createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1710427523024
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee2500.00
emd167503.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose25-03-2024 16:00:00
tenderQueryClose22-03-2024 16:00:00
technicalBidOpen27-03-2024 11:00:00
publishedDate15-03-2024 20:20:01
publishedByPostRDPR_EE_DIV_YDG
publishedByUserKPE10677 - PRAKASH KULKARNI
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonVinaykumar
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber9164480627
tenderSupplierListNone
tenderSchedule
createdTs1710427523070
version12
createdDateNone
modifiedDateNone
tenderNumberRDPR/2023-24/RD/WORK_INDENT5542
titleCONSTRUCTION OF CC ROAD AND DRAIN AT MUDABOOL VILLAGE IN SHAHAPUR TALUKA OF YADAGIR DIST
descriptionCONSTRUCTION OF CC ROAD AND DRAIN AT MUDABOOL VILLAGE IN SHAHAPUR TALUKA OF YADAGIR DIST
categoryWORKS
categoryTextWorks
ecv10000000.00
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location971
locationNameRDPR Division Office Yadagiri
provisionalAmount10000000.0
groupOverheadTotal1624896.74
fileNumberKKRDB-2023-24-04
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17104275230000NoneNoneRoadsCONSTRUCTION OF CC ROAD AND DRAIN AT MUDABOOL VILLAGE IN SHAHAPUR TALUKA OF YADAGIR DIST8375103.26
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3075701105156Nonecode01Earth 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.Cum99.7599.75900.6FalseNoneNoneFalseNoneFalse89834.850
3075702105156Nonecode02Construction 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.Cum497.7497.7900.6FalseNoneNoneFalseNoneFalse448228.620
3075703105156Nonecode03Water Bound Macadam Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with vibratory roller in stages to proper grade and camber, applying and brooming requisite type of screening/ binding Materials to fill up the interstices of coarse aggregate, watering and compacting to the required density. Mechanical means Using Screening Type B (11.2mm agg)Cum2526.32526.3450.3FalseNoneNoneFalseNoneFalse1137592.890
3075704105156Nonecode04Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M20 (Grade), coarse and fine aggregates conforming to IS:383:2016, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, , primer, sealant , curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.Cum6692.76692.7900.6FalseNoneNoneFalseNoneFalse6027445.620
3075705105156Nonecode05CONSTRUCTION OF DRAIN Earth work excavation by manual means for drains, canals, waste weir, draft, approach channels, key trenches, foundation of Buildings & bridges and such simillar works in all kinds of soils, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter, excavated surface leveled and sides neatly dressed disposing off the excavated stuff or sorting & stacking the selected stuff for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools & other appurtenaces required to complete the work.Cum254.1254.1134.4FalseNoneNoneFalseNoneFalse34151.040
3075706105156Nonecode06Providing 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 aggregatesCum5947.25947.216.8FalseNoneNoneFalseNoneFalse99912.960
3075707105156Nonecode07Providing 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 1:2:4 Using 40 mm nominal size graded crushed coarse aggregates And Includes all Centering And Shuttering chargesCum9077.679077.6745.62FalseNoneNoneFalseNoneFalse414123.30540
3075708105156Nonecode08Supplying, 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. All other type of structuresCum82961.5582961.551.37FalseNoneNoneFalseNoneFalse113657.32350
3075709105156Nonecode09Providing and Fixing 'Logo Board ' of PMGSY at Intermediate Point Providing and fixing of typical Logo board as per specifications and drawing. Two ACP Sheet of 3mm thick, top and Bottom plate duly welded/bolted with MS Square angle 25mm x25mmx 5mm size on back and on the edges. The Top and Bottom plate will be welded/ bolted to 1 nos75x75x6 mm square Hallow section duly embedded in cement concrete M15 Grade of 600*600*600 mm, 450 mm below ground level.Retro-Reflecting Sheet as per IRC:67 made of encapsulated lens type reflective sheeting vide Clause 1701.2.3 fixed over aluminium sheeting.All sections of steel tube will be painted with primer and two coats of epoxy paint as per drawing.Nos10156.6510156.651.0FalseNoneNoneFalseNoneFalse10156.650
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17104275240000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17104275240000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17104275240000NoneNoneELIGIBILITYBidders 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
17104807410000NoneNoneELIGIBILITYIt shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of KPPP on or before the last date and time of bid submission.None
17104807530000NoneNoneELIGIBILITYThe 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
17104807650000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17104807790000NoneNoneELIGIBILITYBidder 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
17104807920000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka.None
17104808060000NoneNoneELIGIBILITYAs per Karnataka State Government Order No. LD/300/LET/2006 Bangalore dated 01.01.2007 and Govt. Letter No.PW/134/BMS/2007 dated 27.7.2007, a sum amounting to 1% of the bill amount will be deducted towards Construction Labour Welfare Fund.None
17104808190000NoneNoneELIGIBILITYThe Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders.None
17104808310000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17104808440000NoneNoneELIGIBILITYFinancial 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
17104808590000NoneNoneELIGIBILITYThe Employer reserves the right to reject any or all Tenders without assigning any reason or what so ever.None
17104808710000NoneNoneELIGIBILITYThe tenderer shall maintain the Road/Building during the defect liability period.None
17104808850000NoneNoneELIGIBILITYThe Department is not responsible for any delay in accessing KPPP portal.None
17104809150000NoneNoneELIGIBILITYTenderer 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
17104809260000NoneNoneELIGIBILITYThe star rates in respect of specified materials (Cement, Steel and Bitumen) shall be payable as per GO No: FD/3/PCL/2008 Bangalore Dated 21.11.2008.None
17104809420000NoneNoneELIGIBILITYThe tenderer shall furnish required information in all formats. Scan and upload all Formats/Original documents required for this bid to the KPPP portal. The Original Formats/Documents shall be produced at the time of opening of Technical Bid for physical verification.None
