createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709737997106
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee1970.00
emd157000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose14-03-2024 16:30:00
tenderQueryClose11-03-2024 11:00:00
technicalBidOpen15-03-2024 16:45:00
publishedDate07-03-2024 16:21:38
publishedByPostPWD_EE_DIV_BGV
publishedByUserKPE12007 - S S SOBARAD
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonS S Sobarad
splitEmdRequiredYnTrue
emdBankGuarantee107000.00
emdCash50000.00
bgValidityPeriod135
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08312467103
mobileNumberNone
tenderSupplierListNone
tenderSchedule
createdTs1709737997138
version8
createdDateNone
modifiedDateNone
tenderNumberPWD/2023-24/RD/WORK_INDENT9742
titleResurfacingof Roads from Jamboti Rabkavi Road SH- 54 from Ch km 52.00 to km 53.30 and construction of RCC drain in Hudali Village of Belagavi Taluk (Yamakanamardi Constituency)(Under HOA 3054 SH Maintenance for the year 2022-23))
descriptionResurfacingof Roads from Jamboti Rabkavi Road SH- 54 from Ch km 52.00 to km 53.30 and construction of RCC drain in Hudali Village of Belagavi Taluk (Yamakanamardi Constituency)
categoryWORKS
categoryTextWorks
ecv7849256.84
deptNamePublic Works Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location1685
locationNamePWD Division Office Belagavi
provisionalAmount10000000.0
groupOverheadTotal0.0
fileNumberKPWD/BGM/SD/3054/Jamboti/2023-24
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17097379970000NoneNoneRoadsResurfacingof Roads from Jamboti Rabkavi Road SH- 54 from Ch km 52.00 to km 53.30 and construction of RCC drain in Hudali Village of Belagavi Taluk (Yamakanamardi Constituency)(Under HOA 3054 SH Maintenance for the year 2022-23))6511749.49
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
294954297464None5.30Providing 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 broomSqm12.612.615825.0FalseNoneNoneFalseNoneFalse199395.00
294954397464None5.1 CDense Graded Bituminous Macadam Grading - I for traffic less than 20 MSA .Providing and laying Dense Graded Bituminous Macadam with 40/60 TPH capacity hot mix plant using crushed aggregates of specified grading, premixed with bituminous binder VG-30, @ 4.0 per cent by weight of total mix and filler, transporting the hot mix to work site, laying with mechanical paver finisher to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 505 complete in all respects.Cum9217.959217.9515.825FalseNoneNoneFalseNoneFalse145874.058750
294954497464None5.16 CProviding and laying Bituminous Concrete with 40/60 TPH capacity hot mix plant using crushed aggregates of specified grading, premixed with bituminous binder VG-30, @ 5.4 per cent of mix and filler, transporting the hot mix to work site, laying with mechanical paver finisher to the required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction as per MORTH specification clause No. 507 complete in all respectsCum11501.711501.7474.75FalseNoneNoneFalseNoneFalse5460432.0750
294954597464NoneVol-3, Item-3.6, Pg No-17Construction 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. 300-2Cum517.65517.65246.0FalseNoneNoneFalseNoneFalse127341.90
294954697464NoneVol-3, Pg No-64, Item-8.5A (iv)Retro-Reflectorised Traffic Signs.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.(iv)60 cm equilateral triangle.Each3754.83754.815.0FalseNoneNoneFalseNoneFalse56322.00
294954797464NoneVol -3, Pg no-67, item 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.Sqm556.5556.5680.3FalseNoneNoneFalseNoneFalse378586.950
294954897464NoneVol-3, pg no-144, Item no-16.8bSurface Drains in SoilConstruction of unlined surface drains of average cross sectional area 0.40 m2 in soil to specified lines, grades,levels and dimensions. Excavated material to be used in embankment with a lift upto 3m and lead of 50 m (average lead 25 m) as per Technical Specification Clause 307 (Vol.-3, P.No.144, I.No. 16.8b)m26.2526.251025.0FalseNoneNoneFalseNoneFalse26906.250
294954997464NoneVol.-3, P.No.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. (Vol.-3, P.No.74, I.No.8.43)No383.25383.25305.0FalseNoneNoneFalseNoneFalse116891.250
17097379970000NoneNoneRoadsRCC Drain1337507.35
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
294955097465NoneVol-1, Pg No-8, Item-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 knids of soils Depth upto 3m. [Page No 08 - I.No.1.14.1 PWD comman SR vol-01 2023-24]Cum107.1107.1266.475FalseNoneNoneFalseNoneFalse28539.47250
