createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709291244622
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee4240.00
emd254000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose11-03-2024 16:00:00
tenderQueryClose07-03-2024 17:30:00
technicalBidOpen12-03-2024 16:30:00
publishedDate04-03-2024 14:01:22
publishedByPostPWD_EE_DIV_KLB
publishedByUserKPE14204 - SUBHASH L SHIXNAKAR
bidValidityPeriod90
noOfCalls1
preBidMeetingDate06-03-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonExecutive Engineer PWD Division Kalaburagi
splitEmdRequiredYnTrue
emdBankGuarantee154000.00
emdCash100000.00
bgValidityPeriod135
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber0847222456
mobileNumber9448652632
tenderSupplierListNone
tenderSchedule
createdTs1709291244671
version4
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT9527
titleConstruction of BT Road from Patil Petrol Pump to NH-218 Road in Jewargi Town under KKRDB Micro General for the year 2023-24 (KLB2310243118)
descriptionConstruction of BT Road from Patil Petrol Pump to NH-218 Road in Jewargi Town under KKRDB Micro General for the year 2023-24 (KLB2310243118)
categoryWORKS
categoryTextWorks
ecv16933014.21
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location1689
locationNamePWD Division Office Kalaburagi
provisionalAmount20000000.0
groupOverheadTotal0.0
fileNumberPWD/SDJEW/KKRDB/MICRO/2023-24/23
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17092912450000NoneNoneRoadsConstruction 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
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
287267393739NoneVol 3 SR It No. 2.5 (ii) a Page No. 9Clearing 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 jungle100 Sqm412.65412.6534.56FalseNoneNoneFalseNoneFalse14261.1840
287267493739NoneVol 1 SR It No. 1.12 Page No. 8Earth 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 mCum107.1107.1159.6FalseNoneNoneFalseNoneFalse17093.160
287267593739NoneVol 3 SR It No. 4.1 v Page No. 23Construction 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 MaterialCum2611.352611.3553.2FalseNoneNoneFalseNoneFalse138923.820
287267693739NoneVol 3 SR It No. 4.17 Page No. 26Providing, 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.Cum2686.952686.95248.68FalseNoneNoneFalseNoneFalse668190.7260
287267793739NoneVol 3 SR It No. 10.5 Page No. 91Filling 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 3004.2Sqm447.3447.3600.0FalseNoneNoneFalseNoneFalse268380.00
287267893739NoneVol 3 SR It No. 5.1 I Page No. 31Providing 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.Sqm43.0543.0515400.0FalseNoneNoneFalseNoneFalse662970.00
287267993739NoneVol 3 SR It No. 5.3 Page No. 29Providing 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 broomSqm12.612.615400.0FalseNoneNoneFalseNoneFalse194040.00
287268093739NoneVol 3 SR It No. 5.12 I C Page No. 35Providing 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.Cum9921.459921.45770.0FalseNoneNoneFalseNoneFalse7639516.50
287268193739NoneVol 3 SR It No. 5.16 C Page No. 38Providing 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 respectsCum11501.711501.7539.0FalseNoneNoneFalseNoneFalse6199416.30
287268293739NoneVol 3 SR It No. 3.7 Page No. 17Construction 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. 300-2Cum517.65517.65979.8FalseNoneNoneFalseNoneFalse507193.470
287268393739NoneVol 3 SR It No. 8.15 Page No. 67Road 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.Sqm556.5556.5750.0FalseNoneNoneFalseNoneFalse417375.00
287268493739NoneVol 3 SR It No. 8.17 Page No. 67Road 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.Each2122.052122.056.0FalseNoneNoneFalseNoneFalse12732.30
287268593739NoneVol 3 SR It No. 8.51 C Page No. 78Providing 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.Sqm3816.753816.7527.0FalseNoneNoneFalseNoneFalse103052.250
287268693739NoneVol 3 SR It No. 8.43 Page No. 74Supplying 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.Each383.25383.25200.0FalseNoneNoneFalseNoneFalse76650.00
287268793739NoneVol 3 SR It No. 8.16 ii Page No. 67Reinforced 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)Each3073.353073.352.0FalseNoneNoneFalseNoneFalse6146.70
287268893739NoneVol 3 SR It No. 8.16 iii Page No. 67Reinforced 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)Each884.1884.18.0FalseNoneNoneFalseNoneFalse7072.80
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17092912470000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17092912470001NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17092912470001NoneNoneELIGIBILITYIt 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
17092936510000NoneNoneELIGIBILITYThe 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
17092936610000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17092937160001NoneNoneELIGIBILITYEMD 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
