createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709455609771 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 5000.00 emd 629100.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 12-03-2024 16:00:00 tenderQueryClose 11-03-2024 17:30:00 technicalBidOpen 13-03-2024 16:30:00 publishedDate 05-03-2024 12:42:12 publishedByPost PWD_EE_DIV_YDG publishedByUser KPE12547 - ABHIMANYA K S bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 05-03-2024 12:30:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson ABHIMANYA K S splitEmdRequiredYn True emdBankGuarantee 529100.00 emdCash 100000.00 bgValidityPeriod 90 hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber 08473252470 mobileNumber 9448456958 tenderSupplierList None tenderSchedule
createdTs 1709455609807 version 5 createdDate None modifiedDate None tenderNumber PWD/2023-24/RD/WORK_INDENT9537 title Construction of Road from Belagunda Village to Anur (K) in Gurmitakal Constituency in Yadgir Talaka, Yadgir District. (Under KKRDB Micro (Non-Social) for the Year 2023-24) description Construction of Road from Belagunda Village to Anur (K) in Gurmitakal Constituency in Yadgir Talaka, Yadgir District. (Under KKRDB Micro (Non-Social) for the Year 2023-24) category WORKS categoryText Works ecv 41939464.89 deptName Public Works Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 1691 locationName PWD Division Office Yadagiri provisionalAmount 50000000.0 groupOverheadTotal 0.0 fileNumber PWD/SD/YAD/KKRDB-MICRO/2023-24/01 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709455610000 0 None None Roads Belagunda village to Anur (K) 41315019.8
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2896100 94935 None Vol 3 DSR 2023-24 Item No. 2.5(ii)a Page No. 9 Clearing and Grubbing Road Land. Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, including removal and disposal of top organic soil not exceeding 150 mm in thickness. 100 Sqm 412.65 412.65 21.46 False None None False None False 8855.469 0 2896101 94935 None Vol 3 DSR 2023-24 Item No. 3.7 Page No. 15 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. Cum 110.25 110.25 5665.73 False None None False None False 624646.7325 0 2896102 94935 None Vol 1 DSR 2023-24 Item No. 1.12 Page No. 8 Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter 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 appurtenances required to complete the work. In all kinds of soils upto 300 mm depth Cum 99.75 99.75 5028.75 False None None False None False 501617.8125 0 2896103 94935 None Vol 3 DSR 2023-24 Item No. 3.6 Page No. 15 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 Cum 517.65 517.65 11689.06 False None None False None False 6050841.909 0 2896104 94935 None Vol 3 DSR 2023-24 Item No. 4.2(v) Page No. 19 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 (v) For Grading -V Material Cum 2476.95 2476.95 4481.18 False None None False None False 11099658.801 0 2896105 94935 None Vol 3 DSR 2023-24 Item No. 4.17 Page No. 26 Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density Cum 2686.95 2686.95 3771.56 False None None False None False 10133993.142 0 2896106 94935 None Vol 3 DSR 2023-24 Item No. 5.1A Page No. 29 Providing and applying primer coat with SS1 grade Bitumen Emulsion on prepared surface of granular base including cleaning of road surface and spraying primer at the rate of 0.70 kg/m2 using mechanical means. (A) Prime Coat over WMM/WBM Sqm 43.05 43.05 16762.5 False None None False None False 721625.625 0 2896107 94935 None Vol 3 DSR 2023-24 Item No. 5.3(i) Page No. 29 Providing and applying tack coat with RS1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.20 kg/m2 on the prepared bituminous surface cleaned with mechanical broom (i) Tack coat on Bituminous surface Sqm 12.6 12.6 16762.5 False None None False None False 211207.5 0 2896108 94935 None Vol 3 DSR 2023-24 Item No. 5.8(ii)C Page No. 31 Providing and laying Bituminous Macadam with 40/60 TPH capacity hot mix plant using crushed aggregates of specified grading premixed with bituminous binder VG-30 at 3.4% by weight of mix, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compaction (ii) Bituminous Macadam Grading - II for traffic 20 MSA Cum 8044.05 8044.05 838.13 False None None False None False 6741959.6265 0 2896109 94935 None Vol 3 DSR 2023-24 Item No. 5.31 Page No. 43 Providing and laying Semi Dense Bituminous Concrete with 40/60 TPH capacity hot mix plant batch type using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 5% by weight of mix and filler, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per MoRTH V revision. Cum 10659.6 10659.6 419.06 False None None False None False 4467011.976 0 2896110 94935 None Vol 3 DSR 2023-24 Item No. 8.8 Page No. 65 Direction and Place Identification Signs with size more than 0.9 m2 size Board. Providing and erecting direction and place identification retroreflectorised sign as per IRC:67:2022 made of high intensity grade sheeting vide clause 801.3, fixed over aluminium sheeting, 2 mm thick or Aluminium composite material sheet with overall thickness of 4mm with area exceeding 0.9 m2 fixed over back support frame of min 40 x 40 x 5mm angle mounted on a mild steel circular pipe 65 NB, firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 x 45 x 60 cm, 60 cm below ground level as per approved drawing Sqm 10187.1 10187.1 0.72 False None None False None False 7334.712 0 2896111 94935 None Vol 3 DSR 2023-24 Item No. 8.15 Page No. 67 Road Marking with Hot Applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface 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 Sqm 556.5 556.5 1341.0 False None None False None False 746266.5 0 1709455610000 0 None None Roads CD Estimates 624445.09