294955197465NoneVol-1,Pg no-15, Item-2.1.2Providing and laying in position plain 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 machineries, curing, and all the other appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork shall be paid separately)Mix 1:4:8( M5) Using 40 mm nominal size graded crushed coarse aggregates [Page No 15 - I.No. 2.1.2 PWD SR Common vol-01 2023-24]Cum5947.25947.228.5FalseNoneNoneFalseNoneFalse169495.20
294955297465NoneVol-1,Pg no-16, Item-2.4.2Providing and laying in position Reinforced 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 necesary, 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 (The cost of steel reinforcement & formwork to be paid separately)[Page No 16 - I.No. 2.4.2 PWD comman SR vol-01 2023-24]Cum6639.156639.1589.775FalseNoneNoneFalseNoneFalse596029.691250
294955397465NoneVol-1,Addendum I, Si No-4Formwork for the Item Code 2.4.2 (Sl no4 Page no. 111 vol - 1 M20 as per the item No4 rate)Cum2323.72323.789.775FalseNoneNoneFalseNoneFalse208610.16750
294955497465NoneVol-1,Pg no-18, Item no-2.11 hSupplying, 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 (PWD SR 2023-24 Pg.No.18 It.No.2.11 h. Vol-I)Tonne82961.5582961.554.036FalseNoneNoneFalseNoneFalse334832.81580
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17097379980001NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17097379980001NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17097379980001NoneNoneELIGIBILITYIt shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date and time of bid submission.None
17097420820000NoneNoneELIGIBILITYThe 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 KPPP portal due to internet connectivity issues and technical glitches at bidders end.None
17097420910000NoneNoneELIGIBILITYBidder 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
17097421230000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17097421280000NoneNoneELIGIBILITYThe 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.None
17097421340000NoneNoneELIGIBILITYFinancial Year will be reckoned as the period between first day of April and Thiry first day of March of succeeding year(both days inclusive)None
17097421400000NoneNoneELIGIBILITYAll the documents to be uploaded shall be neatly scanned and the documents scanned shall be in original.None
17097421460000NoneNoneELIGIBILITYThe tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence Required from the Bidder.None
17097421510000NoneNoneELIGIBILITYThe Employer reserves the right to Reject any or all Tenders without assigning any reasonNone
17097421570000NoneNoneELIGIBILITYThe Department is not responsible for any delay in accessing e-procurement portalNone
17097421620000NoneNoneELIGIBILITYTenderer 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
17097421680000NoneNoneELIGIBILITYAll materials required for the work shall be procured by the tenderer himself and should be got tested by the quality control authorities at his own cost before use on work.None
17097421730000NoneNoneELIGIBILITYThe items quoted shall include cost of Royalty charges on constructive materials and other taxes as per the rates prevailing Govt Orders at the time of execution and including all the cost and conveyance of all materials, curing, loading and unloading with all lead and lifts, labour, hire charges of machinary and equipments, etc., complete and all incidental charges. All the items shall be executed as directed by the Engineer in charge of the work.None
17097421800000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt ordersNone
17097421860000NoneNoneELIGIBILITYAll the Formats prescribed in the bid documents shall be filled in complete manner. ( section 3 & 4 of the bid document ) and shall be uploaded properly, signed by Tenderer . Necessary Certificates shall be uploaded along with the formats wherever required. General documents Section can be used for this purpose.None
17097421900000NoneNoneELIGIBILITYPhysical quantities requirement to qualify the Tenderer is 80% of the estimated quantity as per Govt Order No. .PW/630/CRM/2014 Bangalore Dated: 17-11-2014None
17097421970000NoneNoneELIGIBILITYDepartment will not supply any materials.None
17097422030000NoneNoneELIGIBILITYThe cost of the Tender form shall not be refundable.None
17097422080000NoneNoneELIGIBILITYFurther particulars, if any, required by the Contractor can be had from the office of the Executive Engineer, PWP & IWT Dept Division Belagavi during office hours on all working days. It may be noted that if any of the dates mentioned above happened next working day will holds good in lieu of the dates mentioned.None
17097422150000NoneNoneELIGIBILITYThe Tenderer must be present during opening of tender and submit uploaded documents duly attested by Gazzeted Officer not below the rank of Executive Engineer and also produce original documents for confirmation at the time of opening.None
17097422200000NoneNoneELIGIBILITYThe contractor should employ only registered labours as per Govt. Circular No. PWD/198/BMS/2009/ Dated: 24-06-2009. As per EPF & MP act 1952 in respect of the employees engaged by or through contractors, agencies and contractors shall have provident fund code no. & all the contract employees deployed by them are enrolled as members of provident fund.None
17097422260000NoneNoneELIGIBILITYAs per Karnataka State Govt Order No:LD/300/LET/2006/Bangalore Dt: 1-1-2007 and Govt Ltr No:PW/134/BMS/2007, Dt: 27-7-2007, a sum amounting to 1% of the bill amount will be deducted towards Construction Labour Welfare fund.None
17097422310000NoneNoneELIGIBILITYTHE CONTRACTORS ARE INSTRUCTED TO SUBMIT ONLY RELEVENT INFORMATION WITH RECORDS AS REQUIRED AND SPECIFIED IN QUALIFICATION CRITERIA. ANY JUNK, SUPERFLUOS AND UNNECESARY DOCUMENTS IF UPLOADED WILL TREATED AS MISLEADING AND SUCH TENDERS ARE LIABLE TO BE REJECTED.None
17097422390000NoneNoneELIGIBILITYThe Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders.None
17097422440000NoneNoneELIGIBILITYThe item rates are inclusive of all other charges.None
17097422520000NoneNoneELIGIBILITYGST shall be paid to the tendered amount separately as per Govt.Ltr.No. PWD:65:RDF:2017, dated: 11.10.2018 GST will be added to the contract amount separately.None
17097422570000NoneNoneELIGIBILITYThe Increase in GST shall not be paid in the extended period of contract for which the contractor alone is responsible for delays as determined by the authority while granting the extension of time.None
17097422630000NoneNoneELIGIBILITYFinancial turover 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 CriteriaNone
17097422680000NoneNoneELIGIBILITYThe Project Completion period is 06 (Six) months and the Tenderer should maintain work during the defect liability period, which is (1)One year after successful completion of the work. (including Monsoon).None
17097422750000NoneNoneELIGIBILITYAppeal - As per the Govt. ltr no 572/CRM/2020/PWD-COMM-1-PWD-SEC, dated 09.10.2020 the Appeals received in e-procurement as per KTPP Act / Rules within the stipulated time will only be considered. Any written Appeal Received shall not be considered.None
17097422810000NoneNoneELIGIBILITYThe tenderer should be a Govt. of Karnataka Chief Electrical Inspectorates, Bengaluru registered Class-III and Above Contractor.None
17097422870000NoneNoneELIGIBILITYUnique Document Identification Number (UDIN) for Practicing Chartered Account is PrefferedNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
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 and 2022-23 Achieved in at least two financial years a minimum financial turnover (in all classes of civil engineering construction works only) of Rs. 78.49 LakhsPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneTo qualify for award of this contract, each Tenderer in his name should have in the last five years 2018-19, 2019-20, 2020-21, 2021-22 and 2022-23 Satisfactorily completed, as prime contractor, at least one similar work such as Improvements of Road Work of value not less than Rs. 39.25 LakhsPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneSatisfactory Performance Certificate
NoneNoneNoneNoneTo qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 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 executed the following minimum quantities of work 1) Earth work Excavation in foundation/Subgrade & Earthen shoulder -738 cum, 2) Asphalt work (including BM/SDBC /DBM/BC)- 393 Cum, 3) Concrete works (PCC/RCC) 95 Cum, 4) Steel reinforcement 3.23 TonnePast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneThe EMD of Rs. 1,57,000.00 shall be paid in full through e payment or in two parts i.e. part (1) Rs, 50,000.00 by e -payment Part (2) Rs. 1,07,000.00 EMD shall be in the form of Bank Guarantee and shall be scanned and uploaded along with the technical Bid. The original Bank Guarantee should be handed over to the Executive Engineer before the prescribed date and time of opening of the Bids.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bank Guarantee shall be scanned and uploaded along with the technical Bid
