createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1708680230620 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 2110.00 emd 200000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 06-03-2024 17:00:00 tenderQueryClose 05-03-2024 16:00:00 technicalBidOpen 07-03-2024 17:30:00 publishedDate 26-02-2024 11:24:20 publishedByPost VJNL_EE_DIV_UBP2_BRP publishedByUser KPE11574 - RAJESH SHIVAPPA HADLI bidValidityPeriod 180 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType PERCENTAGE denominationTypeText Percentage retenderedYn None percentageRateTypeText Single Rate contactPerson RASHEED 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 None mobileNumber 9901693413 tenderSupplierList None tenderSchedule
createdTs 1708680230668 version 8 createdDate None modifiedDate None tenderNumber VJNL/2023-24/RD/WORK_INDENT34 title Construction of CC Road connecting from B N Palaiah house of Gopal village to Karakuchi main road of Tarikere Taluk description Construction of CC Road connecting from B N Palaiah house of Gopal village to Karakuchi main road of Tarikere Taluk. category WORKS categoryText Works ecv 8429076.34 deptName Vishveshwaraiah Jala Nigam Limited status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 5335 locationName VJNL Division UBP NO 2 Office B R Project provisionalAmount 9990000.0 groupOverheadTotal 0.0 fileNumber AEE/SD4/SCP tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1708680231000 0 None None Roads Construction of CC Road connecting from B N Palaiah house of Gopal village to Karakuchi main road of Tarikere Taluk 8429076.34
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2783409 88863 None code1.7 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. MORTH Specification No. 305.3.4&. As per the direction of Engineer in chage of site Cum 105.0 105.0 840.0 False None None False None False 88200.0 0 2783410 88863 None code1.8 Construction of Embankment by excavating the available approved Gravel/Murrum deposited at a place or borrow pits during or prior excavation with all lifts and lead, transportation to site, spreading, grading to required slope and compacting to meet the requirement complete as per specifications, including cost of labour,rolling,water,all materials,usage& all other appurtenaces required to complete the work.. MORTH Specification & . As per the direction of Engineer in chage of site Cum 474.0 474.0 582.6 False None None False None False 276152.4 0 2783411 88863 None code4.17 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. MORTH Specification No.406 A & . As per the direction of Engineer in chage of site Cum 2559.0 2559.0 560.0 False None None False None False 1433040.0 0 2783412 88863 None code3.6 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 as per the directions of the Engineer-in-charge of the work.MORTH Specification No 305 & . As per the direction of Engineer in chage of site Cum 493.0 493.0 280.0 False None None False None False 138040.0 0 2783413 88863 None code16.28 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M30 (Grade), coarse and fine aggregates conforming to IS:383, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, , primer, sealant , curing of concrete slabs for 14- days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.MORTH Specification No 1501 & . As per the direction of Engineer in chage of site Cum 6754.0 6754.0 787.5 False None None False None False 5318775.0 0 2783414 88863 None code8.54 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 & . As per the direction of Engineer in chage of site Each 9000.0 9000.0 1.0 False None None False None False 9000.0 0 2783415 88863 None code8.3 Printing new letter and figures of any shade with synthetic enamel paint black or any other approved colour to give an even shade &. As per the direction of Engineer in chage of site cm 1.6 1.6 2700.0 False None None False None False 4320.0 0 2783416 88863 None code1.4 Earth work excavation by manual means for drains,canals, waste weir,draft, approach channels, key trenches, foundation of bridges and such simillar works in all kinds of soils , as per drawing and technical specifications, including setting out, shoring, strutting, barricading,caution lights, removal of stumps and other deleterious matter,excavated surface leveled and sides neatly dressed disposing off theexcavated stuff or sorting & stacking the selected stuff for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools & other appurtenaces required to complete the work.as per directions of engineer incharge of the work.(Page No.5, Item No. 1.40 of Common Schedule of rates Rates for Engineering departements volume-I 2023-24) & . As per the direction of Engineer in chage of site Cum 242.0 242.0 182.25 False None None False None False 44104.5 0 2783417 88863 None code2.1.3 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. Mix 1:3:6 Using 40 mm nominal size graded crushed coarse aggregates (Vol I common SR for the year 2022, SL No.2.1.3, Page No.15) & . As per the direction of Engineer in chage of site Cum 5989.0 5989.0 23.63 False None None False None False 141520.07 0 2783418 88863 None code2.2.1 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 (Vol I common SR for the year 2022, SL No.2.2.2.1, Page No.15) Cum 6287.0 6287.0 35.5 False None None False None False 223188.5 0 2783419 88863 None code2.11 Supplying, Fitting and Placing un-coated TMT bar Reinforcement in sub-structure complete as per Drawing and Technical Specifications.