createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709194852860
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee530.00
emd50000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose07-03-2024 17:30:00
tenderQueryClose29-02-2024 17:30:00
technicalBidOpen08-03-2024 17:00:00
publishedDate29-02-2024 17:09:49
publishedByPostVJNL_EE_DIV_UBP9_SIRA
publishedByUserKPE11579 - SRI RAMADASAPPA K B
bidValidityPeriod180
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypePERCENTAGE
denominationTypeTextPercentage
retenderedYnNone
percentageRateTypeTextSingle Rate
contactPersonK B Ramadasappa
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08135200763
mobileNumber9731794868
tenderSupplierListNone
tenderSchedule
createdTs1709194852900
version7
createdDateNone
modifiedDateNone
tenderNumberVJNL/2023-24/IW/WORK_INDENT55
titleConstruction of pickup in Sy.No.17/6 in land of Vijayamma c/o Late. jayaramanayaka in Devarapura village,Kasaba Hobli, Sira Tq
descriptionConstruction of pickup in Sy.No.17/6 in land of Vijayamma c/o Late. jayaramanayaka in Devarapura village,Kasaba Hobli, Sira Tq.
categoryWORKS
categoryTextWorks
ecv2082371.70
deptNameVishveshwaraiah Jala Nigam Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location5342
locationNameVJNL Division UBP NO 9 Office Sira
provisionalAmount2500000.0
groupOverheadTotal0.0
fileNumber0002
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17091948530000NoneNoneIrrigation and Other WorksConstruction of pickup in Sy.No.17/6 in land of Vijayamma c/o Late. jayaramanayaka in Devarapura village,Kasaba Hobli, Sira Tq2082371.7
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
285990292904NoneCommon 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.Cum102.0102.0133.08FalseNoneNoneFalseNoneFalse13574.160
285990392904NoneCommon 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.Cum5989.05989.09.26FalseNoneNoneFalseNoneFalse55458.140
285990492904NoneCommon SR Vol-1 2023-24, SL-2.11.h, pg-18Supplying, 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.Tonne79011.079011.03.44FalseNoneNoneFalseNoneFalse271797.840
285990592904NoneCommon SR Vol-1 2023-24, SL-2.4.2, pg-73Providing 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.Cum6323.06323.0113.46FalseNoneNoneFalseNoneFalse717407.580
285990692904NoneCommon 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.Cum6630.06630.0115.93FalseNoneNoneFalseNoneFalse768615.90
285990792904NoneCommon 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.Cum257.0257.022.94FalseNoneNoneFalseNoneFalse5895.580
285990892904NoneCommon 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.Cum489.0489.0352.5FalseNoneNoneFalseNoneFalse172372.50
285990992904NoneCommon 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.Sqm455.0455.0150.0FalseNoneNoneFalseNoneFalse68250.00
285991092904NoneCommon 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.No9000.09000.01.0FalseNoneNoneFalseNoneFalse9000.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17091948540000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17091948540001NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government/Government of India/Union Territory.None
17091948540001NoneNoneELIGIBILITYIt 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
17091949490001NoneNoneELIGIBILITYThe 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
17091949840000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17091949950000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees as per KPPP norms.None
17091950040000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17091950140000NoneNoneELIGIBILITYThe under signed reserves the right to either postpone or to cancel the entire process of the tender without assigning any reasons.None
17091950250000NoneNoneELIGIBILITYIf 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
17091950330000NoneNoneELIGIBILITYDefect liability period will be 12months from the date of satisfactory completion of work.None
17091950450000NoneNoneELIGIBILITYThe 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
17091951140000NoneNoneELIGIBILITYThe Tender processing fee shall not be refundable.None
17091951220000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt orders/circulars during execution of work.None
17091951300000NoneNoneELIGIBILITYAll Government orders/circulars prevailing and issued from time to time related to tenders shall be applicable.None
17091951400000NoneNoneELIGIBILITYAs 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
17091951500000NoneNoneELIGIBILITYAll scanned documents to be uploaded shall be in original and the Executive Engineer reserves the right to verify the documents before approval.None
17091951590000NoneNoneELIGIBILITYThe employer reserves the rights to Rejecter accept any or all the tenders without assigning any reasons.None
17091951700000NoneNoneELIGIBILITYThe 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
17091951800000NoneNoneELIGIBILITYIn 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
17091951900000NoneNoneELIGIBILITYContractor 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
17091951990000NoneNoneELIGIBILITYAll 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
17091952090000NoneNoneELIGIBILITYMaterials 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
17091952350000NoneNoneELIGIBILITYThe contractors assessed available tender capacity will be calculated as per the clause 3.6 of STD Attached.None
17091952490000NoneNoneELIGIBILITYAll 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
17091952580000NoneNoneELIGIBILITYAll precautions should be taken by the contractor so that there are no damages to such public/private properties.None
17091952710000NoneNoneELIGIBILITYContractor 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
17091952800000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labor act.None
17091952890000NoneNoneELIGIBILITYFurther 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
17091952990000NoneNoneELIGIBILITYContractor 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
17091953070000NoneNoneELIGIBILITYAmount put to tender includes cost of cement, Steel and other materials for finished item of work including labor charges.None
17091953170000NoneNoneELIGIBILITYThe intending bidders are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents.None
17091953270000NoneNoneELIGIBILITYThe 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
17091953360000NoneNoneELIGIBILITYContractors 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
17091953540000NoneNoneELIGIBILITYIf 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
17091953640000NoneNoneELIGIBILITYThe 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
17091953760000NoneNoneELIGIBILITYThe 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
17091953840000NoneNoneELIGIBILITYValid Employees Provident Fund Registration Certificate along with latest paid challan copy shall be uploaded.None
17091953940000NoneNoneELIGIBILITYWherever the www.e-procurement.gov is found in this document should be read as https://kppp.karnataka.gov.inNone
17091954030000NoneNoneELIGIBILITYAny details/information can be had from the website: https://kppp.karnataka.gov.inNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneMinimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs)NoneNone
NoneNoneNoneNoneSatisfactoriy 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)NoneNone
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
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
NoneNoneNoneNoneProposals 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)NoneNone
NoneNoneNoneNoneThe 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 ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneValid Contractor Registration Certificate of KPWD Class-IV and Above.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneCopy of the GST Registration certificate and PAN card copy.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
NoneNoneNoneNoneValid Employees Provident Fund Registration Certificate along with latest 3 months paid challan copyCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneValid EPF Certificate
NoneNoneNoneNoneThe 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 VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bid Capacity
NoneNoneNoneNoneLatest income tax returns filed for the assessment year 2023-24Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneITR Filed Copy (Mentioning PAN)
NoneNoneNoneNoneThe 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 StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneScanned 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.OthersScanned signature
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned signature
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
All documents should be uploaded as mentioned in Technical criteria.TrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone