createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709291244622 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 4240.00 emd 254000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 11-03-2024 16:00:00 tenderQueryClose 07-03-2024 17:30:00 technicalBidOpen 12-03-2024 16:30:00 publishedDate 04-03-2024 14:01:22 publishedByPost PWD_EE_DIV_KLB publishedByUser KPE14204 - SUBHASH L SHIXNAKAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 06-03-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Executive Engineer PWD Division Kalaburagi splitEmdRequiredYn True emdBankGuarantee 154000.00 emdCash 100000.00 bgValidityPeriod 135 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 0847222456 mobileNumber 9448652632 tenderSupplierList None tenderSchedule
createdTs 1709291244671 version 4 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT9527 title Construction of BT Road from Patil Petrol Pump to NH-218 Road in Jewargi Town under KKRDB Micro General for the year 2023-24 (KLB2310243118) description Construction of BT Road from Patil Petrol Pump to NH-218 Road in Jewargi Town under KKRDB Micro General for the year 2023-24 (KLB2310243118) category WORKS categoryText Works ecv 16933014.21 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1689 locationName PWD Division Office Kalaburagi provisionalAmount 20000000.0 groupOverheadTotal 0.0 fileNumber PWD/SDJEW/KKRDB/MICRO/2023-24/23 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709291245000 0 None None Roads Construction of BT Road from Patil Petrol Pump to NH-218 Road in Jewargi Town under KKRDB Micro General for the year 2023-24 (KLB2310243118) 16933014.21
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2872673 93739 None Vol 3 SR It No. 2.5 (ii) a Page No. 9 Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, including removal and disposal of top organic soil not exceeding 150 mm in thickness. By Mechanical Means using Dozer In area of light jungle 100 Sqm 412.65 412.65 34.56 False None None False None False 14261.184 0 2872674 93739 None Vol 1 SR It No. 1.12 Page No. 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 Cum 107.1 107.1 159.6 False None None False None False 17093.16 0 2872675 93739 None Vol 3 SR It No. 4.1 v Page No. 23 Construction of Granular Sub-Base of required grading as per design mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401 For Grading -V Material Cum 2611.35 2611.35 53.2 False None None False None False 138923.82 0 2872676 93739 None Vol 3 SR It No. 4.17 Page No. 26 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. Cum 2686.95 2686.95 248.68 False None None False None False 668190.726 0 2872677 93739 None Vol 3 SR It No. 10.5 Page No. 91 Filling Pot-holes and Patch Repairs with Bituminous concrete, 40mm (using VG-30 Grade Bitumen) Removal of all failed material, trimming of completed excavation to provide firm vertical faces, cleaning of surface, painting of tack coat on the sides and base of excavation as per clause 503, back filling the pot holes with hot bituminous material as per clause 504 using HMP 40/60 TPH Capacity compacting, trimming and finishing the surface to form a smooth continuous surface, all as per clause 3004.2 Sqm 447.3 447.3 600.0 False None None False None False 268380.0 0 2872678 93739 None Vol 3 SR It No. 5.1 I Page No. 31 Providing and applying primer coat with SS1 grade Bitumen Emulsion on prepared surface of granular base including cleaning of road surface and spraying primer at the rate of 0.70 kg/m2 using mechanical means. Sqm 43.05 43.05 15400.0 False None None False None False 662970.0 0 2872679 93739 None Vol 3 SR It No. 5.3 Page No. 29 Providing and applying tack coat with RS1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.20 kg/m2 on the prepared bituminous surface cleaned with mechanical broom Sqm 12.6 12.6 15400.0 False None None False None False 194040.0 0 2872680 93739 None Vol 3 SR It No. 5.12 I C Page No. 35 Providing and laying Dense Graded Bituminous Macadam with 40/60 TPH capacity HMP using crushed aggregates of specified grading, premixed with bituminous binder VG-30, @ 4.5 per cent by weight of total mix and filler, transporting the hot mix to work site, laying with mechanical paver finisher to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 505 complete in all respects. Cum 9921.45 9921.45 770.0 False None None False None False 7639516.5 0 2872681 93739 None Vol 3 SR It No. 5.16 C Page No. 38 Providing and laying Bituminous Concrete with 40/60 TPH capacity hot mix plant using crushed aggregates of specified grading, premixed with bituminous binder VG-30, @ 5.4 per cent of mix and filler, transporting the hot mix to work site, laying with mechanical paver finisher to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MORTH specification clause No. 507 complete in all respects Cum 11501.7 11501.7 539.0 False None None False None False 6199416.3 0 2872682 93739 None Vol 3 SR It No. 3.7 Page No. 17 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 Cum 517.65 517.65 979.8 False None None False None False 507193.47 0 2872683 93739 None Vol 3 SR It No. 8.15 Page No. 67 Road Marking with Hot Applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 g/m2 area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35:2015.The finished surface to be level, uniform and free from streaks and holes. Sqm 556.5 556.5 750.0 False None None False None False 417375.0 0 2872684 93739 