createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709808722237
version6
createdDateNone
modifiedDateNone
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
tenderFee2250.00
emd200000.00
bidValueTypeLUMPSUM
bidValueTypeTextLumpsum
techWeightage80
tenderReceiptClose22-03-2024 16:00:00
tenderQueryClose14-03-2024 11:00:00
technicalBidOpen25-03-2024 16:00:00
publishedDate07-03-2024 19:32:29
publishedByPostEWHFWD_CE_CEOFF_BNG
publishedByUserKPE16838 - BALEKATTE KUMARASWAMY PAVITHRA
bidValidityPeriod90
noOfCalls1
preBidMeetingDate15-03-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
retenderedYnNone
contactPersonGnanesh Kumar V P
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageFalse
isMultipleSupplierSelectionAllowedNone
techEvalStartDateNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedNone
highestBidderSelectionFalse
qcbsTenderYnTrue
itemwiseEmdRequiredYnNone
itemwiseTechEvalYnNone
officeNumber08029557023
mobileNumber9449843360
provisionalAmountNone
tenderSupplierListNone
tenderSchedule
createdTs1709808722270
version9
createdDateNone
modifiedDateNone
tenderNumberEWHFWD/2023-24/SE0071
titleProviding Project Management Consultant Services for the work of Construction of 500 Bedded Hospital by Modular Method in Bowring and Lady Curzon Hospital at Shri. Atal Bihari Vajpayee Medical College and research institute at Bengaluru Phase-I, II & III
descriptionProviding Project Management Consultant Services for the work of Construction of New OPD & OT Block Basement , Ground, 2 Upper Floors at Bowring and Lady Curzon Hospital Shivajinagar Bengaluru, Phase I, 2.Construction of OT Block over the New OPD Block, 3rd 4th 5th 6th Floors, at Bowring and Lady Curzon Hospital Shivajinagar Bengaluru Phase II and 3.Construction of 360 Bed Ward Block 7th 8th 9th and 10th Floors, over the New OPD Block at Bowring and Lady Curzon Hospital Shivajinagar Bengaluru, Phase III.
categorySERVICES
categoryTextServices
ecv8992000.00
deptNameEngineering Wing of Health and Family Welfare Department
fileNameHFW/EW/TA3/AE6/PMC/BOWRING
statusPUBLISHED
statusTextPublished
remarksNone
ecvtenderYnFalse
location3521
locationNameEWHFWD Chief Engineer Office Bengaluru
procEntityTypeTextNone
tenderGroups
createdTsversioncreatedDatemodifiedDategroupNameitemListitemSize
17098087222710NoneNoneDefault
createdTsversioncreatedDatemodifiedDateitemCodeitemNamevalueOfServiceextendOfContractquantityspecificationsbiddingUnitestimateUnitRateestimateItemPricedenominationTypeitemEmd
17098087220000NoneNonePMCBandLC01PMC0001None1.01.0No specificationsLUMPSUM8992000.08992000.00RUPEESNone
1
generalCriterionListNone
preQualCriterionListNone
technicalCriterionListNone
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateTrueTechnical Bid
Certificates to be furnished as per Bid documentTrueTechnical Bid
Company Registration CertificateTrueTechnical Bid
tenderItemsList
createdTsversioncreatedDatemodifiedDateitemCodeitemNamevalueOfServiceextendOfContractquantityspecificationsbiddingUnitestimateUnitRateestimateItemPricedenominationTypeitemEmd
17098087220000NoneNonePMCBandLC01PMC0001None1.01.0No specificationsLUMPSUM8992000.08992000.00RUPEESNone
tenderEligibilityCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17098087240001NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of KarnatakaNone
17098089640000NoneNoneELIGIBILITYIt 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
17098089750000NoneNoneELIGIBILITYThe 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
17098089850000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17098089940000NoneNoneELIGIBILITYConsultants/firms/organization with Joint ventures are not acceptable.None
17098090020000NoneNoneELIGIBILITYConsultants/firms/organization shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of KarnatakaNone
17098090110000NoneNoneELIGIBILITYConsultants/firms/organization shall ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date of bid submission.None
17098090210001NoneNoneELIGIBILITYConsultants/firms/organization 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 KPP-Procurement portal due to internet connectivity issues and technical glitches.None
17098090390000NoneNoneELIGIBILITYConsultants/firms/organization shall bear all costs associated with the preparation and submission of his tender, and the employer will in no case be responsible and liable for those costs.None
17098091490000NoneNoneELIGIBILITYConditional Request for Proposal will not be accepted.None
17098091570000NoneNoneELIGIBILITYAny discrepancies observed in the documents uploaded by the Consultants/firms/organization , the Request for Proposal shall liable to be rejected.None
17098091660000NoneNoneELIGIBILITYEarnest Money Deposit will have to be in any one of the forms as per the instructions in the financial bid document and shall have to be valid for 45 days beyond the validity of the tender.None
17098091760000NoneNoneELIGIBILITYAll the formats prescribed in the bid documents shall be filled in complete manner and shall be uploaded properly, signed by Consultants/firms/organization. Necessary certificates shall be uploaded along with the formats wherever required. General documents section can be used for this purpose.None
