createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1710235989942
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd1317000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose27-03-2024 17:30:00
tenderQueryClose19-03-2024 15:30:00
technicalBidOpen30-03-2024 11:00:00
publishedDate12-03-2024 17:51:46
publishedByPostKSPHIDCL_EECNT_CNT_BNG
publishedByUserKPE16206 - CHANDRASHEKAR
bidValidityPeriod90
noOfCalls1
preBidMeetingDate20-03-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonCHANDRASHEKAR
splitEmdRequiredYnTrue
emdBankGuarantee1217000.00
emdCash100000.00
bgValidityPeriod120
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08025584130
mobileNumber9448120484
tenderSupplierListNone
tenderSchedule
createdTs1710235989964
version5
createdDateNone
modifiedDateNone
tenderNumberKSPHIDCL/2023-24/RD/WORK_INDENT104
titleCONSTRUCTION OF CC ROAD AT WARD NO.2,5,6,7,8,9,10,12,13,17,18,20,24,27,31 AND KHANDENAHALLI, DHARMAPURA, PEDIKOTE AND MADENAHALLI IN HIRIYUR CITY AND HIRIYUR TALUKA OF CHITRADURGA DISTRICT
descriptionCONSTRUCTION OF CC ROAD AT WARD NO.2,5,6,7,8,9,10,12,13,17,18,20,24,27,31 AND KHANDENAHALLI, DHARMAPURA, PEDIKOTE AND MADENAHALLI IN HIRIYUR CITY AND HIRIYUR TALUKA OF CHITRADURGA DISTRICT
categoryWORKS
categoryTextWorks
ecv87744128.11
deptNameKarnataka State Police Housing and Infrastructure Development Corporation Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location7550
locationNameKSPHIDCL Contracts Section Bengaluru
provisionalAmount100000000.0
groupOverheadTotal0.0
fileNumberPHC/CNT/DVG/TND/98/2023-24/WI-104
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17102359900001NoneNoneRoadsCONSTRUCTION OF CC ROAD AT WARD No,2,5,6,7,8,9,10,12,13,17,18,20,24,27,31 AND KHANDENAHALLI, DHARMAPURA, PEDIKOTE AND MADENAHALLI. IN HIRIYUR CITY AND HIRIYUR TALUKA OF CHITRADURGA DISTRICT.87744128.11
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3002848100180NonePage-17 - Item No.3.3 (i) (vol-3)Scarifying Existing Granular Surface to a Depth of 50 mm by Manual MeansSqm60.7760.7735424.0FalseNoneNoneFalseNoneFalse2152716.480
3002849100180NonePage-17 - Item No.3.3 (i) (vol-3)Scarifying Existing Granular Surface to a Depth of 50 mm by Manual MeansSqm59.059.09117.0FalseNoneNoneFalseNoneFalse537903.00
3002850100180NonePage-17 -Item No.3.6 (vol-3)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. 300-2Sqm599.19599.193542.4FalseNoneNoneFalseNoneFalse2122570.6560
3002851100180NonePage-17 -Item No.3.6 (vol-3)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. 300-2Sqm581.74581.74911.7FalseNoneNoneFalseNoneFalse530372.3580
3002852100180NonePage-26 -Item No.4.17 (vol-3)Wet Mix Macadam (Plant Mix Method) 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 densityCum3110.213110.214231.2FalseNoneNoneFalseNoneFalse13159920.5520
3002853100180NonePage-26 -Item No.4.17 (vol-3)Wet Mix Macadam (Plant Mix Method) 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 densityCum3019.623019.621088.98FalseNoneNoneFalseNoneFalse3288305.78760
3002854100180Nonepage-51- item no 6.6 (vol-3)Construction of un-reinforced plain cement concrete pavement using RMC M-30 grade with OPC @ 270 kg-m and GGBS@ 90kg-m3 (75:25 proportion) as per approved mix design procedure and thickness as per design, over a prepared sub base. The superplastisiser confirming to IS 9103-1999 Reaffirmed-2008 ,Coarse aggregates and Fine aggregate confirming to IS:383-2016, transported to site, laid in approved fixed side form work (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the form work). Spreading the concrete with shovels, rackers and compacted using needle, suitable plate vibrator and finished in a continuous operation including provision of separation membrane and Hessian cloth finishing to lines and grades complete including cost of all materials, labour, all lead & lift, loading charges as per specification & direction of Engineer - incharge of the work. (Groove cutting shall be paid seperately)Cum8233.128233.126297.6FalseNoneNoneFalseNoneFalse51848896.5120
3002855100180Nonepage-51- item no 6.6 (vol-3)Construction of un-reinforced plain cement concrete pavement using RMC M-30 grade with OPC @ 270 kg-m and GGBS@ 90kg-m3 (75:25 proportion) as per approved mix design procedure and thickness as per design, over a prepared sub base. The superplastisiser confirming to IS 9103-1999 Reaffirmed-2008 ,Coarse aggregates and Fine aggregate confirming to IS:383-2016, transported to site, laid in approved fixed side form work (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the form work). Spreading the concrete with shovels, rackers and compacted using needle, suitable plate vibrator and finished in a continuous operation including provision of separation membrane and Hessian cloth finishing to lines and grades complete including cost of all materials, labour, all lead & lift, loading charges as per specification & direction of Engineer - incharge of the work. (Groove cutting shall be paid seperately)Cum7993.327993.321620.8FalseNoneNoneFalseNoneFalse12955573.0560
