createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709030764048 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 3750.00 emd 225000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 07-03-2024 17:30:00 tenderQueryClose 04-03-2024 17:30:00 technicalBidOpen 11-03-2024 11:30:00 publishedDate 29-02-2024 13:10:25 publishedByPost VJNL_EE_DIV_YP2_TUM publishedByUser KPE11212 - ANAND KUMAR MARIYAPPA bidValidityPeriod 180 noOfCalls 1 preBidMeetingDate 29-02-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType PERCENTAGE denominationTypeText Percentage retenderedYn None percentageRateTypeText Single Rate contactPerson Executive Engineer 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 08162201844 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1709030764078 version 4 createdDate None modifiedDate None tenderNumber VJNL/2023-24/RD/WORK_INDENT38 title Construction of CC Road and Drain in Hulikatte Village of Agalakote Panchayth,Madbal Hobli in Magadi Taluk description Construction of CC Road and Drain in Hulikatte Village of Agalakote Panchayth,Madbal Hobli in Magadi Taluk category WORKS categoryText Works ecv 14976234.05 deptName Vishveshwaraiah Jala Nigam Limited status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 5344 locationName VJNL Division YP NO 2 Office Tumkur provisionalAmount 15000000.0 groupOverheadTotal None fileNumber AEE/VJNL/NO05/MAGADI/2023-24ROAD-3 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709030764000 0 None None Roads Construction of CC Road and Drain in Hulikatte Village of Agalakote Panchayth,Madbal Hobli in Magadi Taluk 14976234.05
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2824557 91309 None R01 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 including cost of labour, tools, usage of machinery & other appurtenances required to complete the work etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 112.1 112.1 891.0 False None None False None False 99881.1 0 2824558 91309 None R02 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 including cost of labour, tools, usage of machinery & other appurtenaces required to complete the work etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 120.36 120.36 1257.5 False None None False None False 151352.7 0 2824559 91309 None R03 Compacting Original Ground. Loosening, leveling and Compacting original ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150 mm, mixed with water at OMC and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2 for embankment construction. etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 123.9 123.9 668.25 False None None False None False 82796.175 0 2824560 91309 None R04 Construction of Embankment with approved materials deposited at site from roadway cutting and excavation from drain and foundation of other structures graded with desired compaction.etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 140.42 140.42 377.25 False None None False None False 52973.445 0 2824561 91309 None R05 Construction of Embankment by excavating the available approved Gravel/Murrum deposited at a place or borrow pits during or prior excavation with all lifts and lead, transportation to site, spreading, grading to required slope and compacting to meet the requirement complete as per specifications, including cost of labour,rolling, water,all materials, usage& all other appurtenaces required to complete the work.etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 559.32 559.32 291.0 False None None False None False 162762.12 0 2824562 91309 None R06 Providing and laying in position plain cement concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machineries, curing, and all the other appurtenances required to complete the work as per technical specifications (Mix 1:3:6 (M10) Using 40 mm nominal size graded crushed coarse aggregates)etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 7279.03 7279.03 156.69 False None None False None False 1140551.2107 0 2824563 91309 None R07 Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 3019.62 3019.62 625.73 False None None False None False 1889466.8226 0 2824564 91309 None R08 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M30 (Grade), coarse and fine aggregates conforming to IS:383, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, primer, sealant , curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts,loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 7969.72 7969.72 611.7 False None None False None False 4875077.724 0 2824565 91309 None R09 Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of table No. 300-2.etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 581.74 581.74 162.0 False None None False None False 94241.88 0 2824566 91309 None R10 Supplying, Fitting and Placing TMT Fe 500/500D Steel Reinforcement including cost of all materials, machinery, labour,cleaning, straightening, cutting, bending, hooking, laping/ welding joints, typing with binding wire/soft annealed steel wire and other ancilary operations complete as per specification . etc,Complete with all lead & lifts and as directed by Engineer in charge. t 101990.94 101990.94 14.864 False None None False None False 1515993.33216 0 2824567 91309 None R11 Providing and Laying Reinforced Cement Concrete Pipe NP3 750 mm dia as per design in Single Row for culverts on first class