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2896112 94936 None Vol 1 DSR 2023-24 Item No. 1.14.1 Page No. 8 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 Cum 107.1 107.1 32.4 False None None False None False 3470.04 0 2896113 94936 None Vol 1 DSR 2023-24 Item No. 1.8 Page No. 7 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.If the height of embankment construction is more than 1.50m add 5% per cum for every 1.50 m height or part there of Add 8% per cum for works under foul & sullage situation Cum 497.7 497.7 164.29 False None None False None False 81767.133 0 2896114 94936 None Vol 1 DSR 2023-24 Item No. 2.1.3 Page 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.Mix 1:3:6 Using 40 mm and down size graded crushed coarse aggregates Cum 6288.45 6288.45 3.64 False None None False None False 22889.958 0 2896115 94936 None Vol 1 DSR 2023-24 Item No. 2.2.2 Page No. 15 Providing and laying in position Cement Concrete for all Foundation works. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticizers laid in finished layers, well compacted using needle vibrators, including all lead & lifts, cost of all materials, quality confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all the other appurtenances required to complete the work as per technical specifications. M20 Design Mix Using 20 mm and down size graded crushed coarse aggregates with 20% partial replacement with Recycled concrete aggregate (RCA) Cum 6560.4 6560.4 35.58 False None None False None False 233419.032 0 2896116 94936 None Vol 1 DSR 2023-24 Appendix-I Sl.No 8 Page No. 112 Additionalities for Form Work and Centring, & Scaffolding charges for CD'S Head Wall Cum 524.83 524.83 35.58 False None None False None False 18673.4514 0 2896117 94936 None Vol 3 DSR 2023-24 Item No. 16.15b Page No. 135 Providing and Laying Reinforced Cement Concrete Pipe NP3 as per design in Single Row Providing and laying reinforced cement concrete pipe NP3 for culverts on first class bedding of granular material in single row including fixing collar with cement mortar 1:2 but excluding excavation, protection works, backfilling, concrete and masonry works in head walls and parapets Clause 1101.6 (b)1000mm dia m 8355.9 8355.9 20.0 False None None False None False 167118.0 0 2896118 94936 None Vol 1 DSR 2023-24 Item No. 2.11C Page No. 18 Supplying, fitting and placing TMT FE 550/550D Steel Reinforcement complete as per drawing and technical specification. c)Substructure o fBridge t 90754.65 90754.65 1.07 False None None False None False 97107.4755 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709455611000 1 None None ELIGIBILITY Tenders from Joint ventures are not acceptable None 1709455611000 1 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709455611000 1 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 KPPP portal on or before the last date and time of bid submission None 1709455723000 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 KPPP portal due to internet connectivity issues and technical glitches at bidders end None 1709455741000 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 1709455754000 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 1709455767000 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 1709455812000 0 None None ELIGIBILITY The Tenderer shall obtain the work done certifcate in the prescribed format from the competent Authority not below the rank of Executive Engineer(District Level Offer) and scan the original Certificates and attach file to the Bid. The Original Certificate/Certificates shall be produced at the time of opening of technical bids for physical verifcation None 1709455841000 0 None None ELIGIBILITY Conditional tenders will not be accepted None 1709455854000 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 1709455861000 0 None None ELIGIBILITY The Tenderer shall scan the Original Ownership Documents/Lease/Hire commitment Agreement for the Machinery and attach the scanned fle to the Bid. The original Documents shall be produced at the time of opening technical Bids for physical verifcation None 1709455867000 0 None None ELIGIBILITY The tenderer shall note that the scanned Document scan also be uploaded in the tasks created under Document/Evidence Required from the Bidder None 1709455875000 0 None None ELIGIBILITY The Employer reserves the right to Reject any or all Tenders without assigning any reason None 1709455885000 0 None None ELIGIBILITY The tenderer should maintain the road during the defective liability period None 1709455890000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing KPPP portal None 1709455896000 0 None None ELIGIBILITY Tender shall note that the Tenders of those found Eligible as mentioned in Clause-3 - Qualification of the Tenderer in Section 2: Instructions to Tenders (ITT), will