createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709712874398 version 6 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 1050.00 emd 84000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 13-03-2024 16:00:00 tenderQueryClose 11-03-2024 12:00:00 technicalBidOpen 14-03-2024 16:30:00 publishedDate 06-03-2024 13:52:27 publishedByPost PWD_EE_DIV_BLR publishedByUser KPE10627 - HEMARAJA bidValidityPeriod 90 noOfCalls 2 preBidMeetingDate 07-03-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn True percentageRateTypeText None 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 08392266123 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1709712874402 version 15 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT8230/CALL-2 title Construction of interlock link Road for Ward number 26 & 27 of Siruguppa town in Siruguppa taluk Ballari District under 2515 KKRDB (Macro Projects) for the year 2023-24 (Work Code BLY2325143152) (General Category) description Construction of interlock link Road for Ward number 26 & 27 of Siruguppa town in Siruguppa taluk Ballari District under 2515 KKRDB (Macro Projects) for the year 2023-24 (Work Code BLY2325143152) (General Category) category WORKS categoryText Works ecv 4183633.66 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1693 locationName PWD Division Office Ballari provisionalAmount 4980000.0 groupOverheadTotal 0.0 fileNumber AEE/PWD/SDN/SGP/ILPB/2023-24/01 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709712875000 0 None None Roads Construction of interlock link Road for ward number 26 & 27 of Siruguppa town Siruguppa taluk Ballari Dist 4183633.66
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2936361 96968 None PWD CSR 2023-24 Vol-1,Sl-1.3 P.No - 5 Earth work in surface excavation by manual means for lowering & levelling the ground by chiselling and wedging in Hard rock for all works other than foundation & depth not exceeding 100 mm as per drawing and technical specifications, including setting out, barricading, caution lights, dressing of excavated surfaces, disposing off the excavated spalls/stuff & stacking the selected spall/ stuff for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage & other appurtenances required to complete the work ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 185.85 185.85 483.35 False None None False None False 89830.5975 0 2936362 96968 None PWD SR 2023-24 Vol-3,Sl-4.2 (401) P.No - 23) Construction of Granular Sub-Base of required grading as per design spreading in uniform layers with motor grader on prepared surface mixing by mix in place method with front end loader at OMC and compacting with vibratory roller to achieve the desired density, complete as per clause 401 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 2476.95 2476.95 193.34 False None None False None False 478893.513 0 2936363 96968 None PWD CSR 2023-24 Vol 1 Sl.No.2.1.2 ,P.No - 15 Providing and laying in position 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 machinery, curing, and all the other appurtenances required to complete the work as per technical specifications ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 5947.2 5947.2 193.34 False None None False None False 1149831.648 0 2936364 96968 None PWD CSR 2023-24,Vol-3, Sl.No. 6.8.2,P.No -51 Providing and laying 80mm thick factory made precast M -30 grade Cement Concrete Paver Block as per IRC SP 63:2018 & IS 15658 for Commercial Traffic Axle load repetitions upto 10MSA & for Residential Streets of approved shape and colour, laid in required pattern and including over 40mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge. (WMM/WBM Base to be paid separately as per relevant technical specification ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Sqm 1219.05 1219.05 1963.4 False None None False None False 2393482.77 0 2936365 96968 None PWD CSR 2023-24 Vol-1 Sl.No. 2.1.4 P.No .15 Providing and laying in position Cement Concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarseaggregates 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 machinery, curing, and all the other appurtenances required to complete the work as per technical specifications. ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. Cum 6527.85 6527.85 9.52 False None None False None False 62145.132 0 2936366 96968 None PWD SR 2023-24 Vol-3 Sl No.8.54 P No.78 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 ---- with all lead, lifts, loading, un-loading charges, including cost of all materials, cost of labour, HoM all Machineries, transportation of all materials and machineries to site of work, labour, incidental and equipment charges, etc., complete as per specification and as per the directions of Engineer-in-charge for finished item of work. No 9450.0 9450.0 1.0 False None None False None False 9450.