createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1708945922641
version5
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd524000.00
bidValueTypeLUMPSUM
bidValueTypeTextLumpsum
tenderReceiptClose18-03-2024 17:30:00
tenderQueryClose11-03-2024 15:30:00
technicalBidOpen20-03-2024 11:00:00
publishedDate02-03-2024 13:00:15
publishedByPostKSPHIDCL_EECNT_CNT_BNG
publishedByUserKPE16206 - CHANDRASHEKAR
bidValidityPeriod90
noOfCalls2
preBidMeetingDate04-03-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnTrue
percentageRateTypeTextNone
contactPersonCHANDRASHEKAR
splitEmdRequiredYnTrue
emdBankGuarantee424000.00
emdCash100000.00
bgValidityPeriod120
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08025584130
mobileNumber9448120484
tenderSupplierListNone
tenderSchedule
createdTs1708945922644
version12
createdDateNone
modifiedDateNone
tenderNumberKSPHIDCL/2023-24/BD/WORK_INDENT83/CALL-2
titleCONSTRUCTION OF 12 PC QUARTERS AT SUNTIKOPPA IN KODAGU DISTRICT UNDER POLICE GRUHA 2025 (PHASE-4) SCHEME PACKAGE No.50 ON LUMP SUM TURNKEY BASIS - CONVENTIONAL METHOD OF CONSTRUCTION (FRAMED STRUCTURE) (CALL-2)
descriptionCONSTRUCTION OF 12 PC QUARTERS AT SUNTIKOPPA IN KODAGU DISTRICT UNDER POLICE GRUHA 2025 (PHASE-4) SCHEME PACKAGE No.50 ON LUMP SUM TURNKEY BASIS - CONVENTIONAL METHOD OF CONSTRUCTION (FRAMED STRUCTURE) (CALL-2)
categoryWORKS
categoryTextWorks
ecv34871742.00
deptNameKarnataka State Police Housing and Infrastructure Development Corporation Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location7550
locationNameKSPHIDCL Contracts Section Bengaluru
provisionalAmount40200000.0
groupOverheadTotal0.0
fileNumberPHC/CNT/PG2025/PKG50/78/2023-24/WI-83
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17089459230000NoneNoneBuildingsConstruction of 12 PC Quarters at Suntikoppa in Kodagu District Under Police Gruha 2025 Phase-4 Package-5034871742.0
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
281369590727None001Construction of 12 PC Quarters at Suntikoppa in Kodagu District Under Police Gruha 2025 Phase-4 Package-50LS34871742.034871742.01.0FalseNoneNoneFalseNoneFalse34871742.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17089459230000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17089459230000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17089459230000NoneNoneELIGIBILITYIt shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of Karnataka Public Procurement Portal (KPPP) on or before the last date and time of bid submission.None
17089459230000NoneNoneELIGIBILITYThe 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 karnataka public procurement portal due to internet connectivity issues and technical glitches at bidder s end.None
17089459230000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17089459230000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees of 0.025% of the contract value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidderNone
17089459230000NoneNoneELIGIBILITYThe tender document is part and parcel of the agreement.None
17089459230000NoneNoneELIGIBILITYThe contractor shall obtain insurance coverage for all the workers deployed for this work.None
17089459230000NoneNoneELIGIBILITYThe intending bidders are requested to note that they should abide by the detailed instructions and conditions contained in the Tender documents and further modifications done if anyNone
17089459230000NoneNoneELIGIBILITYAll scanned documents to be uploaded shall be in original and are to be produced to the Executive Engineer Contracts to verify the documents within 3 days from the day of opening of Technical bid for verification.None
17089459230000NoneNoneELIGIBILITYDrawings uploaded are only for Tender Purpose only.None
17089459230000NoneNoneELIGIBILITYThe bidder should maintain register of labourers deployed and wages paid for the workers and shall produce the documents whenever called for by the competent authority. Remittance towards PF shall be commensurate with the labour component of the work involved.None
17089459230000NoneNoneELIGIBILITYThe bidder shall give an undertaking that they would abide by the provisions of employees provident fund and shall remit PF of labourers to the respective PF offices or else KSPH&IDCL have the right to deduct the PF amount from the work bills and remit the same to respective PF offices.None
17089459230000NoneNoneELIGIBILITYThe contractor shall quote his rates inclusive of PF as per the applicable rate as issued by the PF department from time to time and if any variation occurs it shall be paid / refunded by / to the Corporation against documentary evidenceNone
17089459230000NoneNoneELIGIBILITYThe successful bidder shall give an under taking that they would abide by the provisions of the Employees Provident Fund Act.None
17089459230000NoneNoneELIGIBILITYRemittance towards PF shall be commensurate with the labour component of the work involved.None
17089459230000NoneNoneELIGIBILITYThe Bidder shall remit PF of labourers to Bidders permanent PF code number only.None
17089459230000NoneNoneELIGIBILITYThe SBC Report is furnished is only for reference. KSPH&IDCL will not be having any binding on the SBC furnished. The bidders shall visit the locations to ascertain i) the SBC of the field based soil conditions and ii) site conditions.None
