createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709194852860 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 530.00 emd 50000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 07-03-2024 17:30:00 tenderQueryClose 29-02-2024 17:30:00 technicalBidOpen 08-03-2024 17:00:00 publishedDate 29-02-2024 17:09:49 publishedByPost VJNL_EE_DIV_UBP9_SIRA publishedByUser KPE11579 - SRI RAMADASAPPA K B bidValidityPeriod 180 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType PERCENTAGE denominationTypeText Percentage retenderedYn None percentageRateTypeText Single Rate contactPerson K B Ramadasappa 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 08135200763 mobileNumber 9731794868 tenderSupplierList None tenderSchedule
createdTs 1709194852900 version 7 createdDate None modifiedDate None tenderNumber VJNL/2023-24/IW/WORK_INDENT55 title Construction of pickup in Sy.No.17/6 in land of Vijayamma c/o Late. jayaramanayaka in Devarapura village,Kasaba Hobli, Sira Tq description Construction of pickup in Sy.No.17/6 in land of Vijayamma c/o Late. jayaramanayaka in Devarapura village,Kasaba Hobli, Sira Tq. category WORKS categoryText Works ecv 2082371.70 deptName Vishveshwaraiah Jala Nigam Limited status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 5342 locationName VJNL Division UBP NO 9 Office Sira provisionalAmount 2500000.0 groupOverheadTotal 0.0 fileNumber 0002 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709194853000 0 None None Irrigation and Other Works Construction of pickup in Sy.No.17/6 in land of Vijayamma c/o Late. jayaramanayaka in Devarapura village,Kasaba Hobli, Sira Tq 2082371.7
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2859902 92904 None Common SR Vol-1 2023-24, SL-1.14.1, pg-8 Earth work excavation for Foundation by mechanical means for all works & depth upto 3 m, as per drawing and technical specifications,including setting out, shoring, strutting, barricading, caution lights,including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenaces required to complete the work. In all kinds of soils Depth upto 3 m ---- As directed by Engineer in Charge of the work. Cum 102.0 102.0 133.08 False None None False None False 13574.16 0 2859903 92904 None Common SR Vol-1 2023-24, SL-2.1.3, pg-59 Providing and laying in position Cement Concrete for levelling course forall works in foundation.The granite/trap/basalt crushed graded coarseaggregates and fine aggregates as per relevant IS Codes machine mixed, laid inlayers not exceeding 150 mm thickness, well compacted using plate vibrators,including all lead & lifts, cost of all materials of quality, labour, Usage charges ofmachinery, 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 ---- As directed by Engineer in Charge of the work. Cum 5989.0 5989.0 9.26 False None None False None False 55458.14 0 2859904 92904 None Common SR Vol-1 2023-24, SL-2.11.h, pg-18 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 ---- As directed by Engineer in Charge of the work. Tonne 79011.0 79011.0 3.44 False None None False None False 271797.84 0 2859905 92904 None Common SR Vol-1 2023-24, SL-2.4.2, pg-73 Providing and laying in position Cement Concrete for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant ISCodes machine mixed with super plasticisers, laid in layers, well compactedusingneedle vibrators, providing weep holes wherever necessary, including all lead & lifts, cost of all materials of quality, confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all otherappurtenances required to complete the work as per technical specifications.M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates ---- As directed by Engineer in Charge of the work. Cum 6323.0 6323.0 113.46 False None None False None False 717407.58 0 2859906 92904 None Common SR Vol-1 2023-24, SL-2.5.1, pg-79 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 20mm nominal size graded crushed coarse aggregates ---- As directed by Engineer in Charge of the work. Cum 6630.0 6630.0 115.93 False None None False None False 768615.9 0 2859907 92904 None Common SR Vol-IV 2023-24, SL-1.2, pg-129 Providing impervious filling adjacent to masonry / concrete structure and filling trial pits with soil available in adjacent area in layers of 100 to 150 mm and compacting each layer to density control of not less than 95 percent using pneumatic tampers or by vibratory earth rammers including cost of all materials, machinery, labour, picking previous layer, spreading soil in layer, breaking clods, watering & all necessary works as directed and complete as per specification ---- As directed by Engineer in Charge of the work. Cum 257.0 257.0 22.94 False None None False None False 5895.58 0 2859908 92904 None Common SR Vol-IV 2023-24, SL-3.9, pg-48 Providing compacted embankment for field irrigation channels with gravelly soil from approved borrow area in layers of 100 to 150 mm thickness (before compaction) including cost of all materials, machinery, labour, all other operations such as collection of soil, spreading in layer of specified thickness, sorting-out, breaking clods, levelling, watering, compacting as directed, dressing sides to required slope and all other ancillary operations complete. ---- As directed by Engineer in Charge of the work. Cum 489.0 489.0 352.5 False None None False None False 172372.5 0 2859909 92904 None Common SR Vol-IV 2023-24, SL-3.41.2, pg-54 Providing and constructing dry rubble stone pitching with pin headers at 2 per m2 using stones and stone chips from approved source including cost of all materials, labour, hand packing / wedging stone chips, finishing and all other ancillary operations complete. ---- As directed by Engineer in Charge of the work. Sqm 455.0 455.0 150.0 False None None False None False 68250.0 0 2859910 92904 None Common SR Vol-III 2023-24, SL-8.54, pg-78 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 directed by Engineer in Charge of the work. No 9000.0 9000.0 1.0 False None None False None False 9000.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709194854000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709194854000 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 1709194854000 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 KPPP on or before the last date and time of bid submission. None 1709194949000 1 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 KPPP portal due to internet connectivity issues and technical glitches at bidders end. None 1709194984000 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 1709194995000 0 None None ELIGIBILITY Bidder shall pay Contract Management Module processing fees as per KPPP norms. None 1709195004000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709195014000 0 None None ELIGIBILITY The under signed reserves the right to either postpone or to cancel the entire process of the tender without assigning any reasons. None 1709195025000 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 1709195033000 0 None None ELIGIBILITY Defect liability period will be 12months from the date of satisfactory completion of work. None 1709195045000 0 None None ELIGIBILITY The tenderer shall bear all costs associated with the preparation and submission of his tender, and the employer will in no case be responsible and liable for those costs. None 1709195114000 0 None None ELIGIBILITY The Tender processing fee shall not be refundable. None 1709195122000 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 1709195130000 0 None None ELIGIBILITY All Government orders/circulars prevailing and issued from time to time related to tenders shall be applicable. None 1709195140000 0 None None ELIGIBILITY As per Karnataka state Government order LD/300/LET/2006 Bangalore dated01.01.2007 and Government letter no PW/134/BMS/2007dated27.07.2007, a sum amounting to 1% of the bill amount will be deducted towards constructions labour welfare fund. None 1709195150000 0 None None ELIGIBILITY All scanned documents to be uploaded shall be in original and the Executive Engineer reserves the right to verify the documents before approval. None 1709195159000 0 None None ELIGIBILITY The employer reserves the rights to Rejecter accept any or all the tenders without assigning any reasons. None 1709195170000 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 Nigam, it shall be the responsibility of the bidder to take possession of such land and start the work by consent of land owner sat no extra cost to the Nigam and no claim whatsoever relating to non-availability of land would be entertained. Further, Nigama shall co-operate in getting the land required for the work before commencement of work besides, initiating LAQ proposals as per land Acquisition Act. None 1709195180000 0 None None ELIGIBILITY In the case of the death of the contractor after executing the agreement / commencement of the work, his legal heir, if is an eligible registered contractor and willing, can execute and complete the work at the accepted tender rates irrespective of the cost of the work. None 1709195190000 0 None None ELIGIBILITY Contractor has to make his own arrange men for procurement of all materials required for the work. There is no departmental supply of materials. Contractor should procure only ISI mark materials and submit necessary quality control certificates from the authorized quality control authority, before execution. None 1709195199000 0 None None ELIGIBILITY All safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity. Contractors would indemnify the client to that extent. None 1709195209000 0 None None ELIGIBILITY Materials like steel, cement, blasting material etc., required for the work shall be procured by the tenderer themselves. The materials like steel, cement should got tested by the quality control authority before use on the work at their own cost. None 1709195235000 0 None None ELIGIBILITY The contractors assessed available tender capacity will be calculated as per the clause 3.6 of STD Attached. None 1709195249000 0 None None ELIGIBILITY All the items in the tender include all lead, lifts, loading unloading, transportation, dewatering and desilting labor, hire charges of machinery curing for concrete works, cost and conveyance of all material and all other such incidental charges necessary for successful completion of works as per the detailed technical specification and direction of Engineer in charge of this work. None 1709195258000 0 None None ELIGIBILITY All precautions should be taken by the contractor so that there are no damages to such public/private properties. None 1709195271000 0 None None ELIGIBILITY Contractor should take all precautionary measures to avoid any damage to the utilities during excavation as well as utility shifting. To that extent the contractor should indemnify the client. None 1709195280000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labor act. None 1709195289000 0 None None ELIGIBILITY Further particulars, if any, required by the Contractor can be had from Office of the Executive Engineer, VJNL, Upper Bhadra Project, Division No.09, Sira. During office hours only working days. None 1709195299000 0 None None ELIGIBILITY Contractor should take all precautions to ensure that no damage is caused to the existing structures which have been constructed by other agencies/Nigam during project execution. If any damage is caused, it has to be rectified at his own risk and cost. None 1709195307000 0 None None ELIGIBILITY Amount put to tender includes cost of cement, Steel and other materials for finished item of work including labor charges. None 1709195317000 0 None None ELIGIBILITY The intending bidders are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents. None 1709195327000 0 None None ELIGIBILITY The Bid validity shall be for a minimum period of 180 days from the date of submission of tenders. E.M.D. shall be valid for 45days beyond the validity of the tender. None 1709195336000 0 None None ELIGIBILITY Contractors registered under Class-I & Class-II may tender for works anywhere in the state. Contractors registered under Class-III may tender for works within the districts of the Public works department circles where in they are registered. Contractors registered under Class-IV may tender for works within the districts or within the division whichever is applicable, where they are registered. These registrations are valid for all works undertaken by all the government departments, government undertaking in the respective jurisdictions. No separate registration is required in other government departments & government undertakings. This registration Procedure is based on the single window Concept. None 1709195354000 0 None None ELIGIBILITY If the percentage quoted by the contractor for the work is below 90% 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 a bank guarantee for an amount equivalent to the difference between the cost as per the quoted percentage and 90% of the estimated amount put to tender or recast amount put to tender. If the contractor quotes 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 until the contractor achieves progress on the entire cost of the work as per the agreement. None 1709195364000 0 None None ELIGIBILITY The necessary certificates/ documents in support fulfilling qualification criteria stipulated separately shall be scanned and attached to KPPP document. The original document shall be produced at the time of opening of tender/during evaluation of tender Technical Bid for verification. None 1709195376000 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 1709195384000 0 None None ELIGIBILITY Valid Employees Provident Fund Registration Certificate along with latest paid challan copy shall be uploaded. None 1709195394000 0 None None ELIGIBILITY Wherever the www.e-procurement.gov is found in this document should be read as https://kppp.karnataka.gov.in None 1709195403000 0 None None ELIGIBILITY Any details/information can be had from the website: https://kppp.karnataka.gov.in None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Minimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs) None None None None None None Satisfactoriy completed (atleast 90%) as prime contractor at-least one such similar work of value not less than Rs. xxxxxxx (80% of estimated cost of tender) None None 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 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 Proposals for subcontracting components of works amounting to more than 20% of the contract price (for each, the qualifications and experience of the identified sub-contractor in the relevant fields should be attached) 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 nature of work such as Construction of Pickup/Check dam. Costing not less than Rs.12.29 Lakh (usually not less than 50% of estimated value of contract) here value of contract implies final cost of work executed as per contract during last 5 years. An additional weight 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 the competent authority, not below the rank of Executive Engineer of the concerned division. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Valid Contractor Registration Certificate of KPWD Class-IV and Above. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Copy of the GST Registration certificate and PAN card copy. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None GST Registration None None None None Valid Employees Provident Fund Registration Certificate along with latest 3 months paid challan copy Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Valid EPF Certificate None None None None The available tender capacity of the bidder should be greater than the total tender value. The available tender capacity will be calculated as follows Assessed Available Tender Capacity (A multiply N multiply 2.5 minus B) Where A is 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. where N is the number of years prescribed for the completion of the works for which tenders are invited (N is equal to tender period n divided by 12) where B is value at the 2023 24 price level of existing commitments and ongoing works to be completed during the next n divided by 12 years Note- The statements showing the value of existing commitments and ongoing works as well as the stipulated period of completion remaining for each of the works listed, should be countersigned by the employer in charge, not below the rank of an executive engineer or equivalent officer. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Bid Capacity None None None None Latest income tax returns filed for the assessment year 2023-24 Financial Status None
createdTs version createdDate modifiedDate documentName None None None None ITR Filed Copy (Mentioning PAN) None None None None The intending bidder should have in the last 5 years, achieved in at least two financial years a Minimum financial turnover (in all classes of civil engineering construction works only) of Rs.24.57 Lakh (Usually not less than the estimated annual Payments under this contract). Audited balance sheet certified by the chartered Accountant of two financial years in which required turnover is achieved along with IT returns filed for the said years are to be uploaded. An additional weightage of 10% per year will be added to bring it to the present price level.All documents/certificates issued by Chartered Accountant (CA) should have a UDIN - Unique Document Identification Number generated through the ICAI portal. Any such certificates without UDIN will be treated as an invalid document. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None 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. Others Scanned signature
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned signature tenderCriterionDocumentList
documentName optional documentTypeText All documents should be uploaded as mentioned in Technical criteria. True Technical Bid tenderWorkLocationList tenderAddress None tenderRecallDTO None