3002856100180Nonepage-163- item no MoRTH 602.6.3 (vol-3)Cutting transverse contraction joints 3 to 4 mm wide and depth 60mm in concrete slab using concrete cutting machine with diamond studded saw within 4-8 hours of casting of bay - slab etc. complete including subsequent widening of the groove 8 to 10 mm. wide at top having depth of 15 mm. as directed by Engineer incharge.m85.0785.0710496.0FalseNoneNoneFalseNoneFalse892894.720
3002857100180Nonepage-163- item no MoRTH 602.6.3 (vol-3)Cutting transverse contraction joints 3 to 4 mm wide and depth 60mm in concrete slab using concrete cutting machine with diamond studded saw within 4-8 hours of casting of bay - slab etc. complete including subsequent widening of the groove 8 to 10 mm. wide at top having depth of 15 mm. as directed by Engineer incharge.m82.682.62701.15FalseNoneNoneFalseNoneFalse223114.990
3002858100180NoneM RProviding & Fixing Name BoardNos5310.05310.04.0FalseNoneNoneFalseNoneFalse21240.00
3002859100180NoneM RProviding & Fixing Name BoardNos5310.05310.02.0FalseNoneNoneFalseNoneFalse10620.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17102359910000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17102359910000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17102359910001NoneNoneELIGIBILITYIt shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of Karnataka Public Procurement Portal (KPPP) on or before the last date and time of bid submission.None
17102367170000NoneNoneELIGIBILITYThe 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 karnataka public procurement portal due to internet connectivity issues and technical glitches at bidder s end.None
17102367260000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17102367370000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees of 0.025% of the contract value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidderNone
17102367440000NoneNoneELIGIBILITYThe tender document is part and parcel of the agreement.None
17102367500000NoneNoneELIGIBILITYThe contractor shall obtain insurance coverage for all the workers deployed for this work.None
17102367620000NoneNoneELIGIBILITYThe intending bidders are requested to note that they should abide by the detailed instructions and conditions contained in the Tender documents and further modifications done if anyNone
17102367680000NoneNoneELIGIBILITYAll scanned documents to be uploaded shall be in original and are to be produced to the Executive Engineer Contracts to verify the documents within 3 days from the day of opening of Technical bid for verification.None
17102367770000NoneNoneELIGIBILITYDrawings uploaded are only for Tender Purpose only.None
17102367820000NoneNoneELIGIBILITYThe bidder should maintain register of labourers deployed and wages paid for the workers and shall produce the documents whenever called for by the competent authority. Remittance towards PF shall be commensurate with the labour component of the work involved.None
17102367900000NoneNoneELIGIBILITYThe bidder shall give an undertaking that they would abide by the provisions of employees provident fund and shall remit PF of labourers to the respective PF offices or else KSPH&IDCL have the right to deduct the PF amount from the work bills and remit the same to respective PF offices.None
17102367950000NoneNoneELIGIBILITYThe contractor shall quote his rates inclusive of PF as per the applicable rate as issued by the PF department from time to time and if any variation occurs it shall be paid / refunded by / to the Corporation against documentary evidenceNone
17102368060000NoneNoneELIGIBILITYThe successful bidder shall give an under taking that they would abide by the provisions of the Employees Provident Fund Act.None
17102368100000NoneNoneELIGIBILITYRemittance towards PF shall be commensurate with the labour component of the work involved.None
17102368190000NoneNoneELIGIBILITYThe Bidder shall remit PF of labourers to Bidders permanent PF code number only.None
17102368300000NoneNoneELIGIBILITYThe SBC Report is furnished is only for reference. KSPH&IDCL will not be having any binding on the SBC furnished. The bidders shall visit the locations to ascertain i) the SBC of the field based soil conditions and ii) site conditions.None
