createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1708680230620
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee2110.00
emd200000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose06-03-2024 17:00:00
tenderQueryClose05-03-2024 16:00:00
technicalBidOpen07-03-2024 17:30:00
publishedDate26-02-2024 11:24:20
publishedByPostVJNL_EE_DIV_UBP2_BRP
publishedByUserKPE11574 - RAJESH SHIVAPPA HADLI
bidValidityPeriod180
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypePERCENTAGE
denominationTypeTextPercentage
retenderedYnNone
percentageRateTypeTextSingle Rate
contactPersonRASHEED
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber9901693413
tenderSupplierListNone
tenderSchedule
createdTs1708680230668
version8
createdDateNone
modifiedDateNone
tenderNumberVJNL/2023-24/RD/WORK_INDENT34
titleConstruction of CC Road connecting from B N Palaiah house of Gopal village to Karakuchi main road of Tarikere Taluk
descriptionConstruction of CC Road connecting from B N Palaiah house of Gopal village to Karakuchi main road of Tarikere Taluk.
categoryWORKS
categoryTextWorks
ecv8429076.34
deptNameVishveshwaraiah Jala Nigam Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location5335
locationNameVJNL Division UBP NO 2 Office B R Project
provisionalAmount9990000.0
groupOverheadTotal0.0
fileNumberAEE/SD4/SCP
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17086802310000NoneNoneRoadsConstruction of CC Road connecting from B N Palaiah house of Gopal village to Karakuchi main road of Tarikere Taluk8429076.34
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
278340988863Nonecode1.7Loosening, 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 siteCum105.0105.0840.0FalseNoneNoneFalseNoneFalse88200.00
278341088863Nonecode1.8Construction 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 siteCum474.0474.0582.6FalseNoneNoneFalseNoneFalse276152.40
278341188863Nonecode4.17Providing, 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 siteCum2559.02559.0560.0FalseNoneNoneFalseNoneFalse1433040.00
278341288863Nonecode3.6Construction 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 siteCum493.0493.0280.0FalseNoneNoneFalseNoneFalse138040.00
278341388863Nonecode16.28Providing 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 siteCum6754.06754.0787.5FalseNoneNoneFalseNoneFalse5318775.00
278341488863Nonecode8.54Providing 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 siteEach9000.09000.01.0FalseNoneNoneFalseNoneFalse9000.00
278341588863Nonecode8.3Printing 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 sitecm1.61.62700.0FalseNoneNoneFalseNoneFalse4320.00
278341688863Nonecode1.4Earth 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 siteCum242.0242.0182.25FalseNoneNoneFalseNoneFalse44104.50
278341788863Nonecode2.1.3Providing 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 siteCum5989.05989.023.63FalseNoneNoneFalseNoneFalse141520.070
278341888863Nonecode2.2.1Providing 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)Cum6287.06287.035.5FalseNoneNoneFalseNoneFalse223188.50
278341988863Nonecode2.11Supplying, 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 siteTonne86206.086206.04.28FalseNoneNoneFalseNoneFalse368961.680
278342088863None2.2.1Providing 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)Cum6601.356601.357.35FalseNoneNoneFalseNoneFalse48519.92250
278342188863None2.2.1Providing 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)Cum8487.458487.4527.0FalseNoneNoneFalseNoneFalse229161.150
278342288863None2.2.1Providing 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)Cum9430.59430.511.25FalseNoneNoneFalseNoneFalse106093.1250
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17086802320000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17086802320000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17086802320000NoneNoneELIGIBILITYBidders 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
17086820330000NoneNoneELIGIBILITYIt 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 submissionNone
17086820560000NoneNoneELIGIBILITYThe 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 endNone
17086820720000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejectionNone
17086820840000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees as per e-procurement normsNone
17086821100000NoneNoneELIGIBILITYThe 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
17086821290000NoneNoneELIGIBILITYIf 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 EngineerNone
17086821420000NoneNoneELIGIBILITYEach of the documents uploaded to the e-portal should be self attested by the contractor or an authorized representative in case of firm/companyNone
17086821570000NoneNoneELIGIBILITYThe contractor/ authorized signatory should attach his/her scanned signature to the Schedule-B before uploading the documentsNone
17086821800000NoneNoneELIGIBILITYIf 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 partyNone
17086821970000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt orders/ circulars during execution of workNone
17086822240000NoneNoneELIGIBILITYAll Government orders/circulars prevailing and issued from time to time related to tenders shall be applicableNone