(Vol I SR for the year 2023-24, SL No.2.11.b, Page No.18) & . As per the direction of Engineer in chage of site Tonne 86206.0 86206.0 4.28 False None None False None False 368961.68 0 2783420 88863 None 2.2.1 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 (Vol I common SR for the year 2022, SL No.2.2.2.1, Page No.15) Cum 6601.35 6601.35 7.35 False None None False None False 48519.9225 0 2783421 88863 None 2.2.1 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 (Vol I common SR for the year 2022, SL No.2.2.2.1, Page No.15) Cum 8487.45 8487.45 27.0 False None None False None False 229161.15 0 2783422 88863 None 2.2.1 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 (Vol I common SR for the year 2022, SL No.2.2.2.1, Page No.15) Cum 9430.5 9430.5 11.25 False None None False None False 106093.125 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1708680232000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1708680232000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1708680232000 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 1708682033000 0 None None ELIGIBILITY It shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date and time of bid submission None 1708682056000 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 1708682072000 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 1708682084000 0 None None ELIGIBILITY Bidder shall pay Contract Management Module processing fees as per e-procurement norms None 1708682110000 0 None None ELIGIBILITY The tenders for the work shall remain open for acceptance for a period of 180 days (One eighty days) from the date of opening of tenders. If any tenderer withdraws his tender before the said period or makes any modification in terms of condition of tender which are not acceptable to accepting authority then the whole amount of earnest Money deposit specified shall be forfeited to VJNL. The Nigam is also at liberty to take any other penal action as it deems fit against such contractor. (as per circular no FD 685 Exp-12/2021 dt:29.11.2021) None 1708682129000 0 None None ELIGIBILITY If delay in deciding the tender is considered to be inevitable the Executive Engineer may seek in advance the consent of the contractor agreeing to keep above their offers for further period specified by the Executive Engineer None 1708682142000 0 None None ELIGIBILITY Each of the documents uploaded to the e-portal should be self attested by the contractor or an authorized representative in case of firm/company None 1708682157000 0 None None ELIGIBILITY The contractor/ authorized signatory should attach his/her scanned signature to the Schedule-B before uploading the documents None 1708682180000 0 None None ELIGIBILITY If VJNL wishes to engage Third party consultant for Quality control assessment, apart from the VJNL quality control and field tests, the contractor should cooperate with both quality control authorities and third party None 1708682197000 0 None None ELIGIBILITY Royalty on construction materials and other taxes will be deducted as per prevailing Govt orders/ circulars during execution of work None 1708682224000 0 None None ELIGIBILITY All Government orders/circulars prevailing and issued from time to time related to tenders shall be applicable None 1708682241000 0 None None ELIGIBILITY In case of lowest bidder fails to produce the original documents for entering in to an agreement or the original documents submitted does not match with uploaded documents are found false, then his bid is treated as non-responsive bids as per clause 26(4)of KTPP rules and his name will be removed from selective list if VJNL enrollment and barred from participation in any of the tenders invited by the VJNL apart from forfeiting the EMD paid through e-cash None 1708682254000 0 None None ELIGIBILITY The evaluation of the technical bid will be done based on the information provided by the contractor as per uploaded documents, duly verified if necessary. If the employer finds that any certificates/ information furnished is false, such bidders will be disqualified, barred from participation in the bid and his EMD will be forfeited None 1708682265000 0 None None ELIGIBILITY The Contractor should neither make any alteration in the conditions of contract nor stipulate any condition of his own in the first section of the bid documents None 1708682276000 0 None None ELIGIBILITY The intending bidders are advised to visit the site of work, make themselves familiar with local situation about the availability of construction materials, workmen, land required for construction activities before attending the pre-bid meeting and also before submitting the bids None 1708682294000 0 None None ELIGIBILITY If the percentage quoted by the contractor for the work is below ninety percentage of the estimated amount put to tender or recast amount put to tender of the department, then the contractor shall furnish an additional performance security in the form of bank guarantee for an amount equivalent to the difference between the cost as per quoted percentage and 90% of the estimated amount put to tender or recast amount put to tender. In case of contractor quotation rates above 125% of the estimated rates then the amount over and above 125 % will be withheld during the progress of work. The additional performance security will be released proportionately to the bill amount till the contractor achieves progress of the entire cost of the work as per the agreement None 1708682305000 0 None None ELIGIBILITY Successful bidders should execute the agreement within 15 days from the date of approval intimated. An additional 30 days time may be allowed with a penalty of 0.5% of Contract value. If the contractor fails to enter into the agreement within the said period, the EMD of the contractor shall be forfeited and action shall be initiated for banning to participate in the tender of VJNL None 1708682315000 0 None None ELIGIBILITY If any of the dates mentioned above happens to be a general holiday, the next working day holds good None 1708682324000 0 None None ELIGIBILITY Conditional / incomplete tenders are liable to be rejected. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever None 1708682339000 0 None None ELIGIBILITY Corrigendum/addendum will be published in the e-procurement website for all modifications or corrections if any None 1708682352000 0 None None ELIGIBILITY The intending bidders should note that, if any of lands either in part/parts or whole required for the work is not acquired by the Nigama, it shall be the responsibility of the bidder to take possession of such land and start the work by consent of land owners before commencement of work at no extra cost to the Nigama and no claim whatsoever relating to non availability of land would be entertained None 1708682384000 0 None None ELIGIBILITY The Tender processing charges paid by the bidders are not refundable even if the tenders are cancelled None 1708682391000 0 None None ELIGIBILITY All materials like Standard steel, Quality cement etc., required for the above work should be procured by the contractor only. No departmental supply of any materials shall be made by VJNL None 1708682410000 0 None None ELIGIBILITY The contractors/Firm shall send the authorization letter for their