17102368380000NoneNoneELIGIBILITYAll Bounded & Scanned (i.e. uploaded) hard copies are to be submitted duly marking the Page Nos. within 3 days after the last date of submission of the bid documents online to EE(Contracts), KSPH & IDCL, Bangalore for verification.None
17102369890000NoneNoneELIGIBILITYThe intended bidder shall visit the site & quote his offer accordingly and for having visited the site, they should upload the photos along with concerned user department representative while submitting the tender.None
17102370660000NoneNoneELIGIBILITYThe rates quoted by the Contractor shall be deemed to be inclusive of all applicable taxes, GST, levies, duties and cess, Building Workers Welfare Cess etc., as applicable as per the latest Notifications of GoK and GoI prevailing as on the date of NIT. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law. The Contractor should submit the tax invoice along with RA Bills.None
17102370880000NoneNoneELIGIBILITYCorrigendum/modification/ Addendum/corrections, if any, will be published in the KPPP only.None
17102373280000NoneNoneELIGIBILITYThe bidder shall study the Tender document Carefully and quote the rates.None
17102374740000NoneNoneELIGIBILITYFurther details of the work or any clarifications can be obtained from the office of the Executive Engineer(Contracts), KSPH & IDCL, Richmond Road, Bangalore 560025. Ph: 080-25584102 Extn - 130 / 114 / 117None
17102374840000NoneNoneELIGIBILITYThe bidder should furnish the documents relating to registration of GSTNone
17102374930000NoneNoneELIGIBILITYThe bidder should furnish the valid address, phone number & e mail IDNone
17102376620000NoneNoneELIGIBILITYTenders must be accompanied by Earnest Money Deposit (EMD) of Rs.13.17 Lakhs (Rupees Thirteen Lakhs Seventeen Thousand only), which may be paid fully through e-proc, or Out of total EMD amount Rs. 1.00 lakh (Rupees One lakh only) shall be paid online through Karnataka Public Procurement Portal using any of the following Payment Modes: Credit Card, Direct Debit, National Electronic Fund Transfer (NEFT), Over the Counter (OTC) and the balance amount of Rs.12.17 Lakhs (Rupees Twelve Lakhs Seventeen Thousand only) in the form of Bank Guarantee (BG) only issued from Nationalized/Scheduled Commercial Banks in the Name of C&MD, KSPH&IDCL, Bengaluru. The scan copy of the Bank Guarantee (BG) to be uploaded at the time of submission of bid documents and the original Bank Guarantee should be submitted to Office of the Executive Engineer (Contracts), KSPH & IDCL, No.59, Gen. K.S. Thimmayya Road, Bangalore 560025None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNone1.3 of Section-3 Qualification Information: Work performed as Prime Contractor (in the same name) on works of similar nature over during the five years (2018-19 to 2022-23)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- The scanned original work experience certificate issued by not below the rank of Executive Engineer
NoneNoneNoneNone1.4 of Section-3 : Quantities of work executed as prime contractor (in the same name) during the last five years (2018-19 to 2022-23)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- The scanned original work experience certificate issued by not below the rank of Executive Engineer
NoneNoneNoneNone1.5 of Section-3 Qualification Information : Information on works for which Tenders have been submitted and works which are yet to be completed as on the date of this Tender : (A) Existing commitments and ongoing works & (B) Works for which Tenders already submittedPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- The scanned original work experience certificate issued by not below the rank of Executive Engineer
NoneNoneNoneNone1.7 of Section-3: Qualification Information: Reports on the financial standing of the tenderer, such as profit and Loss statements and auditors reports for the last five years. (2018-19 to 2022-23)Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Profit & Loss Statement from Registered Chartered Accountant
NoneNoneNoneNone3.2- To qualify for award of this contract, each Tender in his/her/their name should have in the last five years i.e. 2018-19 to 2022-23): (b) Satisfactorily completed as prime contractor (at least 90% of the contract value), at least one similar nature of work of value not less than Rs.439.00 LakhsPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Work Done certificate issued not below the rank of an Executive Engineer or equivalent.
NoneNoneNoneNoneBe a Class-I & above Civil registered contractor of State PWDs / Central/MES/Govt. UndertakingsCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Valid Registration Certificate issued by respective Depts
NoneNoneNoneNoneBe Registered with KSPH & IDCLCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Valid Registration Certificate issued by KSPHCL
NoneNoneNoneNoneIncome Tax returns & PANCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Income Tax returns and PAN certificates
NoneNoneNoneNoneBe Registered with GSTCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Valid Registration Certificate issued by Competent Authority
NoneNoneNoneNoneBe Registered with EPF AuthoritiesCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- EPF Registration Certificate
NoneNoneNoneNoneITT 3.2 - To qualify for award of this contract, each Tenderer / company in his / its name should have in the last five years i.e. 2018-19 to 2022-23 (c) Executed in any one year the minimum quantities of work executed (Please refer Tender Document)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Certificate issued from not below the rank of an Executive Engineer or equivalent.
NoneNoneNoneNoneITT 3.3 (c)- Each Tenderer should further demonstrate Liquid assets and /or availability of credit facilities of no less than Rs.220.00 Lakhs (Credit lines/ letter of credit/ certificates from Nationalized / Scheduled banks for meeting the fund requirement etc (Unconditional)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Letter of Credit Certificates from Nationalized / Scheduled banks for meeting the fund requirement
NoneNoneNoneNone3.3- Each Tender should further demonstrate: (a) Availability by owning the key and critical equipments for this work (b) Other equipments can be hired by the Contractor / Bidder and can be deployed on lease/hire. The relevant documents (commitment agreements etc.,) for availability for this work are to be furnished: (Refer Tender Documents for details)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Tax invoice for Own / Lease Agreement for hire
NoneNoneNoneNoneITT 3.2 - To qualify for award of this contract, each Tenderer in his/her/their name should have in the last five years i.e. 2018-19 to 2022-23: (a) Achieved in at least two financial years a minimum financial turnover (in all classes of civil engineering construction works only) of Rs.1755.00 Lakhs.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Attach Certificate from Registered Chartered Accountant
NoneNoneNoneNone1.8 of Section-3 Qualification Information: 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.OthersTechnical and management personnel
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Organization Chart & Company Profile
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
KSPH & IDCL Registration CertificateTrueTechnical Bid
Class-I & above Civil registered contractor of State PWDs / Central/MES/Govt. UndertakingsTrueTechnical Bid
Income Tax returns & PANTrueTechnical Bid
EPF Registration CertificateTrueTechnical Bid
Work Done Certificate - ITT 3.2 b Similar nature Work done certificateTrueTechnical Bid
Liquid assets and availability of credit facilitiesTrueTechnical Bid
Turnover Certificate - ITT 3.2 aTrueTechnical Bid
1.3.of Section-3 Qualification InformationTrueTechnical Bid
1.4.of Section-3 Qualification InformationTrueTechnical Bid
1.7.of Section-3 Qualification InformationTrueTechnical Bid
GST Registration CertificateTrueTechnical Bid
Executed minimum quantities of work - ITT 3.2 cTrueTechnical Bid
Profit & Loss Statement from Registered Chartered AccountantTrueTechnical Bid
Availability by owning Critical Equipments-relevant documentsTrueTechnical Bid
1.8of Section-3 Qualification InformationTrueTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
RoadsChitradurgaHiriyurChitradurgaHIRIYUR (SC)HIRIYURNoneNoneNoneNoneNoneNone
tenderAddress
createdTs1710240731000
version0
createdDateNone
modifiedDateNone
blockNumberNo. 59, Richmond Road (Gen. K.S.Thimmaiah Road)
streetNone
cityBengaluru
stateKarnataka
pin560025
tenderRecallDTONone