createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709479301046
version5
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd318000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose12-03-2024 16:00:00
tenderQueryClose11-03-2024 17:30:00
technicalBidOpen13-03-2024 16:30:00
publishedDate04-03-2024 19:11:33
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
emdBankGuarantee218000.00
emdCash100000.00
bgValidityPeriod135
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber0847225652
mobileNumber9448652632
tenderSupplierListNone
tenderSchedule
createdTs1709479301085
version6
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT9675
titleImprovements to Road and Construction of Drain form NH-218 Nedalgi to Belur Via Balundagi (MDR) Road Km 3.00 to 5.50 in Jewargi Taluka under KKRDB Macro for the year 2023-24(KLB2310143365)
descriptionImprovements to Road and Construction of Drain form NH-218 Nedalgi to Belur Via Balundagi (MDR) Road Km 3.00 to 5.50 in Jewargi Taluka under KKRDB Macro for the year 2023-24(KLB2310143365)
categoryWORKS
categoryTextWorks
ecv21173802.36
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location1689
locationNamePWD Division Office Kalaburagi
provisionalAmount25000000.0
groupOverheadTotal0.0
fileNumberPWD/SD/JEW/KKRDB/MACRO/2023-24/1
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17094793010000NoneNoneRoadsImprovements to Road and Construction of Drain form NH-218 Nedalgi to Belur Via Balundagi (MDR) Road Km 3.00 to 5.50 in Jewargi Taluka under KKRDB Macro for the year 2023-24(KLB2310143365)21173802.36
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
289808695018NoneVol 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 Sqm412.65412.6558.0FalseNoneNoneFalseNoneFalse23933.70
289808795018NoneVol 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 mCum107.1107.1121.5FalseNoneNoneFalseNoneFalse13012.650
289808895018NoneVol 3 SR It No. 3.7 Page No. 17Loosening, 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 constructionCum110.25110.252215.12FalseNoneNoneFalseNoneFalse244216.980
289808995018NoneVol 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 MaterialCum2611.352611.352483.63FalseNoneNoneFalseNoneFalse6485627.20050
289809095018NoneVol 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.Cum2686.952686.952265.47FalseNoneNoneFalseNoneFalse6087204.61650
289809195018NoneVol 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.Sqm43.0543.0510068.75FalseNoneNoneFalseNoneFalse433459.68750
289809295018NoneVol 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 broomSqm12.612.610068.75FalseNoneNoneFalseNoneFalse126866.250
289809395018NoneVol 3 SR It No. 5.8 ii C Page No. 35Providing and laying Bituminous Macadam with 40/60 TPH capacity hot mix plant using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 3.4% by weight of mix, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compactionCum8044.058044.05503.44FalseNoneNoneFalseNoneFalse4049696.5320
289809495018NoneVol 3 SR It No. 5.31 Page No. 43Providing and laying Semi Dense Bituminous Concrete with 40/60 TPH capacity hot mix plant batch type using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 5% by weight of mix and filler, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per MoRTH V revision.Cum10659.610659.6251.72FalseNoneNoneFalseNoneFalse2683234.5120
289809595018NoneVol 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. 300-2Cum517.65517.651933.2FalseNoneNoneFalseNoneFalse1000720.980
289809695018NoneVol 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)Each3073.353073.353.0FalseNoneNoneFalseNoneFalse9220.050
289809795018NoneVol 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)Each884.1884.112.0FalseNoneNoneFalseNoneFalse10609.20
289809895018NoneApproved RateKKRDB Name BoardEach6000.06000.01.0FalseNoneNoneFalseNoneFalse6000.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17094793020000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17094793020001NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17094793020001NoneNoneELIGIBILITYIt 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
17094793490000NoneNoneELIGIBILITYThe 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
17094793880000NoneNoneELIGIBILITYEMD of Rs 3,18,000.00 is to be paid in full through e payment Rs. 1,00,000/- on e payment and Rs. 2,18,000/- 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
17094794050000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees of 0.025% of the contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidder.None
17094794130000NoneNoneELIGIBILITYAs 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
17094794210000NoneNoneELIGIBILITYThe Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders.None
17094794290000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17094794380000NoneNoneELIGIBILITYThe 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
17094794900000NoneNoneELIGIBILITYFinancial 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
17094794980000NoneNoneELIGIBILITYThe 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
17094795070000NoneNoneELIGIBILITYThe tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the BidderNone
17094795150000NoneNoneELIGIBILITYThe Employer reserves the right to Reject any or all Tenders without assigning any reason.None
17094795240000NoneNoneELIGIBILITYThe defect liability period for this work is 365 daysNone
17094795330000NoneNoneELIGIBILITYThe Department is not responsible for any delay in accessing kppp portal.None
17094795420000NoneNoneELIGIBILITYThe rates of all the items appeared in Bill of Quantities are inclusive of all leads and liftsNone
17094795500000NoneNoneELIGIBILITYThe 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
17094795570000NoneNoneELIGIBILITYAfter 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
17094795660000NoneNoneELIGIBILITYBidders are advised to note that , 18% GST will be added to the contract amount.None
17094795740000NoneNoneELIGIBILITYFinancial 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
17094795840000NoneNoneELIGIBILITYThe bidder should mention the UDIN No on the turnover certificate, failing which bid is rejected.None
17094795920000NoneNoneELIGIBILITYIf 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
17094795990000NoneNoneELIGIBILITYThe work should be completed in 09 (Nine) Months ( including monsoon)None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneList of Financial Resources with CertificatesNoneNone
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.423.48 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 nature of Work of value not less than Rs. 105.87LakhsPast 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 1644.00Cum, 2) GSB 1987.00Cum 3) WMM 1812.38Cum, 4) BM/SDBC 604.13CumPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneLiquid Assets and /or availability of credit facilities of no less than Rs. 70.58lakhs (Credit Lines/letter of credit/ certificates from the banks for meeting the fund requirement etcPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneLatest Income Tax Clearance CertificatePast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Scanned Copy of ITC 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
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
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 work
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
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
PWD Contractor Registration CertificateTrueTechnical Bid
Annual Turnover Certificate with UDINTrueTechnical Bid
single similar Nature of Work Done Certificate 50percent of APTTrueTechnical Bid
Line of CreditTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1709542911000
version0
createdDateNone
modifiedDateNone
blockNumberOffice of The Executive Engineer PWD Division Kalaburagi
streetNone
cityKalaburgi
stateKarnataka
pin585102
tenderRecallDTONone