None Vol 3 SR It No. 8.17 Page No. 67 Road Delineators Supplying and installation of delineators (road way indicators, hazard markers, object markers), 80-100 cm high above ground level, painted black and white in 15 cm wide strips, fitted with 80 x 100 mm rectangular or 75 mm dia circular reflectorised panels at the top, buried or pressed into the ground and conforming to IRC-79-2019 and the drawings. Each 2122.05 2122.05 6.0 False None None False None False 12732.3 0 2872685 93739 None Vol 3 SR It No. 8.51 C Page No. 78 Providing and Laying of Rumble strips with Two component cold plastic with Primer coating rolled on surfacing material solvent free, high build two pack seamless, tough, skid resistant,for material to give total width of 500 mm and height of 10 mm. Ramp provided to give width of 145 mm, width of ribs to be 55mm laid at C/C distance of 35 mm.For these specialised markings high refractive index glass beads of Ri 1.6 are recommended @ 350g/m2. The finished surface to be levelled, uniform and free from streaks and holes, to be applied on the edge lines, including surface cleaning and cost of all materials etc. complete. Sqm 3816.75 3816.75 27.0 False None None False None False 103052.25 0 2872686 93739 None Vol 3 SR It No. 8.43 Page No. 74 Supplying and Fixing of Molded Shank Raised Pavement Markers / Cat's Eye made of polycarbonate and ABS moulded body and reflective panels with micro prismatic lens capable of providing total internal reflection of the light entering the lens face and shall support a load of 16000 kg tested in accordance to ASTM D 4280 Type H and complying to Specifications of Category A of MORTH Circular No RW/NH/33023/10-97 DO III Dt 11.06. 1997. The height, width and length shall not exceed 50 mm, 100 mm and 102 +/- 2 mm and with minimum reflective area of 13 cm2 on each side and the slope to the base shall be 35 +/- 5 degree. The strength of detachment of the integrated cylindrical shanks, (of diameter not less than 19 +/- 2 mm and height not less than 30+/- 2 mm) from the body is to be a minimum value of 500 Kg. Fixing will be by drilling holes on the road for the shanks to go inside, without nails and using epoxy resin based adhesive as per manufacturer's recommendation and complete as directed by the engineer.The contractor shall submit a two year warranty for satisfactory field performance including stipulated retro-reflectance of the reflecting panel, to the Engineer. Each 383.25 383.25 200.0 False None None False None False 76650.0 0 2872687 93739 None Vol 3 SR It No. 8.16 ii Page No. 67 Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc Ordinary kilometer Stone (Precast) Each 3073.35 3073.35 2.0 False None None False None False 6146.7 0 2872688 93739 None Vol 3 SR It No. 8.16 iii Page No. 67 Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc 200 m stone (Precast) Each 884.1 884.1 8.0 False None None False None False 7072.8 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709291247000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709291247000 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 1709291247000 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 portal on or before the last date and time of bid submission. None 1709293651000 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 1709293661000 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 1709293716000 1 None None ELIGIBILITY EMD of Rs 2,54,000.00 is to be paid in full through e payment Rs. 1,00,000/- on e payment and Rs. 1,54,000/- shall be in favour of the Executive Engineer, PWD Division, Kalaburagi and may be in the form of Bankers Cheque/ Demand Draft/ Pay Order in favour of Executive Engineer, PWD Division, Kalaburagi payable at Kalaburagi pledges to the Executive Engineer, PWD Division, Kalaburagi, or Bank Guarantee in the prescribed format obtained from any nationalised / Scheduled Bank. None 1709293729000 0 None None ELIGIBILITY As per Karnataka State Government order No.LD/300/LET/2006 Bangalore Dated 01.01.2007 and Government Letter No.PW/134/BMS/2007 Dated 27.7.2007, a sum amounting to 1%of the bill amount will be deducted towards Construction Labour Welfare fund. None 1709293739000 0 None None ELIGIBILITY The Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders. None 1709293747000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709293756000 0 None None ELIGIBILITY The Tenderer shall obtain the workdone certificate in the prescribed format from the Competent Authority not below the rank of Executive Engineer (District Level Officer) and scan the Original Certificate and attach the scanned file to the Bid. The Original Certificate/Certificates shall be produced at the time of opening of technical Bids for physical verification. None 1709293765000 0 None None ELIGIBILITY Financial Year will be reckoned as the period between first day of April and Thirty first day of March of succeeding year(both days inclusive). None 1709293789000 0 None None ELIGIBILITY The Tenderer shall scan the Original Ownership Documents/ Lease/ Hire commitment Agreement for the Machinery and attach the scanned file to the Bid. The Original Documents shall be produced at the time of opening of technical Bids for physical verification. None 1709293797000 0 None None ELIGIBILITY The tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the Bidder None 1709293805000 0 None None ELIGIBILITY The Employer reserves the right