representatives duly attesting their signature None 1708682419000 0 None None ELIGIBILITY The Defect liability Period for this work is 12 months from the date of completion of work None 1708682432000 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 1708682443000 0 None None ELIGIBILITY The contractor should adhere to the accepted execution plan submitted by him under any circumstances without linking to the pending payment of the work and Land acquisition problems if any None 1708682455000 0 None None ELIGIBILITY Typographical errors, if any, will not be the ground for any claims by the Contractor None 1708682464000 0 None None ELIGIBILITY Tendering by Joint venture will not be allowed None 1708682472000 0 None None ELIGIBILITY EMD of the un-successful bidders will be refunded only after the acceptance of tenders by the competent authority None 1708682506000 0 None None ELIGIBILITY The contractor should quote his percentage excluding the GST None 1708682516000 0 None None ELIGIBILITY In case of any accidents at the site, the contractor is solely responsible None 1708682528000 0 None None ELIGIBILITY In the case of the death of a contractor after executing the agreement/commencement of the work, his legal heir, if an eligible registered contractor and willing can execute and complete the work at the accepted tender rates irrespective of the cost of the work None 1708682544000 0 None None ELIGIBILITY The contractor should furnish the name of the individual/ firm with address & telephone No. with place of registration, year of incorporation etc None 1708682557000 0 None None ELIGIBILITY Further details and information about electronic tendering can be had from https://kppp.karnataka.gov.in None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None 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 None None None None None 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 None None None None None Owning the following key and critical equipment for this work (xxxx, xxxx, xxxx) None None None None None None Total value of civl engineering works executed and payments received in the last five years (year-wise) None None None None None None List of existing commitments and ongoing works None None None None None None List of works for which tenders already submitted None None None None None None Banker Details for reference None None None None None None Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded None None None None None None Reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five years None None 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 contract, if awarded None None None None None None List of Financial Resources with Certificates None None None None None None The intending bidder should have satisfactorily completed (at least 90% of the Contract Value) as a prime contractor at least one similar work such as construction of CC Road work costing not less than Rs.49.75 lakhs. Here value of contract implies final cost of work executed as per contract during last 5 years. An additional weightage of 10% each year will be added to the cost of work done to bring it to the present price level. The work done certificate should be obtained from a competent authority not below the rank of Executive Engineer or equivalent authority. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None The intending bidder should have in the last five years achieved in at least two financial year a minimum annual financial turnover (in all classes of civil engineering construction works only) of Rs.99.46 lakhs. All document/certificates issued by a Charted Accountant should have a UDIN (unique document Identification Number) generated through the ICAI (The Institute of chartered Accountants of India) Portal. Certificate without UDIN the documents uploaded will be considered and treated as invalid document. Note Audited balance sheets and Turnover certificate duly certified by Chartered accountant with their unique document identification number (UDIN) generated by ICAI portal should be uploaded. Financial turnover of previous years will be given a weightage of 10% per year based on the rupee value to bring them to 2023-24 price levels. Others TURNOVER
createdTs version createdDate modifiedDate documentName None None None None Others -- TURNOVER None None None None The intending bidder should have satisfactorily Executed in any one year (for a continuous period of 12 months) CC pavement M30 & above 630 cum Others MINIMUM QUANTITY
createdTs version createdDate modifiedDate documentName None None None None Others -- MINIMUM QUANTITY None None None None The tenderer/firm/company shall furnish details of liquid assets and or availability of credit facilities of Rs.29.85 Lakhs for the work mentioned above for meeting the required funds in the form of credit lines / line of credit / certificate from Scheduled Nationalized Bank. Others LINE OF CREDIT
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None As per tender notification Others Bid Capacity
createdTs version createdDate modifiedDate documentName None None None None Others -- Bid capacity tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate False Technical Bid A Copy of the Valid Registration certificate with validity KPWD Class-3 under KPWD Shimoga Circle, or KPWD Class-2, or KPWD Class-1. True Technical Bid Income Tax returns for the Assessment year 2023-24. Financial year 2022-23 True Technical Bid Bid Capacity as per Tender Document True Technical Bid Scanned signature of the bidder / authorized representative in case of a firm or company, to be attached while uploading the bid documents. Also in case of authorized representative, scanned copy of power of attorney should be uploaded & the original should be produced at the time of opening of tender. True Technical Bid Copy of the PAN card and GST registration certificate. True Technical Bid The requisite Earnest Money Deposit EMD in e- procurement portal True Technical Bid Similar nature of work done certificate CC road True Technical Bid Minimum Quantity Excecuted CC M30 for Pavements True Technical Bid Line of credit True Technical Bid EPF Registration certificate with latest Challan True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Chikkmagaluru Tarikere Chikmagalur TARIKERE KARAKUCHI None None None None None None tenderAddress None tenderRecallDTO None