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709712874000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709712874000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709712874000 0 None None ELIGIBILITY Bidders shall ensure upload of relevant document certifying his/her status as Scheduled Caste/ Scheduled Tribe/other reserved category as prescribed in the tender document. None 1709712874000 0 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 1709712874000 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 KP-Procurement on or before the last date and time of bid submission. None 1709712874000 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 kp-Procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1709712874000 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 1709712874000 0 None None ELIGIBILITY Bidder 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 1709712874000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka. None 1709712874000 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 27-07-2007, a sum amounting to 1%of the bill amount will be deducted towards Construction Labour Welfare fund. None 1709712874000 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 1709712874000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709712874000 0 None None ELIGIBILITY The Tenderer shall obtain the required work done certificates from the Competent Authority not below the rank of Executive Engineer or equivalent. None 1709712874000 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 1709712874000 0 None None ELIGIBILITY The Tenderer shall scan Original Ownership Documents/ Lease/ Hire commitment Agreement for the Machineries 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 1709712874000 0 None None ELIGIBILITY The Employer reserves the right to reject any or all Tenders without assigning any reason or what so ever. None 1709712874000 0 None None ELIGIBILITY The tenderer shall maintain the Road/Building during the defect liability period. None 1709712874000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing KP-procurement portal. None 1709712874000 0 None None ELIGIBILITY Financial turnover of previous years shall be given a weightage of 10% per year to bring them to the price level of the 2023-24. And Value at 2023-24 price level, of existing commitments and on-going works to be executed during the next 12 months (Financial commitment of previous years shall be given a weightage 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 1709712874000 0 None None ELIGIBILITY Tenderer shall note that the Tenders of those found Eligible as mentioned in Clause 3 - Qualification of the Tenderer in Section 2: Instructions to Tenderers (ITT), will only be considered for evaluation. None 1709712874000 0 None None ELIGIBILITY The star rates in respect of specified materials (Cement, Steel and Bitumen) shall be payable as per GO No: FD/3/PCL/2008 Bangalore Dated 21.11.2008. None 1709712874000 0 None None ELIGIBILITY The tenderer shall furnish required information in all formats. Scan and upload all Formats/Original documents required for this bid to the kp-procurement portal. The Original Formats/Documents shall be produced at the time of opening of Technical Bid for physical verification. None 1709712874000 0 None None ELIGIBILITY 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. None 1709712874000 0 None None ELIGIBILITY The time stipulated for completion of work is 4 (Four) calendar months including rainy season. None 1709712874000 0 None None ELIGIBILITY The defect liability period for the work is 12 (Twelve) calendar months. None 1709712874000 0 None None ELIGIBILITY The Agency shall comply with ISO14001 (Environmental Management System) requirement during execution of work. None 1709712874000 0 None None ELIGIBILITY 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 and 2022-23 (a) achieved in at least two financial years an annual financial turnover (in all classes of civil engineering construction works only) of Rs.42.00 Lakhs. None 1709712874000 0 None None ELIGIBILITY 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 and 2022-23, (b) satisfactorily completed as prime contractor, at least one similar work such as Providing and Laying of Paver works of value not less than Rs.21.00 Lakhs. None 1709712874000 0 None None ELIGIBILITY Information on Existing commitments and on going works which are yet to be completed. None 1709712874000 0 None None ELIGIBILITY Information of the works for which Tender acceptance letters are received. None 1709712874000 0 None None ELIGIBILITY Information of the works for which Tenderer has submitted Tender. None 1709712874000 0 None None ELIGIBILITY Information on litigation in which the Tenderer is involved. None 1709712874000 0 None None ELIGIBILITY At the time of opening of Financial Bids, the Bidders shall furnish all the documents uploaded in original to this office for verification. None 1709712874000 0 None None ELIGIBILITY The tenderer shall submit an affidavit stating that he has not involved in litigation with Government, also he shall state that, amount of existing / on going works and amount of works awarded to him and yet to be commenced. None 1709712874000 0 None None ELIGIBILITY The tenderers shall note that as per the Government Order No.FD/850/EXP-12/15 dated 29-12-2015 and GO No.FD/130/EXP-12/15 dated 8-9-2015, the exemption from payment of EMD for Micro and small enterprises registered with NSIC under single point vendor registration scheme is applicable only for supply of