createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709294694223
version6
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd416000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose13-03-2024 16:00:00
tenderQueryClose12-03-2024 16:00:00
technicalBidOpen14-03-2024 16:30:00
publishedDate06-03-2024 11:58:45
publishedByPostPWD_EE_DIV_HSPT
publishedByUserKPE10175 - RAVINDRA R KATTI
bidValidityPeriod90
noOfCalls1
preBidMeetingDate05-03-2024 10:30:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonExecutive Engineer
splitEmdRequiredYnTrue
emdBankGuarantee316000.00
emdCash100000.00
bgValidityPeriod135
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber080394200231
mobileNumberNone
tenderSupplierListNone
tenderSchedule
createdTs1709294694253
version5
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT7899
titleConstruction 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.
descriptionConstruction 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.
categoryWORKS
categoryTextWorks
ecv27706576.52
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location1694
locationNamePWD Division Office Hosapete
provisionalAmount32981000.0
groupOverheadTotal0.0
fileNumberAEE/PWD/HPH/KKRDB/MICRO/2023-24/VATTLAHALLI
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17092946940001NoneNoneRoadsConstruction 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
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
287451093825NoneV-3, P-17, I-3.7Loosening, 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)Cum110.25110.25948.94FalseNoneNoneFalseNoneFalse104620.6350
287451193825NoneV-1, P-8, I-1.14.1Earth 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)Cum107.1107.13053.67FalseNoneNoneFalseNoneFalse327048.0570
287451293825NoneV-1, P-7, I-1.7Construction 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)Cum124.95124.951221.47FalseNoneNoneFalseNoneFalse152622.67650
287451393825NoneV-1, P-7, I-1.8Construction 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)Cum497.7497.71298.06FalseNoneNoneFalseNoneFalse646044.4620
287451493825NoneI.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))Cum2612.42612.41897.88FalseNoneNoneFalseNoneFalse4958021.7120
287451593825NoneV-3 Page-49, I.No. 6.1Construction 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)Cum5166.05166.0961.59FalseNoneNoneFalseNoneFalse4967573.940
287451693825NoneV-3, Page-50, I.No. 6.5Construction 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)Cum8230.958230.951855.7FalseNoneNoneFalseNoneFalse15274173.9150
287451793825NoneV-3, Page-17, I.No. 3.6Construction 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)Cum517.65517.65978.46FalseNoneNoneFalseNoneFalse506499.8190
287451893825NoneV-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.3073.353073.352.0FalseNoneNoneFalseNoneFalse6146.70
287451993825NoneV-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.884.1884.14.0FalseNoneNoneFalseNoneFalse3536.40
287452093825NoneV-3, Page-67, I.No. 8.15Providing 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)Sqm556.5556.5337.4FalseNoneNoneFalseNoneFalse187763.10
287452193825NoneV-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 triangleEach4985.44985.42.0FalseNoneNoneFalseNoneFalse9970.80
287452293825NoneV-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 circularEach6741.06741.02.0FalseNoneNoneFalseNoneFalse13482.00
287452393825NoneV-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 rectangularEach4486.654486.652.0FalseNoneNoneFalseNoneFalse8973.30
287452493825NoneV-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 squareEach4971.754971.752.0FalseNoneNoneFalseNoneFalse9943.50
287452593825NoneV-3, Page-74, I.No. 8.43Supplying 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.383.25383.251334.0FalseNoneNoneFalseNoneFalse511255.50
287452693825NoneV-3, Page-78, I.No. 8.54Providing 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.9450.09450.02.0FalseNoneNoneFalseNoneFalse18900.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17092946950000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17092946950000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17092946950001NoneNoneELIGIBILITYThe 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
17092953620000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17092953660000NoneNoneELIGIBILITYBidder 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
17092953700000NoneNoneELIGIBILITYAs 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
17092953740000NoneNoneELIGIBILITYThe Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders.None
17092953810000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17092953860000NoneNoneELIGIBILITYThe 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
17092953900000NoneNoneELIGIBILITYFinancial 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
17092953950000NoneNoneELIGIBILITYThe 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