only be considered for evaluation None 1709455901000 0 None None ELIGIBILITY Tenderer shall note that unit rate to be quoted includes all the sundry expenses, all leads, all lifts and hire charges of machinery, royalty etc. None 1709455907000 0 None None ELIGIBILITY The defect liability period for this work is 365 days None 1709455913000 0 None None ELIGIBILITY Bidders are advised to note that, 18% GST will be added to the contract amount None 1709455919000 0 None None ELIGIBILITY The successful Tenderer must Deliver Security Deposit Amount equivalent to 5 Percentage of contract price in the form of DD TDR Bank Guarantee plus additional security for unbalanced tender as per GO No PWD 289 CRM 2013 Bangalore. Dated 13 1 .2013 None 1709455927000 0 None None ELIGIBILITY The successful bidder should submit the addl. security deposit in form of Original DD/FDR/BG to this office at the time of execution of the agreement None 1709455938000 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 2023-24 in the Technical Qualification Criteria mentioned in the section None 1709455943000 0 None None ELIGIBILITY Period for completion of this work is 06 (Six) months including Monsoon None 1709455956000 0 None None ELIGIBILITY The Tenderer shall furnish as part of his tender earnest money deposit in the amount as shown in column 4 of the Table of IFT for this particular work. Tenderer can pay the full EMD amount of Rs.6,29,100.00 through e payment or the Earnest Money Deposit shall be in two parts. Part 1 Rs1,00,000.00 by e-payment Part 2 Rs.5,29,100.00 EMD shall be in favor of Executive Engineer PWD Yadgir Division Yadgir and may be in the form of Bankers Cheque OR Demand Draft OR Pay order in favour of Executive Engineer PWD Yadgir Division Yadgir payable at Yadgir to the Executive Engineer PWD Yadgir Division Yadgir or Bank Guarantee in the prescribed format obtained form any Nationalized OR Scheduled Bank None 1709455964000 0 None None ELIGIBILITY Estimate rates are excluding GST and the prevailing GST 18% of APT is added in the form of lump sum in sanctioned estimate as per the guidelines in common SR 2021-22 GO PWD 51 RDF 2019 Bengaluru, Dated 18.03.2022. Therefore APT OR ECV is excluding GST. In KPPP portal there is no option to add GST separately over and above APT during DTS process. Hence even though the tenderer has been invited by opting for the inclusive option, the item wise rates do not include GST. Hence GST will be paid separately for the quoted amount as per the Govt. Circular No.FD/447/Expenditure/12/2022 dated 30.07.2022. Therefore GST declaration certificate must be uploaded mandatory by the prospective bidders None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList 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 a) achieved in at least two financial years a minimum financial turn over (in all cases of civil engineering construction works only) Rs.838.78 Lakhs and The Financial Turn Over Certificate Should ear the UDIN Number invariably & duly signed by registered chartered Accountant. The Certificate without UDIN number will not be considered Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None To qualify forwarded of this contract, each Tenderer in its name have should in the last fve year i.e.2018-19 to 2022-23 (c) executed in any one year the following minimum quantities of work (As per Govt Circular No.PW 60 CRM 2021 Bengaluru Dtd.08.11.2021 (1)Earthwork/Subgrade/Earth filling: 13531.60 Cum (2) GSB: 3584.94 CUM (3)WMM/WBM: 3017.24 CUM. (4) BM/SDBC: 1005.75 (5) PCC/RCC/: 31.37 CUM (6) TMT STEEL: 0.85 TONN Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Maximum of Civil Engineering works executed in any one year during the last fve years (updated to 2023-24 price level) taking into account the completed as well as works in progress. (Financial turnover of previous shall be given a weightage of 10% per year to bring them to the price level of the 2023-24 Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter Head of the tenderer None None None None Assessed Tender Capacity Shall be more than the Tendered Amount Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessment on the Letter Head of this Tenderer None None None None Availability by owning at least 50 percentage of the required / specifed key and critical equipment for this work and remaining 50 percentage can be deployed on lease/hire basis for all works provided, the relevant documents (commitment agreements etc.,) for availability for this work are furnished (As per Govt Circular No.PW 60 CRM 2021 Dtd.08.11.2021) 1)Excavator: 2 No. Own). 2)Tippers : 4 Nos. (2 Nos. Own and 2 Nos Lease/Hire) 3)Hot mix plant: 1 No Own) (4)Mechanical Paver Finisher: 1 No. Own) (5) Mechanically Air compressor: 1 No. Own) (6) Grader: 1 No. Own) (7) Vibratory Road Roller: 1 No. Own) (8) Water Tanker : 1 Nos. Own/Hire) (9) Bitumen sprayer:1 Nos. Own) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned copies of HireLease agreement documents of Equipments/ Machineries Scanned copies of Ownership 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 work, if work is awarded Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Biodata of the Personnel 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 (b)Satisfactorily completed, as prime contractor, at least one similar work of value not less than Rs.209.69 Lakhs Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Liquid Assets and/or availability of credit facilities of not less than Rs.209.69 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 None None None None Latest income tax clearance certificate along with last five years balance sheet and profit & loss statement duly certified by the CA Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None List of Financial Resources with Certificates Financial Status None