to Reject any or all Tenders without assigning any reason. None 1709293817000 0 None None ELIGIBILITY The defect liability period for this work is 365 days None 1709293829000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing kppp portal. None 1709293845000 0 None None ELIGIBILITY The rates of all the items appeared in Bill of Quantities are inclusive of all leads and lifts None 1709293861000 0 None None ELIGIBILITY The contractor shall bound to comply the prevailing rules and regulations with regard to the EPF rules and any modifications before and after execution of agreement None 1709293872000 0 None None ELIGIBILITY After the award of the contract, the contractor has to furnish the details in respect of labour employed and the EPF details for this work in every RA bill. None 1709293888000 0 None None ELIGIBILITY Bidders are advised to note that , 18% GST will be added to the contract amount. None 1709293900000 0 None None ELIGIBILITY Financial turnover of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24 in the Technical Qualification Criteria mentioned in the next section. None 1709293912000 0 None None ELIGIBILITY The bidder should mention the UDIN No on the turnover certificate, failing which bid is rejected. None 1709293920000 0 None None ELIGIBILITY If the bidder uploaded the false document while participating in the tender, the bidder will be responsible and action will be initiated as per the tender clause. None 1709293941000 0 None None ELIGIBILITY The work should be completed in 09 (Nine) Months ( including monsoon) None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 a) Achieved in at least two financial years a minimum financial turnover (in all classes of civil engineering construction works only) of Rs. 338.66 lakhs Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 b) Satisfactorily completed, as prime contractor, at least one similar work such as BT ROADWork of value not less than Rs. 84.67Lakhs Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2018-19, 2019-20 2020-21, 2021-22 & 2022-23 c) Executed in any one year, the following minimum quantities of work: 1) Earth wrok/Emb/Subgrade 912.00Cum, 2) GSB 43.00Cum 3) WMM 198.94Cum, 4) BM/SDBC 1066.40Cum Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None As per the Govt Order No: FD 263 EXP-12/2022 Bangelore Dated: 11.05.2022 as per condition no 3 relaxation of machinery upto Rs. 300.00 Lakhs i.e. KW-3 & KW-4 Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-8 and scanned copies of the owership Documents & Hire commitment Agreements 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 work, if work is awarded. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Biodata of the personnel None None None None Liquid Assets and /or availability of credit facilities of no less than Rs. 56.44lakhs (Credit Lines/letter of credit/ certificates from the banks for meeting the fund requirement etc Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Report on the financial standing of the Tenderer, such as profit and loss statements and auditors report for the last five years. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned Copy of ITC Certificate None None None None Latest Income Tax Clearance Certificate Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned Copy of ITC Certificate None None None None Assessed Tender Capacity shall be more than the Tendered Amount Others Assessed Tender Capacity
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessement on the Letter Head of the Tenderer None None None None Constitutional or Legal Status of the Tenderer Others Legal Status
createdTs version createdDate modifiedDate documentName None None None None Others -- Attach copy of registration None None None None Information of the works for which Tender acceptance letters are received. Others New Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-6 and Letter of Acceptance None None None None Information on works which are yet to be completed Others Pending works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-5 and Certificates in Format-3 None None None None Information of the works for which Tenderer has submitted Tender. Others Tendered works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-7 None None None None The proposed methodology and program of construction, backed with equipment planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion. Others CPM/PERT
createdTs version createdDate modifiedDate documentName None None None None Others -- CPM/PERT Chart None None None None Value at 2023-24 price level, of existing commitments and on-going works to be executed during the next 06 months(Financial commitment of previous years shall be given a weight of 10% per year to bring them to the price level of the 2023-24), (Monthwise commitment shall be furnished). Others Committed Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter head of the tenderer tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate False Technical Bid PWD Contractors Registration certificate True Technical Bid Line of Credit True Technical Bid Single similar nature of work done certificate 50percent of APT True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1709297399000 version 0 createdDate None modifiedDate None blockNumber office of the Executive Engineer PWD Division Kalaburagi street None city Kalaburgi state Karnataka pin 585102 tenderRecallDTO None