createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709294694223 version 6 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 5000.00 emd 416000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 13-03-2024 16:00:00 tenderQueryClose 12-03-2024 16:00:00 technicalBidOpen 14-03-2024 16:30:00 publishedDate 06-03-2024 11:58:45 publishedByPost PWD_EE_DIV_HSPT publishedByUser KPE10175 - RAVINDRA R KATTI bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 05-03-2024 10:30:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Executive Engineer splitEmdRequiredYn True emdBankGuarantee 316000.00 emdCash 100000.00 bgValidityPeriod 135 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 080394200231 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1709294694253 version 5 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT7899 title Construction of concrete Road from Chikkobanahalli to Join yallapura T Honnhatti (SH-NE-27) Road from KM 124.54 to KM 126.04 (Vatlahalli to Duggavathi), & KM 138.76 to KM 140.28 ( Near Garbhagudi Village) in Harapanahalli Taluk, Vijayanagara District. description Construction of concrete Road from Chikkobanahalli to Join yallapura T Honnhatti (SH-NE-27) Road from KM 124.54 to KM 126.04 (Vatlahalli to Duggavathi), & KM 138.76 to KM 140.28 ( Near Garbhagudi Village) in Harapanahalli Taluk, Vijayanagara District. category WORKS categoryText Works ecv 27706576.52 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1694 locationName PWD Division Office Hosapete provisionalAmount 32981000.0 groupOverheadTotal 0.0 fileNumber AEE/PWD/HPH/KKRDB/MICRO/2023-24/VATTLAHALLI tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709294694000 1 None None Roads Construction of concrete Road from Chikkobanahalli to Join yallapura T Honnhatti (SH-NE-27) Road from KM 124.54 to KM 126.04 (Vatlahalli to Duggavathi), & KM 138.76 to KM 140.28 ( Near Garbhagudi Village) in Harapanahalli Taluk, Vijayanagara District. 27706576.52
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2874510 93825 None V-3, P-17, I-3.7 Loosening, 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 construction. (PWD Common CSR-2023-24 V-3, P-17, I-3.7) Cum 110.25 110.25 948.94 False None None False None False 104620.635 0 2874511 93825 None V-1, P-8, I-1.14.1 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 (PWD Common CSR-2023-24 V-1, P-8, I-1.14.1) Cum 107.1 107.1 3053.67 False None None False None False 327048.057 0 2874512 93825 None V-1, P-7, I-1.7 Construction of Embankment with approved materials deposited at site from roadway cutting and excavation from drain and foundation of other structures graded with desired compaction. (Royalty shall be recovered @ Rs. 60.00/m3) (PWD Common CSR-2023-24 V-1, P-7, I-1.7) Cum 124.95 124.95 1221.47 False None None False None False 152622.6765 0 2874513 93825 None V-1, P-7, I-1.8 Construction of Embankment by excavating the available approved Gravel/ Murrum deposited at a place or borrow pits during or prior excavation with all lifts and lead, transportation to site, spreading, grading to required slope and compacting to meet the requirement complete as per specifications, including cost of labour,rolling,water,all materials,usage& all other appurtenaces required to complete the work. (PWD Common CSR-2023-24 V-1, P-7, I-1.8) Cum 497.7 497.7 1298.06 False None None False None False 646044.462 0 2874514 93825 None I.No. 4.1 A (i) Construction of Granular Sub Base by providing graded Material, mixing with cement in a mechanical mix plant at OMC carriage of mixed material to work site spreading in a uniform layer with mechanical paver on prepared surface and compaction with vibratory power roller to achieve the desired density complete as per clause 401 (2.5% Cement) 401 - Cement Treated Crushed stone Sub- Base (Plant mix method) Laying using Mechanical Paver. For Grading -I Material(PWD Common CSR-2023-24 V-3, Page-23, I.No. 4.1 A (i)) Cum 2612.4 2612.4 1897.88 False None None False None False 4958021.712 0 2874515 93825 None V-3 Page-49, I.No. 6.1 Construction of dry lean cement concrete Sub- base over a prepared sub-grade with coarse and fine aggregate conforming to IS: 383, the size of coarse aggregate not exceeding 25 mm, aggregate cement ratio not to exceed 14:1, aggregate gradation after blending to be as per table 600-1, cement content not to be less than 140 kg/ m3 , optimum moisture content to be determined during trial length construction, concrete strength not to be less than 7 Mpa at 7 days, mixed in a batching plant, transported to site, laid with a paver with electronic sensor, compacting with 8-10 t vibratory roller, finishing and curing (601 Dry Lean Cement Concrete Sub-base IRC SP 49: 2014 (PWD Common CSR-2023-24 V-3 Page-49, I.No. 6.1) Cum 5166.0 5166.0 961.59 False None None False None False 4967573.94 0 2874516 93825 None V-3, Page-50, I.No. 6.5 Construction of M30 Grade un-reinforced, dowel jointed, plain cement concrete pavement over a prepared sub base with OPC @ 270 kg/m3 and GGBS@ 90 kg/m3, coarse and fine aggregate conforming to IS 383:2016, maximum size of coarse aggregate not exceeding 25 mm, mixed in a batching and mixing plant as per approved mix design transported to site, laid with a paver finisher, spread, compacted and finished in a continuous operation including provision of contraction, expansion, construction and longitudinal joints, joint filler, separation membrane, sealant primer, joint sealant, debonding strip, dowel bar, tie rod, admixtures, curing compound, steel channels, finishing to lines and grades as per drawing. Pavement Quality M30 grade Concrete (RMC) with OPC & GGBS laid using Paver (PWD Common CSR-2023-24 V-3, Page-50, I.No. 6.5) Cum 8230.95 8230.95 1855.7 False None None False None False 15274173.915 0 2874517 93825 None V-3, Page-17, I.No. 3.6 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 (305 Construction of Subgrade and Earthen Shoulders) (PWD Common CSR-2023-24 V-3, Page-17, I.No. 3.6) Cum 517.65 517.65 978.46 False None None False None False 506499.819 0 2874518 93825 None V-3, Page-67, I.No. 8.16 (ii) Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc) - Kilometre Stone 805 (Ordinary kilometer stone (precast)) (PWD Common CSR-2023-24 V-3, Page-67, I.No. 8.16 (ii)) No. 3073.35 3073.35 2.0 False None None False None False 6146.7 0 2874519 93825 None V-3, Page-67, I.No. 8.16 (iii) Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc) - Kilometre Stone 805 (200 m stone (precast)) (PWD Common CSR-2023-24 V-3, Page-67, I.No. 8.16 (iii)) No. 884.1 884.1 4.0 False None None False None False 3536.4 0 2874520 93825 None V-3, Page-67, I.No. 8.15 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 (803 Road Marking with Hot Applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface) (PWD Common CSR-2023-24 V-3, Page-67, I.No. 8.15) Sqm 556.5 556.5 337.4 False None None False None False 187763.1 0 2874521 93825 None V-3, Page-64, I.No. 8.6 (ii) Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x 3mm angle mounted on a mild steel circular pipe 65 NB, 3.2 mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022. (801 A (Retro-Reflectorised Traffic Signs) (PWD Common CSR-2023-24 V-3, Page-64, I.No. 8.6 (ii)) 90 cm equilateral triangle Each 4985.4 4985.4 2.0 False None None False None False 9970.8 0 2874522 93825 None V-3, Page-64, I.No. 8.6 (vi) Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x 3mm angle mounted on a mild steel circular pipe 65 NB, 3.2 mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022. (801 A (Retro-Reflectorised Traffic Signs) (PWD Common CSR-2023-24 V-3, Page-64, I.No. 8.6 (vi)) 90 cm circular Each 6741.0 6741.0 2.0 False None None False None False 13482.0 0 2874523 93825 None V-3, Page-65, I.No. 8.6 ( xii ) Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x 3mm angle mounted on a mild steel circular pipe 65 NB, 3.2 mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022. (801 A (Retro-Reflectorised Traffic Signs) (PWD Common CSR-2023-24 V-3, Page-65, I.No. 8.6 ( xii )) 60 cm x 45 cm rectangular Each 4486.65 4486.65 2.0 False None None False None False 8973.3 0 2874524 93825 None V-3, Page-67, I.No. 8.5 ( xiii ) Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x 3mm angle mounted on a mild steel circular pipe 65 NB, 3.2 mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022. (801 A (Retro-Reflectorised Traffic Signs) (PWD Common CSR-2023-24 V-3, Page-67, I.No. 8.5 ( xiii )) 60 cm x 60 cm square Each 4971.75 4971.75 2.0 False None None False None False 9943.5 0 2874525 93825 None V-3, Page-74, I.No. 8.43 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. MoRTH 806 (PWD Common CSR-2023-24 V-3, Page-74, I.No. 8.43) No. 383.25 383.25 1334.0 False None None False None False 511255.5 0 2874526 93825 None V-3, Page-78, I.No. 8.54 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 (PWD Common CSR-2023-24 V-3, Page-78, I.No. 8.54) No. 9450.0 9450.0 2.0 False None None False None False 18900.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709294695000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709294695000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709294695000 1 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 1709295362000 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 1709295366000 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 1709295370000 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 1709295374000 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 1709295381000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709295386000 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 1709295390000 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 1709295395000 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 1709295402000 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 1709295406000 0 None None ELIGIBILITY The Employer reserves the right to Reject any or all Tenders without assigning any reason. None 1709295411000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing KPP-Portal None 1709295415000 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 1709295420000 0 None None ELIGIBILITY The rates of all the items appeared in Bill of Quantities are inclusive of all leads and lifts None 1709295424000 0 None None ELIGIBILITY As per circular of Govt. of Karnataka Government Order No. PWD 107 CRM 2013, Bangalore, Dated: 20.02.2014, If the tenderer uploads the Bank Guarantee, but does not produce original at the time of technical scrutiny, such tenders will not be disqualified either in the technical bid stage or financial bid stage. But the qualified tenderer (L1) must submit the original copy of the BG at the time of agreement. None 1709295430000 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 1709295433000 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 1709295437000 0 None None ELIGIBILITY Bidders are advised to note that, 18% GST will be added to the contract amount. None 1709295442000 0 None None ELIGIBILITY The Increse 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 1709295446000 0 None None ELIGIBILITY The bidder should mention the UDIN No on the turnover certificate, failing which bid is rejected. None 1709295450000 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 1709295455000 0 None None ELIGIBILITY The star rates inrespect of specified materials ( Cement, Steel and Bitumen) shall be payable as per CIRCULAR NO.PWD 159 CRM 2009 Bangalore Dated 30.09.2010 None 1709295460000 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 1709295475000 0 None None ELIGIBILITY The work should be completed in 09(Nine) Months ( including monsoon) None 1709295478000 0 None None ELIGIBILITY The earnest money deposit shall be in two parts i.e.,Part (1) Rs.1,00,000 by e.payment and balance Part (2) Rs. Balance amount as specified in the KPP portal shall be in the form of Bank Guarantee in the prescribed format obtained from the Nationalized / Schedule Bank FDR or specified small savings instrument pledged to the Executive Engineer, Public Works Department Division, HOSAPETE payable at HOSAPETE before the prescribed date and time of opening of Technical Bid without fail None 1709295482000 0 None None ELIGIBILITY Any dispute or difference or claim arising out of, or in connection with, or relating to the present contract or the breach, termination or invalid thereof shall be referred and settled under the Arbitration centre Karnataka (Domastic and international Rules 2012,by one or more arbitratiors appointed in accordance with its rules None 1709295486000 0 None None ELIGIBILITY The deffect liability period is one year from the date of actual completion of work. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Executed in any one year the following minimum quantities of work (Cement Concrete - xxxx cum, Earthwork - xxxx cum, etc) (80% of peak rate of construction) 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 Owning the following key and critical equipment for this work (xxxx, xxxx, xxxx) None None None None None None Liquid assets and /or availability of credit facilities of no less than Rs. xxxxxx Lakhs (estimated cash flow for 3 months of peak construction period) 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 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 CC Road Work of value not less than Rs. 138.53 Lakhs 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 b) Executed in any one year, the following minimum quantities of work: 1 Earth work /Embankment/Sub Grade/Shoulder 5244.00Cum 2 GSB 1519.00 Cum 3.CC/PCC/RCC/DLC 2254.00 Cum Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Registration Certificate Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Tenderer should further demonstrate having:A.Excavator JCB/Hitachi:- 2Nos, 1No Own and 1 No Hire/Lease/Own B.Vibratory road roller 2Nos, 1No Own and 1 No Hire/Lease/Own C.Mechanical Grader: 1 Nos Own/Lease D.Tippers- 4Nos, 2No Own and 2 No Hire/Lease/Own E.vehicle mounted water tanker 4Nos, 2No Own and 2 No Hire/Lease/Own F.Pug mill: 1 No. Own/Lease G.Self Loading CC Mixer : 2Nos, 1No Own and 1 No Hire/Lease/Own H.Plate Vibrator :2Nos, 1No Own and 1 No Hire/Lease/Own Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- machineries 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.554.13 Lakhs Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Liquid Assets and /or availability of credit facilities of no less than Rs.92.35 lakhs (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 tenderCriterionDocumentList
documentName optional documentTypeText Registration Certificate True Technical Bid Annual Turnover Certificate Not below the rank of Charterd Accountant,The bidder should mention the UDIN No True Technical Bid Single Work Done Certificate Not Below the rank of Executive Engineer True Technical Bid Quantity Wise Work Done Certificate True Technical Bid Liquid Assets True Technical Bid GST CERTIFICATE True Technical Bid Principal Place of Business. True Technical Bid Tender Bid Capacity True Technical Bid List of Existing commitments & Ongoing works- Format-5 True Technical Bid List of works for which tenders acceptence letter received-Format-6 True Technical Bid List of works for which tenders already submitted-Format-7 True Technical Bid Profit and loss ac & Balance sheets for 5 years True Technical Bid Income Tax returns for 5 years True Technical Bid machineries True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Vijayanagara Harapanahalli Davangere HARAPANAHALLI (SC) SH-NE-27 None None None None None None tenderAddress
createdTs 1709539889000 version 0 createdDate None modifiedDate None blockNumber Office Of the Executive Engineer, PWD Division, 100 bed Hospital road, Hosapete street None city Hosapete state Karnataka pin 583201 tenderRecallDTO None