17092937290000NoneNoneELIGIBILITYAs 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
17092937390000NoneNoneELIGIBILITYThe Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders.None
17092937470000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17092937560000NoneNoneELIGIBILITYThe 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
17092937650000NoneNoneELIGIBILITYFinancial 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
17092937890000NoneNoneELIGIBILITYThe 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
17092937970000NoneNoneELIGIBILITYThe tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the BidderNone
17092938050000NoneNoneELIGIBILITYThe Employer reserves the right to Reject any or all Tenders without assigning any reason.None
17092938170000NoneNoneELIGIBILITYThe defect liability period for this work is 365 daysNone
17092938290000NoneNoneELIGIBILITYThe Department is not responsible for any delay in accessing kppp portal.None
17092938450000NoneNoneELIGIBILITYThe rates of all the items appeared in Bill of Quantities are inclusive of all leads and liftsNone
17092938610000NoneNoneELIGIBILITYThe contractor shall bound to comply the prevailing rules and regulations with regard to the EPF rules and any modifications before and after execution of agreementNone
17092938720000NoneNoneELIGIBILITYAfter 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
17092938880000NoneNoneELIGIBILITYBidders are advised to note that , 18% GST will be added to the contract amount.None
17092939000000NoneNoneELIGIBILITYFinancial 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
17092939120000NoneNoneELIGIBILITYThe bidder should mention the UDIN No on the turnover certificate, failing which bid is rejected.None
17092939200000NoneNoneELIGIBILITYIf 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
17092939410000NoneNoneELIGIBILITYThe work should be completed in 09 (Nine) Months ( including monsoon)None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTo 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 lakhsPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneTo 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. 84.67LakhsPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTo 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 1066.40CumPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneAs 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-4Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format-8 and scanned copies of the owership Documents & Hire commitment Agreements
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 work, if work is awarded.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Biodata of the personnel
NoneNoneNoneNoneLiquid 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 etcFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneReport on the financial standing of the Tenderer, such as profit and loss statements and auditors report for the last five years.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned Copy of ITC Certificate
NoneNoneNoneNoneLatest Income Tax Clearance CertificateFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned Copy of ITC Certificate
NoneNoneNoneNoneAssessed Tender Capacity shall be more than the Tendered AmountOthersAssessed Tender Capacity
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessement on the Letter Head of the Tenderer
NoneNoneNoneNoneConstitutional or Legal Status of the TendererOthersLegal Status
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Attach copy of registration
NoneNoneNoneNoneInformation of the works for which Tender acceptance letters are received.OthersNew Works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format-6 and Letter of Acceptance
NoneNoneNoneNoneInformation on works which are yet to be completedOthersPending works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format-5 and Certificates in Format-3
NoneNoneNoneNoneInformation of the works for which Tenderer has submitted Tender.OthersTendered works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Format-7
NoneNoneNoneNoneThe 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.OthersCPM/PERT
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- CPM/PERT Chart
NoneNoneNoneNoneValue 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).OthersCommitted Works
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Statement on the Letter head of the tenderer
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateFalseTechnical Bid
PWD Contractors Registration certificateTrueTechnical Bid
Line of CreditTrueTechnical Bid
Single similar nature of work done certificate 50percent of APTTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1709297399000
version0
createdDateNone
modifiedDateNone
blockNumberoffice of the Executive Engineer PWD Division Kalaburagi
streetNone
cityKalaburgi
stateKarnataka
pin585102
tenderRecallDTONone