17086822410000NoneNoneELIGIBILITYIn 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-cashNone
17086822540000NoneNoneELIGIBILITYThe 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 forfeitedNone
17086822650000NoneNoneELIGIBILITYThe 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 documentsNone
17086822760000NoneNoneELIGIBILITYThe 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 bidsNone
17086822940000NoneNoneELIGIBILITYIf 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 agreementNone
17086823050000NoneNoneELIGIBILITYSuccessful 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 VJNLNone
17086823150000NoneNoneELIGIBILITYIf any of the dates mentioned above happens to be a general holiday, the next working day holds goodNone
17086823240000NoneNoneELIGIBILITYConditional / 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 whatsoeverNone
17086823390000NoneNoneELIGIBILITYCorrigendum/addendum will be published in the e-procurement website for all modifications or corrections if anyNone
17086823520000NoneNoneELIGIBILITYThe 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 entertainedNone
17086823840000NoneNoneELIGIBILITYThe Tender processing charges paid by the bidders are not refundable even if the tenders are cancelledNone
17086823910000NoneNoneELIGIBILITYAll 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 VJNLNone
17086824100000NoneNoneELIGIBILITYThe contractors/Firm shall send the authorization letter for their representatives duly attesting their signatureNone
17086824190000NoneNoneELIGIBILITYThe Defect liability Period for this work is 12 months from the date of completion of workNone
17086824320000NoneNoneELIGIBILITYAs 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 fundNone
17086824430000NoneNoneELIGIBILITYThe 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 anyNone
17086824550000NoneNoneELIGIBILITYTypographical errors, if any, will not be the ground for any claims by the ContractorNone
17086824640000NoneNoneELIGIBILITYTendering by Joint venture will not be allowedNone
17086824720000NoneNoneELIGIBILITYEMD of the un-successful bidders will be refunded only after the acceptance of tenders by the competent authorityNone
17086825060000NoneNoneELIGIBILITYThe contractor should quote his percentage excluding the GSTNone
17086825160000NoneNoneELIGIBILITYIn case of any accidents at the site, the contractor is solely responsibleNone
17086825280000NoneNoneELIGIBILITYIn 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 workNone
17086825440000NoneNoneELIGIBILITYThe contractor should furnish the name of the individual/ firm with address & telephone No. with place of registration, year of incorporation etcNone
17086825570000NoneNoneELIGIBILITYFurther details and information about electronic tendering can be had from https://kppp.karnataka.gov.inNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTenderer 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 yearNoneNone
NoneNoneNoneNoneTenderer 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 yearNoneNone
NoneNoneNoneNoneOwning the following key and critical equipment for this work (xxxx, xxxx, xxxx)NoneNone
NoneNoneNoneNoneTotal value of civl engineering works executed and payments received in the last five years (year-wise)NoneNone
NoneNoneNoneNoneList of existing commitments and ongoing worksNoneNone
NoneNoneNoneNoneList of works for which tenders already submittedNoneNone
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
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 contract, if awardedNoneNone
NoneNoneNoneNoneList of Financial Resources with CertificatesNoneNone
NoneNoneNoneNoneThe 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 ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneThe 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.OthersTURNOVER
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- TURNOVER
NoneNoneNoneNoneThe intending bidder should have satisfactorily Executed in any one year (for a continuous period of 12 months) CC pavement M30 & above 630 cumOthersMINIMUM QUANTITY
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- MINIMUM QUANTITY
NoneNoneNoneNoneThe 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.OthersLINE OF CREDIT
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneAs per tender notificationOthersBid Capacity
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bid capacity
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateFalseTechnical 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.TrueTechnical Bid
Income Tax returns for the Assessment year 2023-24. Financial year 2022-23TrueTechnical Bid
Bid Capacity as per Tender DocumentTrueTechnical 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.TrueTechnical Bid
Copy of the PAN card and GST registration certificate.TrueTechnical Bid
The requisite Earnest Money Deposit EMD in e- procurement portalTrueTechnical Bid
Similar nature of work done certificate CC roadTrueTechnical Bid
Minimum Quantity Excecuted CC M30 for PavementsTrueTechnical Bid
Line of creditTrueTechnical Bid
EPF Registration certificate with latest ChallanTrueTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
RoadsChikkmagaluruTarikereChikmagalurTARIKEREKARAKUCHINoneNoneNoneNoneNoneNone
tenderAddressNone
tenderRecallDTONone