goods but not for works. None 1709712874000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act and applicable any other law as concerned to work. None 1709712874000 0 None None ELIGIBILITY If undue delay caused by the contractor, the progressive damages caused to road will be assessed and make good at the cost and risk of the contractor. In addition, suitable action will be initiated against the contractor for the damages occurred during the undue delay period in accordance with the Karnataka Highway Act, 1964. None 1709712874000 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 till completion. Contractor should indemnify the client to that extent. None 1709712874000 0 None None ELIGIBILITY Contractor should establish a fully functional laboratory at site at their own cost and risk in order to carry out all the required tests for the materials and work being used in the project for satisfactory completion. None 1709712874000 0 None None ELIGIBILITY The tenderer 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 KP Procurement portal due to internet connectivity issues and technical glitches. None 1709712874000 0 None None ELIGIBILITY The tenderer shall note that, the increase in GST shall not be paid in the extended period of contract for which the contractor alone is responsible for delay as determined by the authority while granting the extension of time. None 1709712874000 0 None None ELIGIBILITY The tenderer shall note that, the GST at 18% shall be paid to the tendered amount separately. None 1709712874000 0 None None ELIGIBILITY The tenderers shall note that, as per The Karnataka Minor Mineral Concession Rules-1964, it is mandatory to submit the Mineral dispatch Permits (MDPs) issued by a competent authority, along with the bills. If not, penalty will be levied as per the prevailing clauses. None 1709712874000 0 None None ELIGIBILITY It is mandatory for the contractor to upload the work done certificate issued by an officer not below the rank of Executive Engineer duly indicating the work indent numbers for works costing more than Rs.5.00 lakhs None 1709712874000 0 None None ELIGIBILITY The tenderer shall upload Physical and financial schedule format before last date of tender receipt in the kpp portal. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Minimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs) None None None None None None Satisfactoriy completed (atleast 90%) as prime contractor at-least one such similar work of value not less than Rs. xxxxxxx (80% of estimated cost of tender) None None 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 None None 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 totallng Rs. xxxxxx (not less than 50% of electrical works) n any one year None None None None None None Total value of civl engineering works executed and payments received in the last five years (year-wise) None None None None None None List of existing commitments and ongoing works None None None None None None List of works for which tenders already submitted None None None None None None Banker Details for reference None None None None None None Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded None None None None None None Reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five years None None 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 None None None None None None Proposals for subcontracting components of works amounting to more than 20% of the contract price (for each, the qualifications and experience of the identified sub-contractor in the relevant fields should be attached) None None 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 and 2022-23 (a) achieved in at least two financial years an annual financial turnover (in all classes of civil engineering construction works only) of Rs.42.00 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 and 2022-23, (b) satisfactorily completed as prime contractor, at least one similar work such as Providing and Laying of Paver works value not less than Rs.21.00 Lakhs Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None KPWD Contractor Registration Certificate Past Experience None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) tenderCriterionDocumentList
documentName optional documentTypeText KPWD Contractor Registration Certificate True Technical Bid Annual Turnover Certificate with UDIN for the last five years duly attested by the Notary or Government Gazetted Officer and Submit the Originals at the time of Opening of the Financial Bid True Technical Bid Existing Commitments True Technical Bid Physical and financial implementation calendar format True Technical Bid Similar Nature CONSTRUCTION OF CEMENT CONCRETE ROAD WORKS Done Certificate as Prime Certificate from competent authority not below the rank of Executive Engineer or equivalent duly attested by the Notary or Government Gazetted Officer Submit the Originals at the time of Opening of the Financial Bid. True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1709713142000 version 0 createdDate None modifiedDate None blockNumber EE OFFICE PWD DIVISION FORT BALLARI street None city BALLARI state Karnataka pin 583102 tenderRecallDTO None