17089459230000NoneNoneELIGIBILITYAll Bounded & Scanned (i.e. uploaded) hard copies are to be submitted duly marking the Page Nos. within 3 days after the last date of submission of the bid documents online to EE(Contracts), KSPH & IDCL, Bangalore for verification.None
17089459230000NoneNoneELIGIBILITYThe rates quoted by the Contractor shall be deemed to be inclusive of all applicable taxes, GST, levies, duties and cess, Building Workers Welfare Cess etc., as applicable as per the latest Notifications of GoK and GoI prevailing as on the date of NIT. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law. The Contractor should submit the tax invoice along with RA Bills.None
17089459230000NoneNoneELIGIBILITYCorrigendum/modification/corrections, if any, will be published in the KPPP only.None
17089459230000NoneNoneELIGIBILITYThe bidder should furnish the documents relating to registration of GST.None
17089459230000NoneNoneELIGIBILITYThe bidder should furnish the Valid address, phone number & e mail ID.None
17089459230000NoneNoneELIGIBILITYThe Format of Volume III Form of Financial Bid uploaded is uploaded is for reference only. The Lumpsum price quoted in the KPPP will be considered for evaluation.None
17089459230000NoneNoneELIGIBILITYFurther details of the work or any clarifications can be obtained from the office of the Executive Engineer( Contracts), KSPH&IDCL, No-59, Richmond Road, Bangalore 560025. Ph: 080-25584102 Extn -130 / 114 / 115None
17089459230000NoneNoneELIGIBILITYAny changes in specification & drawings shall be got approved by the competent authority.None
17089459230000NoneNoneELIGIBILITYThe Bidder has to make payment of Rs. 20,000/- (Rupees Twenty Thousand Only) inclusive of GST as transaction Fee (Non refundable) in the form of DD payable to C&MD, KSPH & IDCL, Bangalore and the bidder has to upload the scanned copy of the DD in the Karnataka Public Procurement Portal (KPPP) towards transaction Fee. The original DD should be submitted to Office of the Executive Engineer (Contracts), KSPH & IDCL, No. 59, Richmond Road, Bangalore 560 025 On or before the last date of receipt of tender for verification and the non compliance of the same leads to the rejection of the bid.None
17089459230000NoneNoneELIGIBILITYTenders must be accompanied by Earnest Money Deposit (EMD) of Rs. 5.24Lakhs (Rupees Five Lakhs Twenty Four Thousand only), which may be paid fully through KPPP or out of which Rs.1.00 lakh (Rupees One lakh only) shall be paid online through Karnataka Public Procurement Portal using any of the following Payment Modes: Credit Card, Direct Debit, National Electronic Fund Transfer (NEFT), Over the Counter (OTC) and the balance amount of Rs. 4.24 Lakhs (Rupees Four Lakhs Twenty Four Thousand only) in the form of Bank Guarantee (BG) only issued from Nationalized/Scheduled Commercial Banks in the Name of C&MD, KSPH&IDCL, Bengaluru. The scan copy of the Bank Guarantee (BG) to be uploaded at the time of submission of bid documents and the original Bank Guarantee should be submitted to Office of the Executive Engineer (Contracts), KSPH & IDCL, No.59, Gen. K.S.Thimmayya Road, Bangalore 560 025 On or before Last date of receipt of tender and the non-compliance of the same leads to the rejection of the bidNone
17089462010000NoneNoneELIGIBILITYThe intended bidder shall visit the site & quote his offer accordingly and for having visited the site, they should upload the photos while submitting the tender.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNone1.3 of Section-3 Qualification Information: Work performed as Prime Contractor (in the same name) on works of similar nature over during the five years (2018-19 to 2022-23)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- The scanned original work experience certificate issued by not below the rank of Executive Engineer
NoneNoneNoneNone1.4 of Section-3 : Quantities of work executed as prime contractor (in the same name) during the last five years (2018-19 to 2022-23)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- The scanned original work experience certificate issued by not below the rank of Executive Engineer
NoneNoneNoneNone1.5 of Section-3 Qualification Information : Information on works for which Tenders have been submitted and works which are yet to be completed as on the date of this Tender : (A) Existing commitments and ongoing works & (B) Works for which Tenders already submittedPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- The scanned original work experience certificate issued by not below the rank of Executive Engineer
NoneNoneNoneNone3.2- To qualify for award of this contract, each Tender in his/her/their name should have in the last five years i.e. 2018-19 to 2022-23): (b) Satisfactorily completed as prime contractor (at least 50% of the contract value), at least one similar RCC framed structure multistoried building work of value not less than Rs.175.00 Lakhs within the Contract Period, for any Government Agency / PSU / Semi Govt / Local Bodies in India.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Work Done certificate issued not below the rank of an Executive Engineer or equivalent.