createdTs version createdDate modifiedDate documentName None None None None GST Registration None None None None The proposed methodology and programme 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 work as per technical specifications within the stipulated period of completion Others Programme
createdTs version createdDate modifiedDate documentName None None None None Others -- CPM/ PERT CHART None None None None List of existing commitments 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 weight of 10% per year to bring them to the price level of 2023-24) (Month wise commitment shall be furnished) Others Existing Commitments
createdTs version createdDate modifiedDate documentName None None None None Others -- Statement on the Letter Head of the Tenderer None None None None Information of the works for which Tenderer has submitted Tender Others Submitted Tender
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 7 None None None None Banker Details for reference Others Banker details
createdTs version createdDate modifiedDate documentName None None None None Others -- Banker details None None None None Information on works which are yet to be completed Others Yet to be completed
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 5 None None None None Constitutional or Legal Status of the Tenderer Others Legal status
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Part-2 Rs.5,29,100.00 EMD Shall be in favor of Executive Engineer, PWD Division. Yadgir and may be in the form of Bankers Cheque OR Demand Draft OR Pay Order in favor of Executive Engineer, PWD Division. Yadgir payable at yadgir to the Executive Engineer, PWD Division. Yadgir of Bank Guarantee in the prescribed format obtained form any Nationalized OR Scheduled Banks. The tenderer should upload scanned Original Bank Guarantee of Part-2 EMD the qualifed tenderer L1 must submit the original copy of the BG at the time of agreement. As GO PWD107 CRM 2013 Dated 20.02.2013 Others Part-2 EMD
createdTs version createdDate modifiedDate documentName None None None None Others -- Scanned copy of Bankers Cheque / Demand Draft/ Pay order/ pledged small savings Instruments/ BG None None None None Information of the works for which tender acceptance letters are received Others Acceptance received
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 6 and Letter of Acceptance None None None None Information Litigation in which the Tenderer is involved Others Litigation
createdTs version createdDate modifiedDate documentName None None None None Others -- Information in Format 10 None None None None Name Address, Telephone No Fax No. and email ID of the Tenderers Bankers Others Information on the Letter Head of the tenderer
createdTs version createdDate modifiedDate documentName None None None None Others -- Information on the Letter Head of the tenderer tenderCriterionDocumentList
documentName optional documentTypeText To qualify for award of this contract, each Tenderer in its name should have in the last fve years i.e 2018-19 to 2022-23 a- achieved in at least two fnancial years a minimum fnancial turn over in all cases of civil engineering construction works only Rs.838.78 Lakhs and The Financial Turn Over Certifcate Should bear the UDIN Number invariably & duly registered charted Accountant. The Certificate without UDIN number will not be considered True Technical Bid Contractor Registration Class-II & Above True Technical Bid To qualify for award of this contract each Tenderer in its name should have in last five years i.e., 2018-19 to 2022-23 b-Satisfactorily completed as prime contractor, at least one similar work of value not less than Rs.209.69 Lakhs True Technical Bid Liquid Assets and/or availability of credit facilities of not less than Rs.209.69 Lakhs Credit Lines/Letter of Credit/Certifcates from the Banks for meeting the fund requirement etc True Technical Bid To qualify forwarded of this contract, each Tenderer in its name have should in the last five year i.e.2018-19 to 2022-23 c-executed in five year the following minimum quantities of work. As per Govt Circular No.PW 60 CRM 2021 Bengaluru Dtd.08.11.2021 1-Earthwork/Sub-Grade/Earth Filling-13531.60 Cum 2-GSB-3584.94 Cum 3-WMM/WBM-3017.24 Cum 4-BM/SDBC-1005.75 Cum 5-PCC/RCC-31.37 Cum 6-TMT Steel-0.85 Tonne True Technical Bid Latest income tax clearance certificate along with last five years balance sheet and profit & loss statement duly certified by the CA True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1709457492000 version 0 createdDate None modifiedDate None blockNumber Office of the Executive Engineer PWD Division Yadgir street None city YADGIR state Karnataka pin 585202 tenderRecallDTO None