bedding of granular material in single row including fixing collar with cementmortar 1:2 but excluding excavation, protection works,backfilling, concrete and masonry works in head walls and parapets Clause 1101.6. etc,Complete with all lead & lifts and as directed by Engineer in charge. m 3935.3 3935.3 10.0 False None None False None False 39353.0 0 2824568 91309 None R12 Providing and laying in position Reinforced 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 IS Codes machine mixed with super plasticisers, laid in layers, well compacted using needle vibrators, providing weep holes wherever necesary, 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 other appurtenances required to complete the work as per technical specifications. (M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates)etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 8976.53 8976.53 437.37 False None None False None False 3926064.9261 0 2824569 91309 None R13 Providing and laying in position Reinforced 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. (The cost of steel reinforcement, dowel bars & formwork to be paid separately)M30 Design Mix Using 20 mm nominal size graded crushed coarse aggregates etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 9921.91 9921.91 10.5 False None None False None False 104180.055 0 2824570 91309 None R14 Providing and laying 100mm thick pre-cast cover slabs over drains & Rain pit of width not exceeding 800 mm using M20 concrete reinforced with Micro Alloyed High carbon steel with 3mm - 3ply wired steel @ 2.00 kg/m2, slabs jointed in CM 1:3 proportion and nicely finished Including providing holes in the Cover slabs wherever necessary for easy drainage of surface water including of labour, materials, scaffolding, usage of machinery, curing, lead and lift charges etc, Complete (Common SR B'lre Circle 2023-24 Volume-II Page No. 176, Item No.17.12 ) Sqm 1095.04 1095.04 667.0 False None None False None False 730391.68 0 2824571 91309 None R15 Refilling available earth around trenches/pipelines, cables in layers not exceeding 20 cms in depth, compacting each deposited layer by ramming after watering. Including cost of all labour complete as per specifications etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 188.8 188.8 419.17 False None None False None False 79139.296 0 2824572 91309 None R16 Direction and Place Identification Signs upto 0.9 m2 Size Board. Providing and erecting direction and place identification retro-reflectorised sign as per IRC:67:2012 made of high intensity grade sheeting vide clause 801.3, fixed over aluminium sheeting, 2 mm thick or Aluminium composite material sheet with overall thickness of 4mm with area notexceeding 0.9 m2 fixed over back support frame of min 35x 35 x 3mm angle mounted on a mild steel circular pipe 65 NB, firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 x 45 x 60cm, 60 cm below ground level as per approved drawing etc,Complete with all lead & lifts and as directed by Engineer in charge. Sqm 10631.8 10631.8 1.08 False None None False None False 11482.344 0 2824573 91309 None R17 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 etc,Complete with all lead & lifts and as directed by Engineer in charge. No 10620.0 10620.0 1.0 False None None False None False 10620.0 0 2824574 91309 None R18 Construction of inverted choke by providing, laying, spreading and compacting screening B type/ coarse sand of specified grade in uniform layer on a prepared surface with motor grader and compacting with power roller etc,Complete with all lead & lifts and as directed by Engineer in charge. Cum 2452.04 2452.04 4.04 False None None False None False 9906.2416 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709030775000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709030775000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709030775000 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 1709031502000 0 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 1709031540000 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 1709031554000 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 1709031580000 0 None None ELIGIBILITY Bidder shall pay Contract Management Module processing fees as per e procurement norms. None 1709031598000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709031635000 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 1709031649000 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 1709031675000 0 None None ELIGIBILITY Defect liability period will be 12 months from the date of satisfactory completion of work None 1709031689000 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 1709031703000 0 None None ELIGIBILITY The Tender processing fee shall not be refundable None 1709031731000 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 1709031790000 0 None None ELIGIBILITY All Government orders circulars prevailing and issued from time to time related to tenders shall be applicable. None 1709031806000 0 None None ELIGIBILITY As per Karnataka state Government order LD/300/LET/2006 Bangalore dated 01.01.2007 and Government letter no PW/134/BMS/2007 dated 27.07.2007, a sum amounting to 1% of the bill amount will be deducted towards constructions labour welfare fund. None 1709031822000 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 1709031836000 