createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709613955784 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 1270.00 emd 101000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 12-03-2024 16:00:00 tenderQueryClose 11-03-2024 12:00:00 technicalBidOpen 13-03-2024 16:30:00 publishedDate 05-03-2024 14:40:21 publishedByPost PWD_EE_DIV_BLR publishedByUser KPE10627 - HEMARAJA bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 07-03-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson EXECUTIVE ENGINEER splitEmdRequiredYn True emdBankGuarantee 51000.00 emdCash 50000.00 bgValidityPeriod 135 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08392266123 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1709613955820 version 5 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT8728 title Construction of Cement Concrete Road and Drain at SC Colony in Swamyhalli village of Sandur taluk, Ballari district under 2515 KKRDB (Micro Projects) for the year 2023-24 (General Category) description Construction of Cement Concrete Road and Drain at SC Colony in Swamyhalli village of Sandur taluk, Ballari district under 2515 KKRDB (Micro Projects) for the year 2023-24 (General Category) category WORKS categoryText Works ecv 5041212.26 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1693 locationName PWD Division Office Ballari provisionalAmount 6000000.0 groupOverheadTotal None fileNumber AEE/PWD/SND/KKRDB/2023-24/2 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709613956000 0 None None Roads Construction of CC road and CC Drain in Swamihalli village SC Coloni in Sandur taluk Ballari district 5041212.26
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2915913 95841 None PWD CSR 2023-24 Vol-1, P No. 05, I No.1.4.1 Earth work excavation by manual means for drains, canals, waste weir, draft, approach channels, key trenches, foundation of Buildings & bridges and such simillar works in all kinds of soils, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter, excavated surface leveled and sides neatly dressed disposing off the excavated stuff or sorting & stacking the selected stuff for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools & other appurtenaces required to complete the work. In all kinds of soils Depth upto 1.5 m ---- 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 254.1 254.1 324.0 False None None False None False 82328.4 0 2915914 95841 None PWD CSR 2023-24 Vol-1, P No. 15, I No.2.1.2 Providing and laying in position Cement Concrete for levelling course forall 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. Mix 1:4:8 Using 40 mm nominal size graded crushed coarse aggregates ---- 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 18.4 False None None False None False 109428.48 0 2915915 95841 None PWD CSR 2023-24 Vol-1, P No. 16, I No.2.4.2 Providing and laying in position Cement Concrete for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 3.50 m height. The granite/trap / basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers, laid in layers, well compacted using needle vibrators, providing weep holes wherever necessary, including all lead & lifts, cost of all materials of quality, confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates ---- 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 6639.15 6639.15 109.2 False None None False None False 724995.18 0 2915916 95841 None PWD CSR 2023-24 Vol 1 P.No-111 Addendum I Formwork, centering and scaffolding for Cement concrete drains 35% ---- 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 2323.7 2323.7 109.2 False None None False None False 253748.04 0 2915917 95841 None PWD CSR 2023-24 Vol-1, P No. 18, I No.2.11 h Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification All other type of structures ---- 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. Tonne 82961.55 82961.55 8.45 False None None False None False 701025.0975 0 2915918 95841 None PWD CSR 2023-24 Vol-1,P No. 07, I No.1.9 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations and other similar works etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m ---- 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 279.3 279.3 39.6 False None None False None False 11060.28 0 2915919 95841 None PWD SR 2023-24 Vol-3 P No:17, I No: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 ---- 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 110.25 110.25 279.75 False None None False None False 30842.4375 0 2915920 95841 None PWD SR 2023-24 Vol-3 Page-23, I.No. 4.2 V 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 For Grading -V Material By Mix in Place Method ---- 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 2476.95 186.5 False None None False None False 461951.175 0 2915921 95841 None PWD SR 2023-24 Vol-3 Page-26, I.No. 4.14(b) Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with vibratory roller in stages to proper grade and camber, applying and brooming requisite type of screening/ binding Materials to fill up the interstices of coarse aggregate, watering and compacting to the required density Mechanical means Using Screening Type B (11.2mm agg) ---- 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 2526.3 2526.3 139.87 False None None False None False 353353.581 0 2915922 95841 None PWD CSR 2023-24 Vol-1,P No. 149, I No.16.28 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M30 (Grade), coarse and fine aggregates conforming to IS:383:2016:, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, primer, sealant, curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of 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 7091.7 7091.7 324.75 False None None False None False 2303029.575 0 2915923 95841 None PWD SR 2023-24 Vol-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 ---- 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. Each 9450.0 9450.0 1.0 False None None False None False 9450.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709613957000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709613957000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709613957000 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 1709614071000 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 1709614079000 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 portal on or before the last date and time of bid submission. None 1709614087000 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 1709614093000 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 1709614100000 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 1709614106000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka. None 1709614114000 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 1709614121000 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 1709614130000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709614138000 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 1709614145000 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 1709614152000 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 1709614158000 0 None None ELIGIBILITY The Employer reserves the right to reject any or all Tenders without assigning any reason or what so ever. None 1709614165000 0 None None ELIGIBILITY The tenderer shall maintain the Road/Building during the defect liability period. None 1709614175000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing kp procurement portal. None 1709614181000 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 1709614187000 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 1709614194000 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 