17098091960000NoneNoneELIGIBILITYConsultants/firms/organization are required to read the Bid Documents carefully before submission of their bid.None
17098092080000NoneNoneELIGIBILITYIf the numbers of page to be attached in one particular attachment is more, then all the pages can be put into one folder, zipped and then attached or else all the pages can be pasted in one word file and then this word file could be converted to PDF (portable documents format) format and then attached. (Please contract Help Desk for more assistance Phone: 080-25501216/ 25501227)None
17098092210000NoneNoneELIGIBILITYThe Consultants/firms/organization are bound to furnish the original certified documents to the employer within a weeks time from the day of opening of technical bid for verification, failing which the Request for Proposal will be considered as non responsive.None
17098092310000NoneNoneELIGIBILITYAll other Terms and conditions are applicable as per the Request for ProposalNone
17098092460000NoneNoneELIGIBILITYThe Consultants/firms/organization shall submit FINANCIAL PROPOSAL SUBMISSION FORM , SUMMARY OF COSTS, BREAKDOWN OF COSTS only after opening of Financial bids to the Employer.None
17098092680000NoneNoneELIGIBILITYConsultants/firms/organization shall secure a minimum Technical score of 80 points to QualifyNone
17098092850000NoneNoneELIGIBILITYThe Project Management Consultant (PMC) must have their own laboratories with accreditation of NABL firms with NABL accreditation for testing construction materials as the scope of work also includes testing of materials to be used by the contractors. The details of the laboratories, equipment and testing facilities should be furnished by the PMC.None
17098092940000NoneNoneELIGIBILITYConsultant will be selected under Quality- and Cost-Based Selection (QCBS) procedureNone
17098093030000NoneNoneELIGIBILITYThe Technical Proposal shall not include any financial information other than the specified technical criteria in the RFP. Bid will be treated Technically Non Responsive if technical proposal includes any financial submission forms.None
17098093620000NoneNoneELIGIBILITYTo qualify for the award of the Project Management consultant Services, each consultant/firm in its name should have in the last 5 years i.e., (2018-19 to 2022-23) achieved at least in two years a minimum annual financial turnover of Rs.180.00 Lakh from Project Management Consultant Services Only. The Annual financial Turnover Certificate and certified copies of IT returns, audit report, profit and loss statement etc., balance sheet, shall be issued by the registered Chartered Accountant (The financial Turnover of the previous financial years shall be given weightage of 10% per year to bring them to 2023-24 price level).None
17098188250000NoneNoneELIGIBILITYThe Rates quoted by the Consultants/firms/organization shall be inclusive of GSTNone
tenderTechnicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptionweightcriterionCategoryTextcriterionTypeOthersValuecriterionTypetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneSpecific experience of the consultants related to the Assignment. At least Two similar type of building works Minimum Project cost Rs.14900.00 Lakh. The completion certificate should have been issued by not below the rank of Executive Engineer of Government, Semi Government or Autonomous bodies of State or Central Government. Note: Points for the similar type of Assignment allocated as follows Hospital Building /Medical College Building Assignment 2 x 10 Points, Other Building Assignment 2 x 5 Points20Past ExperienceNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneAdequacy of the proposed work plan and methodology10Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- Work Plan and Methadology
NoneNoneNoneNoneLaboratory should possess all the requirements of Civil works as per standards, preferably with NABL Accreditation, Electrical, Mechanical and Chemical. The firm that does not have own laboratory can have the MOU with the firm or institution, having NABL with in Karnataka State only. Own Laboratory with NABL Accreditation is 20 points. Own Laboratory without NABL Accreditation is 10 points. MOU with the firm With NABL Accreditation is 10 points, MOU with the firm Without NABL Accreditation is 5 points.20Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- Certificates of own laboratory and NABL Accreditation
NoneNoneNoneNoneQualifications and competence of the key professional staff. a. Qualification-20 points b.Experience to related project-22.80 points, c.Experience in region and language-7.20 points( FURTHER BREAK UP OF THESE POINTS ARE AS SPECIFIED IN BID DOCUMENT)50Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- CV AND CERTIFICATES ETC.,
tenderPreQualCriterionListNone
tenderAddress
createdTs1709820003254
version0
createdDateNone
modifiedDateNone
blockNumberOffice of the Chief Engineer, Engineering Wing, HFWD, Arogya Soudha, 3rd Floor, 1st Cross Magadi Road
streetNone
cityBengaluru
stateKarnataka
pin560023
tenderRecallDTONone