17092954020000NoneNoneELIGIBILITYThe tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the BidderNone
17092954060000NoneNoneELIGIBILITYThe Employer reserves the right to Reject any or all Tenders without assigning any reason.None
17092954110000NoneNoneELIGIBILITYThe Department is not responsible for any delay in accessing KPP-PortalNone
17092954150000NoneNoneELIGIBILITYTenderer 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
17092954200000NoneNoneELIGIBILITYThe rates of all the items appeared in Bill of Quantities are inclusive of all leads and liftsNone
17092954240000NoneNoneELIGIBILITYAs 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
17092954300000NoneNoneELIGIBILITYThe 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
17092954330000NoneNoneELIGIBILITYAfter 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
17092954370000NoneNoneELIGIBILITYBidders are advised to note that, 18% GST will be added to the contract amount.None
17092954420000NoneNoneELIGIBILITYThe 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
17092954460000NoneNoneELIGIBILITYThe bidder should mention the UDIN No on the turnover certificate, failing which bid is rejected.None
17092954500000NoneNoneELIGIBILITYIf 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
17092954550000NoneNoneELIGIBILITYThe star rates inrespect of specified materials ( Cement, Steel and Bitumen) shall be payable as per CIRCULAR NO.PWD 159 CRM 2009 Bangalore Dated 30.09.2010None
17092954600000NoneNoneELIGIBILITYFinancial 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
17092954750000NoneNoneELIGIBILITYThe work should be completed in 09(Nine) Months ( including monsoon)None
17092954780000NoneNoneELIGIBILITYThe 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 failNone
17092954820000NoneNoneELIGIBILITYAny 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 rulesNone
17092954860000NoneNoneELIGIBILITYThe deffect liability period is one year from the date of actual completion of work.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneExecuted in any one year the following minimum quantities of work (Cement Concrete - xxxx cum, Earthwork - xxxx cum, etc) (80% of peak rate of construction)NoneNone
NoneNoneNoneNoneTenderer 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 yearNoneNone
NoneNoneNoneNoneOwning the following key and critical equipment for this work (xxxx, xxxx, xxxx)NoneNone
NoneNoneNoneNoneLiquid assets and /or availability of credit facilities of no less than Rs. xxxxxx Lakhs (estimated cash flow for 3 months of peak construction period)NoneNone
NoneNoneNoneNoneTotal value of civl engineering works executed and payments received in the last five years (year-wise)NoneNone
NoneNoneNoneNoneList of existing commitments and ongoing worksNoneNone
NoneNoneNoneNoneList of works for which tenders already submittedNoneNone
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
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 contract, if awardedNoneNone
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 CC Road Work of value not less than Rs. 138.53 LakhsPast 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 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 CumPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneRegistration CertificateCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneTenderer 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/OwnCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- machineries
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.554.13 LakhsFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneLiquid 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 etcFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Registration CertificateTrueTechnical Bid
Annual Turnover Certificate Not below the rank of Charterd Accountant,The bidder should mention the UDIN NoTrueTechnical Bid
Single Work Done Certificate Not Below the rank of Executive EngineerTrueTechnical Bid
Quantity Wise Work Done CertificateTrueTechnical Bid
Liquid AssetsTrueTechnical Bid
GST CERTIFICATETrueTechnical Bid
Principal Place of Business.TrueTechnical Bid
Tender Bid CapacityTrueTechnical Bid
List of Existing commitments & Ongoing works- Format-5TrueTechnical Bid
List of works for which tenders acceptence letter received-Format-6TrueTechnical Bid
List of works for which tenders already submitted-Format-7TrueTechnical Bid
Profit and loss ac & Balance sheets for 5 yearsTrueTechnical Bid
Income Tax returns for 5 yearsTrueTechnical Bid
machineriesTrueTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
RoadsVijayanagaraHarapanahalliDavangereHARAPANAHALLI (SC)SH-NE-27NoneNoneNoneNoneNoneNone
tenderAddress
createdTs1709539889000
version0
createdDateNone
modifiedDateNone
blockNumberOffice Of the Executive Engineer, PWD Division, 100 bed Hospital road, Hosapete
streetNone
cityHosapete
stateKarnataka
pin583201
tenderRecallDTONone