1709614201000 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 1709614208000 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 1709614231000 0 None None ELIGIBILITY The time stipulated for completion of work is 6 (six) calendar months including rainy season. None 1709614238000 0 None None ELIGIBILITY The Agency shall comply with ISO14001 (Environmental Management System) requirement during execution of work. None 1709614245000 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 1709614251000 0 None None ELIGIBILITY The defect liability period for the work is 12 (Twelve) calendar months. None 1709614258000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act and applicable any other law as concerned to work. None 1709614264000 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 1709614271000 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 1709614279000 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 1709614287000 0 None None ELIGIBILITY The Bidder shall ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of KP Procurement portal on or before the last date of bid submission. None 1709614293000 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 1709614301000 0 None None ELIGIBILITY EMD Payments through KP-Payment mode shall be made as one single transaction and payments made in part are liable for rejection None 1709614308000 0 None None ELIGIBILITY As per Government Circular No.PWD/15/ITC/20082099 dated 2-12-2010, the tenderer can submit requisite EMD in two parts. i.e., for works costing from Rs.50.00 lakhs to 1.00 Crore, minimum of Rs.50,000/- through e-payment and rest of the amount either in the form of Bank Guarantee or FDR drawn in favour of the Executive Engineer, Public Works Department Division, Ballari issued by any Nationalised or Scheduled Bank. For works costing Rs.1.00 crore and above, minimum of Rs.1,00,000/- through e-payment and rest of the amount either in the form of Bank Guarantee or FDR drawn in favour of the Executive Engineer, Public Works Department Division, Ballari issued by any Nationalised or Scheduled Bank. If the tenderer intends to submit the requisite EMD in two parts, then the validity of EMD submitted in the form of Bank Guarantee or FDR shall remain valid for a period of 135 days from the last day of bid submission. If not such tenders will not be considered for evaluation. The tenderer shall submit the original instrument of EMD remitted in second part. None 1709614316000 0 None None ELIGIBILITY It is mandatory to use Manufactured Sand as per Government Circular No.PWD/72/BMS/2013 dated 31-07-2013. Also it is mandatory that the bidders should upload the required documents which demonstrate that, the bidder owns sand manufacturing unit or an agreement with the manufactured sand suppliers. The manufactured sand that should be got tested to confirm IS 383-2007 before use. Further, the contractor shall have his own Artificial sand manufacturing plant Unit. None 1709614324000 0 None None ELIGIBILITY Contractor should adhere to HSE policy applicable for similar projects. Contractor to that extent should submit HSE document defining all the procedure including the policies before execution of the project. None 1709614350000 0 None None ELIGIBILITY The tenderer shall note that, the GST at 18% shall be paid to the tendered amount separately. None 1709614358000 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 1709614372000 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 1709614381000 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 1709614388000 0 None None ELIGIBILITY The tenderer shall upload Physical and financial implementation calendar format before last date of tender receipt in the kpp portal. None 1709614397000 0 None None ELIGIBILITY The Tenderer or his identified sub-contractor should possess required valid electrical license for executing electrification works None 1709614405000 0 None None ELIGIBILITY Successful tender should have to obtain all mandatory clearances from Fire Services, Electrical Inspectorate, GESCOM Power Supply etc., before commencement of the work. 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 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 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 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 List of Financial Resources with Certificates 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 - satisfactorily completed as prime contractor, at least one similar work such as - CONSTRUCTION OF CEMENT CONCRETE ROAD WORKS of value not less than Rs.25.50 Lakhs. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Work done certificate of similar nature work from competent authority not below the rank of Executive engineer 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 - achieved in at least two financial years an annual financial turnover (in all classes of civil engineering construction works only) of Rs.51.00 Lakhs. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-1 Supported by the year wise Chartered Accountants Certificate along with UDIN None None None None To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 and 2022-23, (c)executed in any one year, the following minimum quantities of work: (a)Earthwork Excavation/ Embankment/Subgrade : 260.00 Cum, (b) GSB : 150.00 Cum ,(c) WBM/WMM : 112.00 Cum, (d)PCC/RCC : 362.00 Cum & (e) Steel : 6.80 t Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Work done certificate of similar nature work from competent authority not below the rank of Executive engineer None None None None Liquid Assets and /or availability of credit facilities of not less than Rs.16.00 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 Others -- Bankers Certificate - Information in Format-9 None None None None Constitutional or Legal Status of the Tenderer. Others Legal Status of the Tenderer
createdTs version createdDate modifiedDate documentName None None None None Others -- Copy of Registration for having registered in KPWD under Class-I category None None None None Principal Place of Business. Others Place of Business
createdTs version createdDate modifiedDate documentName None None None None Others -- Declaration by the Bidder on the Letter Head None None None None Information on Existing commitments and on going works which are yet to be completed Others Committed Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-5 None None None None Information of the works for which Tender acceptance letters are received. Others New Works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-6 and Letter of Acceptance None None None None Information of the works for which Tenderer has submitted Tender Others Tendered works
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-7 None None None None Information on litigation in which the Tenderer is involved Others Litigation
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format-10 tenderCriterionDocumentList
documentName optional documentTypeText KPWD Contractor Registration Certificate True Technical Bid Physical and financial implementation calendar format 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 Similar Nature works i.e CONSTRUCTION OF CEMENT CONCRETE ROAD WORKS work 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 Quantity wise breakup statement True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1709614957000 version 0 createdDate None modifiedDate None blockNumber Office of the Executive Engineer, PWD, Division, Ballari street None city Ballari state Karnataka pin 583102 tenderRecallDTO None