createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1708317731324 version 9 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 2650.00 emd 200000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 05-03-2024 16:30:00 tenderQueryClose 04-03-2024 17:00:00 technicalBidOpen 06-03-2024 16:31:00 publishedDate 27-02-2024 16:02:24 publishedByPost PWD_EE_DIV_VJP publishedByUser KPE15035 - R K MUJUMADAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 26-02-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Shri R K Mujumadar splitEmdRequiredYn True emdBankGuarantee 100000.00 emdCash 100000.00 bgValidityPeriod 135 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber None mobileNumber 7829114858 tenderSupplierList None tenderSchedule
createdTs 1708317731356 version 11 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT7043 title Construction 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) description Construction 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) category WORKS categoryText Works ecv 10574864.73 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1687 locationName PWD Division Office Vijayapura provisionalAmount 12500000.0 groupOverheadTotal 0.0 fileNumber MDRMaintenance/jcroad/2023-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1708317731000 0 None None Roads Construction 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
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2690322 84532 None Volume 3 Page No 10 Item No 2.19 Dismantling 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. Cum 579.89 579.89 197.1 False None None False None False 114296.319 0 2690323 84532 None Volume 1 Page No 8 Item No 1.12 Earth 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. Cum 97.85 97.85 834.98 False None None False None False 81702.793 0 2690324 84532 None Volume 1 Page No 15 Item No 2.1.3 Providing 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. Cum 6168.67 6168.67 222.3 False None None False None False 1371295.341 0 2690325 84532 None Volume 2 Page No 9 Item No 5.4 Providing 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. Cum 6580.67 6580.67 269.5 False None None False None False 1773490.565 0 2690326 84532 None Volume 1 Page No 16 Item No 2.5.1 Providing 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. Cum 6828.9 6828.9 488.05 False None None False None False 3332844.645 0 2690327 84532 None Volume 1 Page No 18 Item No 2.11.h Steel 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. Tonne 81381.33 81381.33 22.57 False None None False None False 1836776.6181 0 2690328 84532 None Volume 3 Page No 27 Item No 4.20 Construction 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. Cum 559.29 559.29 1168.2 False None None False None False 653362.578 0 2690329 84532 None Vol 3 page no 66 item no 8.10 Painting 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. Sqm 112.27 112.27 1494.0 False None None False None False 167731.38 0 2690330 84532 None Vol 2 page no 44 item no 8.19.2 Providing 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. Sqm 476.89 476.89 560.0 False None None False None False 267058.4 0 2690331 84532 None Volume 2 Page No 14 Item No 6.13 Providing 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. Sqm 1005.28 1005.28 770.0 False None None False None False 774065.6 0 2690332 84532 None Volume 2 Page No 41 Item No 8.1.1 Providing 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. Sqm 262.65 262.65 770.0 False None None False None False 202240.5 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1708317732000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1708317732000 1 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory. None 1708317732000 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 1708317829000 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 1708317845000 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 1708317860000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1708317872000 0 None None ELIGIBILITY As 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 1708317881000 0 None None ELIGIBILITY Royalty on construction materials and other taxes will be deducted as per prevailing Govt orders. None 1708317890000 0 None None ELIGIBILITY All the documents to be uploaded shall be neatly scanned and the documents scanned shall be in original. None 1708317898000 0 None None ELIGIBILITY Any discrepancies observed in the documents uploaded by the tenderer the tender shall liable to rejected. None 1708317906000 0 None None ELIGIBILITY All 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 1708317920000 0 None None ELIGIBILITY Earnest 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 1708317941000 0 None None ELIGIBILITY Tenderers are requested to read the Bid Documents before submission of their bid. None 1708317949000 0 None None ELIGIBILITY The 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 1708317957000 0 None None ELIGIBILITY Department will not supply any materials. None 1708317964000 0 None None ELIGIBILITY The cost of the Tender form shall not be refundable. None 1708317970000 0 None None ELIGIBILITY The employer is not responsible for any delay in accessing E-Procurement Portal. None 1708317978000 0 None None ELIGIBILITY The Employer reserves the rights reject one or all tender without assigning any reasons. None 1708317987000 0 None None ELIGIBILITY Further 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 1708317996000 0 None None ELIGIBILITY The 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 1708318013000 0 None None ELIGIBILITY Defect 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 1708318023000 0 None None ELIGIBILITY Contractors 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 1708318030000 0 None None ELIGIBILITY Contractor should prepare Quality Assurance Plan and get approved from Quality Assurance Executive Engineer before starting the work. None 1708318040000 0 None None ELIGIBILITY Contractor should establish Field Laboratory for testing of Materials. None 1708318048000 0 None None ELIGIBILITY GST shall be paid to the tendered amount seperately. None 1708318055000 0 None None ELIGIBILITY The 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 1708318069000 0 None None ELIGIBILITY Tender invited only for eligible contractors registered under Karnataka Public Works Dept. None 1708318080000 0 None None ELIGIBILITY Work Completion/Execution Period : 6 Months. None 1708318093000 1 None None ELIGIBILITY The 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 preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None To 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 Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Work done certificate from Employer. Information in format 2 with indent number Compulsory None None None None Executed 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 Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Work Done Certificate in format 3 in support of format 4 None None None None Asessed Tender capacity shall be more than the tendered amount Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessment on the letter head of the tenderer None None None None Each 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 Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned copy of relevant documents to be furnished. Information in format 8 None None None None Assessed 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 Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter head of the tenderer None None None None To 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 Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Certificate from Chartered Accountant year wise from 2018-19 to 2022-23. Information in format 1 None None None None Each 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 Information Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Letter of Credit/Bankers Certificate from Scheduled Bank or Nationalized Bank None None None None The 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 Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned copy of FDR /Pledged small saving instrument / BG None None None None Latest income tax certificate Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned copy of ITC certificate None None None None Value 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 Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter head of the tenderer None None None None Maximum 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 Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Information on the Letter Head of the tenderer None None None None Constistutional or legal status of the tenderer Others Legal status
createdTs version createdDate modifiedDate documentName None None None None Others -- Copy of registration document None None None None Information on litigation in which the Tenderer is involved. Others Litigation
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in format 10 None None None None The 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. Others CPM/PERT
createdTs version createdDate modifiedDate documentName None None None None Others -- CPM/PERT Chart None None None None Name, Address, Telephone No, Fax No, E-mail ID of the tenderers bankers Others Bankers Details
createdTs version createdDate modifiedDate documentName None None None None Others -- Information on the letter head of the tenderer. None None None None Information on works for which tender acceptance letters are received. Others New works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in format 6 letter of acceptance None None None None Information on works are yet to be completed. Others Committed works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in format 5 certificates in format 3 tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate True Technical Bid Company Registration Certificate True Technical Bid Workdone Certificate True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1708591633000 version 0 createdDate None modifiedDate None blockNumber Executive Engineer PWD Division Office, Station Road street None city Vijayapur state Karnataka pin 586101 tenderRecallDTO None