17104809570000NoneNoneELIGIBILITYThe proposed methodology and program 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 the work as per technical specifications within the stipulated period of completion.None
17104809730000NoneNoneELIGIBILITYThe Agency shall comply with ISO14001 (Environmental Management System) requirement during execution of work.None
17104809870000NoneNoneELIGIBILITYThe defect liability period for the work is 12 (Twelve) calendar months.None
17104810010000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labour act and applicable any other law as concerned to work.None
17104810220000NoneNoneELIGIBILITYIf undue delay caused by the contractor, the progressive damages caused to road will be assessed and make good at the cost and risk of the contractor. In addition, suitable action will be initiated against the contractor for the damages occurred during the undue delay period in accordance with the Karnataka Highway Act, 1964.None
17104810420000NoneNoneELIGIBILITYAll safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity till completion. Contractor should indemnify the client to that extent.None
17104810540000NoneNoneELIGIBILITYThe Bidder shall ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of KPPP on or before the last date of bid submission.None
17104810690000NoneNoneELIGIBILITYThe tenderer 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.None
17104810810000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejectionNone
17104810960000NoneNoneELIGIBILITYContractor should adhere to HSE policy applicable for similar projects. Contractor to that extent should submit HSE document defining all the procedure including the policies before execution of the project.None
17104811090000NoneNoneELIGIBILITYG.S.T. at the prevailing rates will be given separately.None
17104811250000NoneNoneELIGIBILITYFinancial turnover of previous years shall be given a weightage of 10% per year to bring them to the price level of the 2022-23. and Value at 2022-23 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 weightage of 10% per year to bring them to the price level of the 2022-23) in the Technical Qualification Criteria mentioned in the next section.None
17104811390001NoneNoneELIGIBILITYThe time stipulated for completion of work is 06 (Six) calendar months including rainy season.None
17104811540000NoneNoneELIGIBILITYThe contractor shall bound to comply the prevailing rules and regulations with regard to the EPF rules and any modifications before and after execution of agreementNone
17104811660000NoneNoneELIGIBILITYAfter the award of the contract, the contractor has to furnish the details in respect of labour employed and the EPF details for this work in every RA bill.None
17105130060000NoneNoneELIGIBILITYSuccessful bidder submitting bids below the amount put to tender will be regularized to submit the difference amount in the form of FDR/TDR/DD/Pledge on the name of EE PRED Yadgiri within 20 days from the date of receiving the letter of acceptance. Failing which EMD will be forfeited and further action will be taken as per G O No FD PCL 2008 Bangalore Dated 14/10/2008.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneMinimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs)NoneNone
NoneNoneNoneNoneSatisfactoriy completed (atleast 90%) as prime contractor at-least one such similar work of value not less than Rs. xxxxxxx (80% of estimated cost of tender)NoneNone
NoneNoneNoneNoneExecuted in any one year the following minimum quantities of work (Cement Concrete - xxxx cum, Earthwork - xxxx cum, etc) (80% of peak rate of construction)NoneNone
NoneNoneNoneNoneTenderer or his identified Sub Contractor should possess valid Electrical License for executing building electrificatio works and should have executed similar electrical works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one yearNoneNone
NoneNoneNoneNoneTenderer or his identified Sub Contractor should possess valid license for executing water supply / sanitary engineering works and should have executed similar works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one yearNoneNone
NoneNoneNoneNoneOwning the following key and critical equipment for this work (xxxx, xxxx, xxxx)NoneNone
NoneNoneNoneNoneLiquid assets and /or availability of credit facilities of no less than Rs. xxxxxx Lakhs (estimated cash flow for 3 months of peak construction period)NoneNone
NoneNoneNoneNoneTotal value of civl engineering works executed and payments received in the last five years (year-wise)NoneNone
NoneNoneNoneNoneList of existing commitments and ongoing worksNoneNone
NoneNoneNoneNoneList of works for which tenders already submittedNoneNone
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
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 contract, if awardedNoneNone
NoneNoneNoneNoneList of Financial Resources with CertificatesNoneNone
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 & 2022-23 - satisfactorily completed as prime contractor, at least one similar work such as -CC Road, not less than Rs. 41.88 Lakhs.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTo 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 & 2022-23 (c)executed in any one year, the following minimum quantities of work. (1)Excavation & Embankment: 1548.48 cum (2) PCC/RCC: 770.42 CUM (3) WBM/WMM: 360.24 Cum (4) Steel: 1.10 MTPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNonePrincipal Place of Business.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Declaration by the Bidder on the Letter Head
NoneNoneNoneNoneMinimum financial turnover (civil engineering construction works) not less than the annual payments from this contract (Rs. 83.75 Lakhs)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneLiquid Assets and /or availability of credit facilities of not less than Rs. 25.13 Lakhs (Credit Lines/letter of credit/certificates from the banks for meeting the fund requirement etc.) Information in Format-9 as per KW-3.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNonecompany registrationOthersKPWD Registration
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateTrueTechnical Bid
Company Registration Certificate Class-3 And AboveTrueTechnical Bid
Similar Nature pf work Done Certificate as Prime Certificate from competent authority not below the rank of Executive Engineer or equivalent.TrueTechnical Bid
Line of creditTrueTechnical Bid
Any Other DocumentsTrueTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
RoadsYadgirShahapuraRaichurRAICHURMUDABOOLNoneNoneNoneNoneNoneNone
tenderAddressNone
tenderRecallDTONone