIGIBILITY All precautions should be taken by the contractor so that there are no damages to such public/ private properties. None 1707902692000 0 None None ELIGIBILITY Contractor should take all precautionary measures to avoid any damage to the utilities during excavation as well as utility shifting. To that extent the contractor should indemnify the client. None 1707902701000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act. None 1707902709000 0 None None ELIGIBILITY Further particulars, if any, required by the Contractor can be had from the office of the Executive Engineer, Public Works Department, Chamarajanagar Division, during office hours on all working days. None 1707902717000 0 None None ELIGIBILITY Contractor should adhere to HSE (Health Safety Environment) policy applicable for similar projects. Contractor to that extent should submit HSE document defining all the procedure including the policies before execution of the project. None 1707902728000 0 None None ELIGIBILITY Contractor should take all precautions to ensure that no damage is caused to the existing structures which have been constructed by other agencies during project execution. If any damage is caused, it has to be rectified at his own risk and cost. None 1707902765000 0 None None ELIGIBILITY Rs 2,00,000 of the EMD should be paid through e-payment as specified in e-procurement portal None 1707902788000 0 None None ELIGIBILITY The successful contractor should setup material testing laboratory at the work site before commencement of work. None 1707902802000 0 None None ELIGIBILITY The difference in cost deposited by the lowest successful tenderer (for unbalanced) along with the performance security will be released to the contractor 30 days after the completion of defects liability period. None 1707902816000 0 None None ELIGIBILITY All the uploaded documents in e-portal should be got verified at the Division office within 3 working days from the stipulated date of opening of Technical Bid by producing the original documents at the Division office, failing which the tender is liable for rejection. No separate communication will be made in this regard. None 1707902890000 0 None None ELIGIBILITY Bankers Certificate for the stipulated amount as per clause 3.3 (b) should be submitted in the format as prescribed in the bid document only. Otherwise tender is liable for rejection. None 1707902913000 0 None None ELIGIBILITY The contractor who participates in tenders for more than one work for which tenders are invited in this IFT, the tenderer must fulfill all the conditions and criteria cumulatively for the participated works. None 1707902930000 0 None None ELIGIBILITY The intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents KW-4 None 1707903076000 0 None None ELIGIBILITY Price escalation shall not be considered 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 1707903097000 0 None None ELIGIBILITY Regarding Appealing aggrieved contractor may appeal to the prescribed (Appellant) Authority within 30 days as per KTTP and appeal should be trough eproc only as per Govt: Order No.pwd/572/CRN-2020 Bangalore Dt:09.10.2020. same will not be considered if appeal through Letters. None 1707903110000 0 None None ELIGIBILITY The returns submitted to the Income Tax Department. Shall be uploaded and shall be produced at the time of verification of Original documents at Division office None 1707903161000 0 None None ELIGIBILITY Contractors should be registered as KPWD/CPWD Class III and Above Civil Contractor. None 1707903186000 0 None None ELIGIBILITY The time for completion of whole work is 3 Months (including rainy days) None 1707904729000 1 None None ELIGIBILITY Estimate rates are excluding GST as per common SR 2023-24 and prevailing GST (18% of amount put to tender) amount is kept in form of Lump sum in Sanctioned estimate according to guidelines in common SR. Therefore, amount put to tender and ECV amount are excluding GST. KPPP-PORTAL format has No options to add GST separately at stage of Draft tender Schedule process for overall amount put to tender, tender has been inviting through an option with INCLUSIVE. But the item wise rates do not include GST. Hence, GST will be paid separately for the quoted amount accordingly. 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 his name should have in the last five years i.e., 2018-19 to 2022-23. Satisfactorily completed (atleast 90% of the contract value) as prime contractor atleast one similar road work of value not less than Rs.54.00 lakhs (usually not less than 50% estimated value of contract) Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None To qualify for award of this contract, each tenderer in his name should have in the last fve years i.e., 2018-19 to 2022-23. Executed in any one year (for a continuous period of 12 months) the following minimum quantities of work (1.Earthwork excavation/ Embankment/Subgrade :1862 Cum, 2.GSB/ WMM:456 Cum, 3.PCC/RCC: 802 Cum, 4.Steel: 13Tonne) (usually 80% of peak annual rate of construction) Capabilities of Vendor 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 no less than Rs. 108.01 Lakhs (estimated cash flow for 3 months of peak construction period) K-Form/Line of Credit, Bankers Certifcate issued by Nationalised Bank, must be submitted in priscribed format as in the bid document only. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None DEMONSTRATION OF EQUIPMENTS IS EXEMPTED VIDE CIRCULAR NO. FD 263 EXP 12/2022 BANGALORE Dt: 11-05-2022. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- EQUIPMENTS CAPACITY None None None None Qualifcation and experience of the technical and management personnel in permanent employment with the tenderer and those that are proposed to be deployed on this contract, if awarded Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- TECHNICAL STAFF PATTERN None None None None To qualify for award of this contract, each tenderer in his name should have in the last fve years period i.e., 2018-19 to 2022-23. achived in at least two fnantial years a Minimum fnancial turn over (in all classes of civil engineering construction works only) of Rs. 216.02 lakhs (usually not less than two times the estimated annual payments under this contract) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- CA audited certificate with UDIN None None None None ITR, PROFIT & LOSS STATEMENT OR 26AS FOR YEAR 2018-19 TO 2022-23. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None ITR Filed Copy (Mentioning PAN) None None None None List of existing commitments and ongoing works Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- format as in Tender document None None None None List of works for which tenders already submitted Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- format as in Tender document None None None None List of Financial Resources with Certificates Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- FUNDS ABILITY None None None None BLANK Others NA.
createdTs version createdDate modifiedDate documentName None None None None Others -- NA. None None None None BLANK Others NA.
createdTs version createdDate modifiedDate documentName None None None None Others -- NA. None None None None BLANK Others NA.
createdTs version createdDate modifiedDate documentName None None None None Others -- NA. None None None None Banker Details for reference Others BANK ACCOUNT DETAILS
createdTs version createdDate modifiedDate documentName None None None None Others -- PASS BOOK, CROSSED CHEQUE LEAF None None None None Reports on the financial standing of the tenderer, such as profit and loss statements and auditors reports for the last five years Others FINANCIAL TURN OVER
createdTs version createdDate modifiedDate documentName None None None None Others -- AUDITED CA CERTIFICATE WITH UDIN tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate with UDIN True Technical Bid PWD Registration Certificate Class III & Above True Technical Bid GST REGISTRATION CERTIFICATE True Technical Bid Work done certificate supporting similar nature of work and Quantities executed in one year period during year 2018-19 to 2022-23. True Technical Bid Line of Credit in prescribed format True Technical Bid Details of ongoing works and work on hand True Technical Bid Additional documents which supports work done & Financial status etc. True Technical Bid ITR, Profit & Loss statement or 26AS of last 5 years True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1707912333000 version 0 createdDate None modifiedDate None blockNumber EXECUTIVE ENGINEER, PWD DIVISION, CHAMARAJANAGARA street None city CHAMARAJANAGARA state Karnataka pin 571313 tenderRecallDTO None