createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709808722237 version 6 createdDate None modifiedDate None evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open tenderFee 2250.00 emd 200000.00 bidValueType LUMPSUM bidValueTypeText Lumpsum techWeightage 80 tenderReceiptClose 22-03-2024 16:00:00 tenderQueryClose 14-03-2024 11:00:00 technicalBidOpen 25-03-2024 16:00:00 publishedDate 07-03-2024 19:32:29 publishedByPost EWHFWD_CE_CEOFF_BNG publishedByUser KPE16838 - BALEKATTE KUMARASWAMY PAVITHRA bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 15-03-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None retenderedYn None contactPerson Gnanesh Kumar V P splitEmdRequiredYn False emdBankGuarantee None emdCash None bgValidityPeriod None hideWeightage False isMultipleSupplierSelectionAllowed None techEvalStartDate None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed None highestBidderSelection False qcbsTenderYn True itemwiseEmdRequiredYn None itemwiseTechEvalYn None officeNumber 08029557023 mobileNumber 9449843360 provisionalAmount None tenderSupplierList None tenderSchedule
createdTs 1709808722270 version 9 createdDate None modifiedDate None tenderNumber EWHFWD/2023-24/SE0071 title Providing 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 description Providing 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. category SERVICES categoryText Services ecv 8992000.00 deptName Engineering Wing of Health and Family Welfare Department fileName HFW/EW/TA3/AE6/PMC/BOWRING status PUBLISHED statusText Published remarks None ecvtenderYn False location 3521 locationName EWHFWD Chief Engineer Office Bengaluru procEntityTypeText None tenderGroups
createdTs version createdDate modifiedDate groupName itemList itemSize 1709808722271 0 None None Default
createdTs version createdDate modifiedDate itemCode itemName valueOfService extendOfContract quantity specifications biddingUnit estimateUnitRate estimateItemPrice denominationType itemEmd 1709808722000 0 None None PMCBandLC01 PMC0001 None 1.0 1.0 No specifications LUMPSUM 8992000.0 8992000.00 RUPEES None 1 generalCriterionList None preQualCriterionList None technicalCriterionList None tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate True Technical Bid Certificates to be furnished as per Bid document True Technical Bid Company Registration Certificate True Technical Bid tenderItemsList
createdTs version createdDate modifiedDate itemCode itemName valueOfService extendOfContract quantity specifications biddingUnit estimateUnitRate estimateItemPrice denominationType itemEmd 1709808722000 0 None None PMCBandLC01 PMC0001 None 1.0 1.0 No specifications LUMPSUM 8992000.0 8992000.00 RUPEES None tenderEligibilityCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709808724000 1 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709808964000 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 e-Procurement on or before the last date and time of bid submission. None 1709808975000 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 e Procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1709808985000 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 1709808994000 0 None None ELIGIBILITY Consultants/firms/organization with Joint ventures are not acceptable. None 1709809002000 0 None None ELIGIBILITY Consultants/firms/organization shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709809011000 0 None None ELIGIBILITY Consultants/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 1709809021000 1 None None ELIGIBILITY Consultants/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 1709809039000 0 None None ELIGIBILITY Consultants/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 1709809149000 0 None None ELIGIBILITY Conditional Request for Proposal will not be accepted. None 1709809157000 0 None None ELIGIBILITY Any discrepancies observed in the documents uploaded by the Consultants/firms/organization , the Request for Proposal shall liable to be rejected. None 1709809166000 0 None None ELIGIBILITY Earnest 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 1709809176000 0 None None ELIGIBILITY All 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 1709809196000 0 None None ELIGIBILITY Consultants/firms/organization are required to read the Bid Documents carefully before submission of their bid. None 1709809208000 0 None None ELIGIBILITY If 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 1709809221000 0 None None ELIGIBILITY The 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 1709809231000 0 None None ELIGIBILITY All other Terms and conditions are applicable as per the Request for Proposal None 1709809246000 0 None None ELIGIBILITY The 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 1709809268000 0 None None ELIGIBILITY Consultants/firms/organization shall secure a minimum Technical score of 80 points to Qualify None 1709809285000 0 None None ELIGIBILITY The 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 1709809294000 0 None None ELIGIBILITY Consultant will be selected under Quality- and Cost-Based Selection (QCBS) procedure None 1709809303000 0 None None ELIGIBILITY The 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 1709809362000 0 None None ELIGIBILITY To 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 1709818825000 0 None None ELIGIBILITY The Rates quoted by the Consultants/firms/organization shall be inclusive of GST None tenderTechnicalCriterionList
createdTs version createdDate modifiedDate description weight criterionCategoryText criterionTypeOthersValue criterionType tenderTechnicalCriterionDocumentList None None None None Specific 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 Points 20 Past Experience None TECHNICAL_QUALIFICATION
createdTs version createdDate modifiedDate documentTypeText documentName None None None None None Work Done Certificate None None None None Adequacy of the proposed work plan and methodology 10 Capabilities of Vendor None TECHNICAL_QUALIFICATION
createdTs version createdDate modifiedDate documentTypeText documentName None None None None None Others -- Work Plan and Methadology None None None None Laboratory 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. 20 Capabilities of Vendor None TECHNICAL_QUALIFICATION
createdTs version createdDate modifiedDate documentTypeText documentName None None None None None Others -- Certificates of own laboratory and NABL Accreditation None None None None Qualifications 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) 50 Capabilities of Vendor None TECHNICAL_QUALIFICATION
createdTs version createdDate modifiedDate documentTypeText documentName None None None None None Others -- CV AND CERTIFICATES ETC., tenderPreQualCriterionList None tenderAddress
createdTs 1709820003254 version 0 createdDate None modifiedDate None blockNumber Office of the Chief Engineer, Engineering Wing, HFWD, Arogya Soudha, 3rd Floor, 1st Cross Magadi Road street None city Bengaluru state Karnataka pin 560023 tenderRecallDTO None