createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1708317731324
version9
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee2650.00
emd200000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose05-03-2024 16:30:00
tenderQueryClose04-03-2024 17:00:00
technicalBidOpen06-03-2024 16:31:00
publishedDate27-02-2024 16:02:24
publishedByPostPWD_EE_DIV_VJP
publishedByUserKPE15035 - R K MUJUMADAR
bidValidityPeriod90
noOfCalls1
preBidMeetingDate26-02-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonShri R K Mujumadar
splitEmdRequiredYnTrue
emdBankGuarantee100000.00
emdCash100000.00
bgValidityPeriod135
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber7829114858
tenderSupplierListNone
tenderSchedule
createdTs1708317731356
version11
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT7043
titleConstruction of Balance median in city limits of sindagi town on jewaragi-chikkodi road and Alamel-Sindagi road (Mahatma Gandhi circle) to Chikka sindagi ring road connecting at NH-50 in Sindagi taluka of vijayapur District (Head of Account 3054-04-337-1-10-200 MDR Maintenance)
descriptionConstruction of Balance median in city limits of sindagi town on jewaragi-chikkodi road and Alamel-Sindagi road (Mahatma Gandhi circle) to Chikka sindagi ring road connecting at NH-50 in Sindagi taluka of vijayapur District (Head of Account 3054-04-337-1-10-200 MDR Maintenance)
categoryWORKS
categoryTextWorks
ecv10574864.73
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location1687
locationNamePWD Division Office Vijayapura
provisionalAmount12500000.0
groupOverheadTotal0.0
fileNumberMDRMaintenance/jcroad/2023-24
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17083177310000NoneNoneRoadsConstruction of Balance median in city limits of sindagi town on jewaragi-chikkodi road and Alamel-Sindagi road (Mahatma Gandhi circle) to Chikka sindagi ring road connecting at NH-50 in Sindagi taluka of vijayapur District (Head of Account 3054-04-337-1-10-200 MDR Maintenance)10574864.73
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
269032284532NoneVolume 3 Page No 10 Item No 2.19Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 m3 in volume and stock piling at designated locations and disposal of dismantled materials and stacking serviceable and unserviceable materials separately ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Cum579.89579.89197.1FalseNoneNoneFalseNoneFalse114296.3190
269032384532NoneVolume 1 Page No 8 Item No 1.12Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenances required to complete the work. ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Cum97.8597.85834.98FalseNoneNoneFalseNoneFalse81702.7930
269032484532NoneVolume 1 Page No 15 Item No 2.1.3Providing and laying in position 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 machinery, 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 ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Cum6168.676168.67222.3FalseNoneNoneFalseNoneFalse1371295.3410
269032584532NoneVolume 2 Page No 9 Item No 5.4Providing Size Stone masonry with hard stone in foundation & plinth with Cement mortar 1:6 (1 cement : 6 coarse sand) ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Cum6580.676580.67269.5FalseNoneNoneFalseNoneFalse1773490.5650
269032684532NoneVolume 1 Page No 16 Item No 2.5.1Providing and laying in position Cement Concrete for all Super structures of building , Road works, Water works, Irrigation works & super structure works of bridges upto 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. The cost includes all lead & lifts, cost of all materials, 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.M20 Design Mix Using 20 mm and down size graded crushed coarse aggregates ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Cum6828.96828.9488.05FalseNoneNoneFalseNoneFalse3332844.6450
269032784532NoneVolume 1 Page No 18 Item No 2.11.hSteel Fabrication Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification. All other type of structures ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Tonne81381.3381381.3322.57FalseNoneNoneFalseNoneFalse1836776.61810
269032884532NoneVolume 3 Page No 27 Item No 4.20Construction of median and Island above road level with approved material brought from borrow pits, spread, sloped and compacted as per clause 408 ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Cum559.29559.291168.2FalseNoneNoneFalseNoneFalse653362.5780
269032984532NoneVol 3 page no 66 item no 8.10Painting two coats after filling the surface with synthetic enamel paint in all shades on new plastered concrete surfaces ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Sqm112.27112.271494.0FalseNoneNoneFalseNoneFalse167731.380
269033084532NoneVol 2 page no 44 item no 8.19.2Providing Raised and cut pointing: Pointing on stone work with cement mortar 1:3 (1 cement : 3 fine sand) after raking joints to depth nicely lining, including cost of materials, labour, curing as per specifications and as per directions of Engineer-in-charge. ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Sqm476.89476.89560.0FalseNoneNoneFalseNoneFalse267058.40
269033184532NoneVolume 2 Page No 14 Item No 6.13Providing Half brick masonry with common burnt clay Non Modular bricks of class designation 3.5 in foundations and plinth in Cement mortar 1:4 (1 cement : 4 coarse sand) including cost of all materials, labour, scaffolding and usage charges of machinery & other incidental charges complete as per the direction of engineer incharge of work ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Sqm1005.281005.28770.0FalseNoneNoneFalseNoneFalse774065.60
269033284532NoneVolume 2 Page No 41 Item No 8.1.1Providing 12 mm cement plaster with cement mortar 1:4 (1 cement: 4 fine sand) to brick masonry including rounding off corners wherever required smooth rendering, providing and removing scaffolding, including cost of materials, labour, curing complete as per specifications and as per directions of Engineer-in-charge ---- with all lead and lift including other incidental charges wherever necessary for successful completion of work and as directed by the Engineer in charge of work.Sqm262.65262.65770.0FalseNoneNoneFalseNoneFalse202240.50
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17083177320000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17083177320001NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17083177320001NoneNoneELIGIBILITYIt 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
17083178290000NoneNoneELIGIBILITYThe 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
17083178450000NoneNoneELIGIBILITYBidder 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
17083178600000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17083178720000NoneNoneELIGIBILITYAs per karnataka state government order LD/300/LET/2006 Bangalore dated 01-01-2007 and Govt 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
17083178810000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt orders.None
17083178900000NoneNoneELIGIBILITYAll the documents to be uploaded shall be neatly scanned and the documents scanned shall be in original.None
17083178980000NoneNoneELIGIBILITYAny discrepancies observed in the documents uploaded by the tenderer the tender shall liable to rejected.None
17083179060000NoneNoneELIGIBILITYAll the Formats prescribed in the bid documents shall be filled in complete manner. ( section 3 & 4 of the bid document ) and shall be uploaded properly, signed by Tenderer . Necessary Certificates shall be uploaded along with the formats wherever required. General documents Section can be used for this purpose.None
17083179200000NoneNoneELIGIBILITYEarnest Money Deposit will have to be in any one of the forms as per the instructions in the financial bid document and shall have to be valid for 45 days beyond the validity of the tender.None
17083179410000NoneNoneELIGIBILITYTenderers are requested to read the Bid Documents before submission of their bid.None
17083179490000NoneNoneELIGIBILITYThe Tenderer should submit proposed methodology and program of construction, backed with equipment and materials duly supported with broad calculations and quality management, plan, proposed to be adopted, justifying of execution and completion of the work as per technical specifications within the stipulated period of completion.None
17083179570000NoneNoneELIGIBILITYDepartment will not supply any materials.None
17083179640000NoneNoneELIGIBILITYThe cost of the Tender form shall not be refundable.None
17083179700000NoneNoneELIGIBILITYThe employer is not responsible for any delay in accessing E-Procurement Portal.None
17083179780000NoneNoneELIGIBILITYThe Employer reserves the rights reject one or all tender without assigning any reasons.None
17083179870000NoneNoneELIGIBILITYFurther particulars, if any, required by the Contractor can be had from the office of the Executive Engineer, PWD Dept Division Vijayapur during office hours on all working days. It may be noted that if any of the dates mentioned above happened next working day will holds good in lieu of the dates mentioned.None
17083179960000NoneNoneELIGIBILITYThe contractor should employ only registered labours as per Govt. Circular No. PWD/198/BMS/2009/ Dated: 24-06-2009. As per EPF & MP act 1952 irrespect of of the employees Engaged by or through contractors, agencies and contractors shall have provident fund code no. & all the contract employees deployed by them are enrolled as members of provident fund.None
17083180130000NoneNoneELIGIBILITYDefect liability period-365 days (1 year) after successful completion of the work, the DLP is applicable to all the items executed in main work.None
17083180230000NoneNoneELIGIBILITYContractors should be Registered in KPWD and copy should be uploaded in E-portal Attested by the Gazzeted officers not below the rank of Executive Engineer.None
17083180300000NoneNoneELIGIBILITYContractor should prepare Quality Assurance Plan and get approved from Quality Assurance Executive Engineer before starting the work.None
17083180400000NoneNoneELIGIBILITYContractor should establish Field Laboratory for testing of Materials.None
17083180480000NoneNoneELIGIBILITYGST shall be paid to the tendered amount seperately.None
17083180550000NoneNoneELIGIBILITYThe Increase in G.S.T shall not be paid in the extended period of Contract for which the contractor alone is responsible for delay as detarmaind by the authority while granting the extension of time.None
17083180690000NoneNoneELIGIBILITYTender invited only for eligible contractors registered under Karnataka Public Works Dept.None
17083180800000NoneNoneELIGIBILITYWork Completion/Execution Period : 6 Months.None
17083180930001NoneNoneELIGIBILITYThe tenderer shall furnish ,as part of his tender,EMD in the amount as shown in column 4 of the table of IFT for this particular work.The E.M.D. Rs. 2,00,000.00 shall be paid in full through E-payment or in two parts part(1)Rs.1,00,000/- BY E-PAYMENT. Part (2) balance EMD of Rs. 1,00,000.00 EMD shall be in favour of Executive Engineer, PWD Vijayapur Division Vijayapur. And should be in the form of Bank Guarantee in the Prescribed format obtained from any Nationalised / Scheduled Bank. The Part(2) of the EMD shall be delivered to the Executive Engineer before the prescribed date and time of opening of the Technical Bids. Earnest Money Deposit/ Bid security.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTo qualify for the award of this contract each tenderer in his name should have in the last five years financial years. 2018-19 to 2022-23. (b) satisfactorily completed (at least 90% of the contract value), as prime contractor, at least one similar work of value not less than Rs. 52.87 Lakhs.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Work done certificate from Employer. Information in format 2 with indent number Compulsory