0 None None ELIGIBILITY The employer reserves the rights to Reject or accept any or all the tenders without assigning any reasons. None 1709031852000 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 owners and with the co-operation of the Nigam before commencement of work at no extra cost to the Nigam and no claim whatsoever relating to non availability of land would be entertained. None 1709031864000 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 1709031878000 0 None None ELIGIBILITY Contractor has to make his own arrangement 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 1709031892000 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. Contractor should indemnify the client to that extent. None 1709031905000 0 None None ELIGIBILITY Materials like steel, cement, blasting material etc., required for the work shall be procured by the tenderer themselves and should got tested by the quality control authority before use on the work at their own cost. None 1709031923000 0 None None ELIGIBILITY The contractors assessed available tender capacity will be calculated as per the clause 3.6 of STD tender document Attached. None 1709032494000 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 1709032510000 0 None None ELIGIBILITY All precautions should be taken by the contractor so that there are no damages to such public/ private properties. None 1709032525000 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 1709032544000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labor act. None 1709032557000 0 None None ELIGIBILITY Further particulars, if any, required by the Contractor can be had from the office of the Tumkur, Division No 02.Tumkur during office hours on all working days. None 1709032571000 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/Niagm during project execution. If any damage is caused, it has to be rectified at his own risk and cost. None 1709032585000 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 1709032598000 0 None None ELIGIBILITY The intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents. None 1709032612000 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 45 days beyond the validity of the tender. None 1709032624000 0 None None ELIGIBILITY Contractors should be registered as KPWD Class- III & Above Civil Contractor. None 1709032639000 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 bank guarantee for an amount equivalent to the difference between the cost as per quoted percentage and 90% of the estimated amount put to tender or recast amount put to tender. In case of contractor 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 till the contractor achieves progress of the entire cost of the work as per the agreement. None 1709032660000 0 None None ELIGIBILITY The necessary certificates/ documents in support fulfilling qualification criteria stipulated separately shall be scanned and attached to e-procurement document. The original document shall be produced at the time of opening of tender during evaluation of tender Technical Bid for verification. None 1709032673000 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 1709032686000 0 None None ELIGIBILITY The Rates Quoted by bidders shall be Inclusive of GST. None 1709032703000 0 None None ELIGIBILITY Valid Employees Provident Fund Registration Certificate along with latest paid challan copy shall be uploaded. None 1709032718000 0 None None ELIGIBILITY As per Govt order no: MMN/217/2022 dated:2-01-2024 The Contractor Should Submit the MDP licence for Executed Quantities at the time of Submission of bills for Payment. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Satisfactorily completed (at least 90% of contract value) as prime contractor, at least one similar work such as Construction of CC Road in the last Financial year from 2018-19 to 2022-23 )value not less than Rs. 74.90 Lakhs.(Inclusive of GST) Work done Certificate duly signed by the employer in charge not below the rank of the Executive Engineer or equivalent in case of Government under taking.An additional weightage of 10% for each year will be added to the cost of work done to bring it to the present price level Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Executed in any one year, from the last Financial years(2018-19 to 2022-23) the following minimum quantities of work (usually 80% of the peak annual rate of construction)1.Earth work Excavation/Embankment:2383.00m3,2.Providing & Laying of WMM/GSB:500.00m3,3.CC M20 & above:901.00m3,4.Steel Reinforcement TMT FE 550/500:11.9 tonne. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None List of works for which tenders already submitted Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None List of existing commitments and ongoing works:APPLICABLE Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None To qualify for award of this contract, the bidder should have in the last five years i e(2018-19 TO 2022-23)Achieved in at least two financial years a minimum financial year turnover) (in all classes of civil engineering construction works only) of Rs 299.54 Lakhs NOTE Audited balance sheets AND Profit and loss statement and Turnover certificate duly certified by Chartered accountant with their unique document identification number (UDIN) generated by ICAI portal should be uploaded. The certificate without UDIN will not be considered. Financial turnover of previous years will be given a weightage of 10 percentage per year based on the rupee value to bring them to updated to 2023-24 price level Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Total value of civil engineering works executed and payments received in the last five years (year-wise):APPLICABLE Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Reports on the financial standing of the tenderer, such as profit and loss statements and auditors reports for the last five years: APPLICABLE Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover 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: NOT APPLICABLE Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NOT APPLICABLE 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 totaling Rs. xxxxxx (not less than 50% of electrical works) n any one year: NOT APPLICABLE Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NOT APPLICABLE None None None None Owning the following key and critical equipment for this work (xxxx, xxxx, xxxx):NOT APPLICABLE Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NOT APPLICABLE None None None None The tenderer/firm/company shall furnish details of liquid assets and or availability of credit facilities of Rs. 74.89 Lakhs for the work mentioned above for meeting the required funds in the form of credit lines / line of credit / certificate from Scheduled nationalized Bank (usually the equivalent of the estimated cash flow for three months in the peak construction period). The line of credit shall be in the prescribed format attached in Bid document. Others Liquid Assets
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Banker Details for reference: Already mentioned in technical criterion no15 Others Liquid Assets
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded: NOT APPLICABLE Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NOT APPLICABLE 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: ALREADY MENTIONED IN TECHNICAL CRETRION NO3 Others Technical Criteria No 3
createdTs version createdDate modifiedDate documentName None None None None Others -- Technical Criteria No 3 None None None None the intending bidder should have BidCapacity AxNx1.5-B A,Maximum value of civil engineering works executed in any one year during the last five Financial 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. B ,Value, at 2023-24 price level, of existing commitments and on-going works to be completed during the next 6 months Others Technical Criteria No 6
createdTs version createdDate modifiedDate documentName None None None None Others -- Technical Criteria No 6 tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate of last 5 years certified by CA with UDIN.The Bidder has to achieve in atleast two Financial years, a minimum Financial turnover of Rs.299.54 lakhs True Technical Bid KPWD CLASS III AND ABOVE Registration Certificate True Technical Bid Reserved Category Certificate False Technical Bid The requisite Earnest Money Deposit EMD in e cash True Technical Bid Copy of the PAN card with GSTIN True Technical Bid Valid Employees Provident Fund Registration Certificate along with latest paid challan copy. True Technical Bid Income Tax returns of last 5 financial years FY 2018-19 to 2022 -23 Audited balance sheets Profit and loss statement and Turnover certificate duly certified by Chartered accountant with their unique document identification number UDIN generated by ICAI portal should be uploaded The Certificate without UDIN will not be Considered True Technical Bid Scanned signature of the bidder / authorized representative in case of a firm or company, to be attached while uploading the bid documents. Also in case of authorized representative, scanned copy of power of attorney should be uploaded. True Technical Bid one similar work such as Construction of CC road value not less than Rs.74.89 Lakhs Inclusive of GST.FY 2018-19 to 2022-23 Work done Certificate duly signed by the employer in charge not below the rank of the Executive Engineer or equivalent in case of Government under taking.An additional weightage of 10percent for each year will be added to the cost of work done to bring it to the present price level True Technical Bid Documents related to BidCapacity AxNx1.5-B A,Maximum value of civil engineering works executed in any one year during the last five Financial 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. B ,Value, at 2023-24 price level, of existing commitments and on-going works to be completed during the next 6 months True Technical Bid The bankers certificate of liquid assets and or availability of credit facilities of Rs.74.89 Lakhs to be uploaded True Technical Bid The bidder Executed Workdone certificate in any one Financial year,the following minimum quantities of work,FY 2018-19 to 2022-23,Earth work Excavation-Embankment-m3-2383.00,2.Providing Laying of WMM.GSB-m3-500.00,CC M20 andabove-m3 901.00,Steel Reinforcement TMT FE 550-500-tonne-11.9 True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Ramanagara Magadi None None Hullikatte None None None None None None tenderAddress
createdTs 1709133438000 version 0 createdDate None modifiedDate None blockNumber CHIEF ENGINEER OFFICE,VJNL,YETTINAHOLE PROJECT ZONE,TUMKUR street None city TUMKUR state Karnataka pin 572102 tenderRecallDTO None