NoneNoneNoneNoneITT 3.2 - c) ii) The Tenderer shall have completed a similar Residential housing project works of minimum Built up Area 800 Sqmt in a housing project for any government, semi government, Boards and corporations only during the Financial Years (2018-19 to 2022-23)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Work-done certificate issued not below the rank of an Executive Engineer or equivalent.
NoneNoneNoneNone1.7 of Section-3: Qualification Information: Reports on the financial standing of the tenderer, such as profit and Loss statements and auditors reports for the last five years. (2018-19 to 2022-23)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Profit & Loss Statement from Registered Chartered Accountant
NoneNoneNoneNoneBe a Class-I & above Civil registered contractor of State PWDs / Central/MES/ Govt. UndertakingsCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Valid Registration Certificate issued by respective Depts
NoneNoneNoneNoneBe Registered with KSPH & IDCLCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Valid Registration Certificate issued by KSPH&IDCL
NoneNoneNoneNoneIncome Tax returns & PANCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Income Tax returns and PAN certificates
NoneNoneNoneNoneBe Registered with GSTCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Valid Registration Certificate issued by Competent Authority
NoneNoneNoneNoneBe Registered with EPF AuthoritiesCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- EPF Registration Certificate
NoneNoneNoneNoneITT 3.2 (d) - To qualify for award of this contract, each Tenderer / company in his / its name should have in the last five years i.e. 2018-19 to 2022-23 (d) Executed in any one year the minimum quantities of work executed (Please refer Tender Document)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Certificate issued from not below the rank of an Executive Engineer or equivalent.
NoneNoneNoneNoneITT 3.2 (b)- Each Tenderer should further demonstrate Liquid assets and /or availability of credit facilities of no less than Rs.96.00 Lakhs (Credit lines/ letter of credit/ certificates from Nationalized / Scheduled banks for meeting the fund requirement etc (Unconditional)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Letter of Credit Certificates from Nationalized / Scheduled banks for meeting the fund requirement (Unconditional)
NoneNoneNoneNoneITT 3.3 - Each tenderer should further demonstrate Availability of owning 50% and 50% on lease / hire basis for each item with proof of ownership for the following key and critical equipment for this work. The relevant documents (i.e., Purchase Tax Invoice / Cash Payment Bill / Ownership Document & commitment agreement, etc. for lease or hire basis) for availability for this Work are to be furnished. (Refer Tender Documents for details)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Purchase Tax Invoice / Cash Payment Bill / Ownership Document & commitment agreement, etc. for lease
NoneNoneNoneNoneITT 3.2 a) - To qualify for award of this contract, each Tenderer in his/her/their name should have in the last five years i.e. (2018-19 to 2022-23) (i) The annual turnover (in all classes of Civil Engineering construction work only - contract receipts) in the name of the tenderer shall not be less than Rs. 698.00 Lakhs in any two financial years during the last five financial years (2018-19 to 2022-23) duly certified by Registered Chartered Accountant with UDIN Number. ii) The Applicant should be financially sound and should not have gone for corporate debt restructuring (CDR) during the last five years. The applicant has to give a Certificate as per the format (enclosed as Annexure A) in this regard. iii) Profit after Tax should be positive for Last five years. The applicant should not have declared Loss for any financial year in the last five years.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Attach Certificate from Registered Chartered Accountant. The applicant has to give a Certificate as per the format (enclosed as Annex-A) (CDR)
NoneNoneNoneNone1.8 of Section-3 Qualification Information: 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.OthersTechnical and management personnel
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Organization Chart & Company Profile
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
KSPH & IDCL Registration CertificateTrueTechnical Bid
Class-I & above Civil registered contractor of State PWDs / Central/MES/Govt. UndertakingsTrueTechnical Bid
Income Tax returns & PANTrueTechnical Bid
EPF Registration CertificateTrueTechnical Bid
GST registrationTrueTechnical Bid
1.3of Section-3 Qualification InformationTrueTechnical Bid
1.4of Section-3 Quantities of work executedTrueTechnical Bid
1.5of Section-3 Qualification InformationTrueTechnical Bid
1.7of Section-3 Qualification InformationTrueTechnical Bid
1.8of Section-3 Qualification InformationTrueTechnical Bid
Turnover Certificate - ITT 3.2a i, ii & iiiTrueTechnical Bid
Liquid assets and /or availability of credit facilities-UnconditionalTrueTechnical Bid
Availability by owning Critical Equipments-relevant documentsTrueTechnical Bid
Executed in any one year minimumm qty certificateTrueTechnical Bid
Non Refundable Transaction fee of Rs.20,000/- in the form of DD in favour of C&MD, KSPH & IDCL, BangaloreTrueTechnical Bid
Corporate Debt restructuring CertificateTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1708946474000
version0
createdDateNone
modifiedDateNone
blockNumberNo. 59, Richmond Road (Gen. K.S.Thimmaiah Road)
streetNone
cityBengaluru
stateKarnataka
pin560025
tenderRecallDTONone