NoneNoneNoneNoneExecuted in any one financial year the following minimum quantities of work (1) Earthwork -1602.54 Cum(2) PCC/RCC- 568.28 Cum(3) Steel- 18.05T (4) Masonry-215.6 Cum.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Work Done Certificate in format 3 in support of format 4
NoneNoneNoneNoneAsessed Tender capacity shall be more than the tendered amountCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessment on the letter head of the tenderer
NoneNoneNoneNoneEach Tenderer should further demonstrate :a) Availability by owning, owning/Hire/Lease basis, Govt circular on GO-FD/AE 263/EXP12-2022, dated- 11-05-2022, this clause for owning key equipments for works costing upto Rs. 3.00 crores is exempted. However it is obligatory for the contractor to use the following machineries for various activities involved in constructions as per MORTH specification.(1) Self Loading Concrete Mixer.(2) Concrete Mixer with Hopper. (3) Water Tanker.(4) Shuttering materials.(5) Tippers. (6) Pin Vibrators.(7) Plate vibrators.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned copy of relevant documents to be furnished. Information in format 8
NoneNoneNoneNoneAssessed Tender capacity shall be more than the tendered amount Tenderers who meet the above specified minimum qualifying criteria, will only be qualified, if their available tender capacity is more than the total tender value. The available tender capacity will be calculated as under: Assessed available tender capacity - ( AxNx1.5 - B )where A-Maximum value 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.N-Number of years prescribed for completion of the works for which tenders are invited 0.50 Year(6 Months).B -Value, at 2023-24 price level, of existing commitments and on-going works to be completed during the next 0.50 year(6 months) form the probable date of Award of this contract.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Statement on the Letter head of the tenderer
NoneNoneNoneNoneTo qualify for the award of this contract each tenderer in his name should have in the last five year financial years. 2018-19 to 2022-23(a) achieved in atleast two financial years a minimum financial turnover (in all classes of civil engineering construction works only) of Rs. 211.49 Lakhs.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Certificate from Chartered Accountant year wise from 2018-19 to 2022-23. Information in format 1
NoneNoneNoneNoneEach Tenderer should further demonstrate (b) liquid assets /or availability of credit facilities of not less than Rs. 52.87 Lakhs (Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc.as per 1.10 Section 3 Qualification InformationFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Letter of Credit/Bankers Certificate from Scheduled Bank or Nationalized Bank
NoneNoneNoneNoneThe tenderer shall furnish ,as part of his tender,EMD in the amount as shown in column 4 of the table of IFT for this particular work.The E.M.D. Rs. 2,00,000.00 shall be paid in full through E-payment or in two parts part(1)Rs.1,00,000/- BY E-PAYMENT. Part (2) balance EMD of Rs. 1,00,000.00 EMD shall be in favour of Executive Engineer, PWD Vijayapur Division Vijayapur. And should be in the form of Bank Guarantee in the Prescribed format obtained from any Nationalised / Scheduled Bank. The Part(2) of the EMD shall be delivered to the Executive Engineer before the prescribed date and time of opening of the Technical Bids. Earnest Money Deposit/ Bid security.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned copy of FDR /Pledged small saving instrument / BG
NoneNoneNoneNoneLatest income tax certificateFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned copy of ITC certificate
NoneNoneNoneNoneValue at 2023-24 price level, of existing commitments and on-going works to be executed during the next 6 months(Financial commitment of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24), (Morthwise commitment shall be furnished)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Statement on the Letter head of the tenderer
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 years shall be given a weight of 10% per year to bring them to the price level of the 2023-24)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information on the Letter Head of the tenderer
NoneNoneNoneNoneConstistutional or legal status of the tendererOthersLegal status
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Copy of registration document
NoneNoneNoneNoneInformation on litigation in which the Tenderer is involved.OthersLitigation
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in format 10
NoneNoneNoneNoneThe proposed methodology and program 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 the work as per technical specifications within the stipulated period of completion.OthersCPM/PERT
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- CPM/PERT Chart
NoneNoneNoneNoneName, Address, Telephone No, Fax No, E-mail ID of the tenderers bankersOthersBankers Details
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information on the letter head of the tenderer.
NoneNoneNoneNoneInformation on works for which tender acceptance letters are received.OthersNew works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in format 6 letter of acceptance
NoneNoneNoneNoneInformation on works are yet to be completed.OthersCommitted works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in format 5 certificates in format 3
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateTrueTechnical Bid
Company Registration CertificateTrueTechnical Bid
Workdone CertificateTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1708591633000
version0
createdDateNone
modifiedDateNone
blockNumberExecutive Engineer PWD Division Office, Station Road
streetNone
cityVijayapur
stateKarnataka
pin586101
tenderRecallDTONone