NoneNoneNoneNoneTenderers who meet the above specified minimum qualifying criteria will only be qualified, if their available tender capacity is more than the total tender value. The available tender capacity will be calculated as under Assessed available tender capacity equal to (AxNx2.5 - B) A equal to Maximum value of civil engineering works executed in any one year during the last five years (updated to 2023-24 price level) taking into account the completed as well as works in progress. 0.50 Year where B equal to Value at 2023-24 price level, of existing commitments and on-going works to be completed during the next 0.50 Year form the probable date of Award of this contract.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Calculation Sheet on letter head
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 work, if work is awardedCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Biodata of the personnel
NoneNoneNoneNoneAssessed Tender Capacity shall be more than the Tendered AmountCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessment on the Letter Head of the Tenderer
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 work, if work is awardedCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Biodata of the personnel
NoneNoneNoneNoneInformation on works which are yet to be completed, Information of the works for which Tender Acceptance letters are recieved, Information of the works for which Tenderer has submitted Tender, Information on litigation in which the Tenderer is involvedCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information in Formats enclosed with this NIT
NoneNoneNoneNoneEach Tenderer should further demonstrate- liquid assets and/or availability of credit facilities of not less than Rs.23.55 lakhs Credit lines/letter of credit/ certificates from the banks for meeting the fund requirement etc. (Enclosed with this NIT under Forms of Bid qualification information as per Govt. Circular No. FD-CAM/16/2022(P-2), dated. 22.08.2022) (estimated cash flow for 3 months of peak construction period)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneTenderer should further demonstrate Availability of key equipment/ machinery for execution of the work. However as per Govt Circular no GO-FD/AE 263/EXP12-2022 dt 11.05.2022, this clause for owning key equipment for works costing upto Rs 3.00 Crores is exempted. However it is obligatory for the contractor to use the fallowing machineries for various activities involved in construction as per MORTH specifications. Tippers-1 Own, 1-Hire, Hot Mix Plant (40/60 TPH)-1 Own, Vibratory Road Roller-1 Own, Paver Finisher-1 Own, Water Tanker-2 Hire, Self Loading Concrete Mixer/Mechanical Concrete Mixer with hopper and Excavator (Hydraulic Excavator/Backhoe Loader) - 1 HireFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Should scan and attach the requisite ownership documents hirelease agreement with the Bid and prod
NoneNoneNoneNoneReport on the financial standing of the Tenderer, such as profit and loss statements and auditors report for the last five years.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Auditors Report
NoneNoneNoneNoneConstitutional and Legal Status of the TendererOthersLegal Status of the Tenderer
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Copy of registration Document
NoneNoneNoneNonePrincipal Place of Business (Full address)OthersNull
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Address proof, with declaration on Bidders letter head
NoneNoneNoneNoneName and Address Telephone Nos. Fax Nos. and email ID of the Tenderers and BankersOthersBankers Details
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Information on the Letter Head of the tenderer
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Contractors KPWD Registration CertificateTrueTechnical Bid
Annual Turnover Certificate from CA from 2018-19 to 2022-23TrueTechnical Bid
Work done certificate from Competent authority from Rank of Executive Engineer and aboveTrueTechnical Bid
Work Done Certificate for Similar Nature of Work Done from Competent authority from Rank of Executive Engineer and aboveTrueTechnical Bid
Name and Address of Contractor for CommunicationTrueTechnical Bid
Liquid assets or availability of credit facilities in form of Credit lines/letter of credit/ certificates from the banksTrueTechnical Bid
Availability Machinery/ Equipments by owning/Hire/Lease basisTrueTechnical Bid
UDIN is PrefferedTrueTechnical Bid
List of ongoing works/ Works in HandTrueTechnical Bid
Filled froms enclosed with NITTrueTechnical Bid
Bid capacity on Letter headTrueTechnical Bid
Profit and Loss A/C StatementTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone