createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1710427523024 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 2500.00 emd 167503.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 25-03-2024 16:00:00 tenderQueryClose 22-03-2024 16:00:00 technicalBidOpen 27-03-2024 11:00:00 publishedDate 15-03-2024 20:20:01 publishedByPost RDPR_EE_DIV_YDG publishedByUser KPE10677 - PRAKASH KULKARNI bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Vinaykumar splitEmdRequiredYn False emdBankGuarantee None emdCash None bgValidityPeriod None hideWeightage None multipleCurrencySelectionAllowedYn False isTechWeightageAllowed False highestBidderSelection False isVariableEmdAllowed None qcbsTenderYn None itemwiseEmdRequiredYn None sampleSubmissionDate None officeNumber None mobileNumber 9164480627 tenderSupplierList None tenderSchedule
createdTs 1710427523070 version 12 createdDate None modifiedDate None tenderNumber RDPR/2023-24/RD/WORK_INDENT5542 title CONSTRUCTION OF CC ROAD AND DRAIN AT MUDABOOL VILLAGE IN SHAHAPUR TALUKA OF YADAGIR DIST description CONSTRUCTION OF CC ROAD AND DRAIN AT MUDABOOL VILLAGE IN SHAHAPUR TALUKA OF YADAGIR DIST category WORKS categoryText Works ecv 10000000.00 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 971 locationName RDPR Division Office Yadagiri provisionalAmount 10000000.0 groupOverheadTotal 1624896.74 fileNumber KKRDB-2023-24-04 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1710427523000 0 None None Roads CONSTRUCTION OF CC ROAD AND DRAIN AT MUDABOOL VILLAGE IN SHAHAPUR TALUKA OF YADAGIR DIST 8375103.26
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3075701 105156 None code01 Earth 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. Cum 99.75 99.75 900.6 False None None False None False 89834.85 0 3075702 105156 None code02 Construction 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. Cum 497.7 497.7 900.6 False None None False None False 448228.62 0 3075703 105156 None code03 Water 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) Cum 2526.3 2526.3 450.3 False None None False None False 1137592.89 0 3075704 105156 None code04 Providing 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. Cum 6692.7 6692.7 900.6 False None None False None False 6027445.62 0 3075705 105156 None code05 CONSTRUCTION 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. Cum 254.1 254.1 134.4 False None None False None False 34151.04 0 3075706 105156 None code06 Providing 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 Cum 5947.2 5947.2 16.8 False None None False None False 99912.96 0 3075707 105156 None code07 Providing 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 charges Cum 9077.67 9077.67 45.62 False None None False None False 414123.3054 0 3075708 105156 None code08 Supplying, 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 structures Cum 82961.55 82961.55 1.37 False None None False None False 113657.3235 0 3075709 105156 None code09 Providing 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. Nos 10156.65 10156.65 1.0 False None None False None False 10156.65 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1710427524000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1710427524000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1710427524000 0 None None ELIGIBILITY Bidders 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 1710480741000 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 KPPP on or before the last date and time of bid submission. None 1710480753000 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 KPPP portal due to internet connectivity issues and technical glitches at bidders end. None 1710480765000 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 1710480779000 0 None None ELIGIBILITY Bidder 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 1710480792000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka. None 1710480806000 0 None None ELIGIBILITY As 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 1710480819000 0 None None ELIGIBILITY The Item Rate quoted shall include the Royalty Charges on construction materials and other taxes as per prevailing Government Orders. None 1710480831000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1710480844000 0 None None ELIGIBILITY Financial 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 1710480859000 0 None None ELIGIBILITY The Employer reserves the right to reject any or all Tenders without assigning any reason or what so ever. None 1710480871000 0 None None ELIGIBILITY The tenderer shall maintain the Road/Building during the defect liability period. None 1710480885000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing KPPP portal. None 1710480915000 0 None None ELIGIBILITY Tenderer 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 1710480926000 0 None None ELIGIBILITY The 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 1710480942000 0 None None ELIGIBILITY The 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 1710480957000 0 None None ELIGIBILITY The 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 1710480973000 0 None None ELIGIBILITY The Agency shall comply with ISO14001 (Environmental Management System) requirement during execution of work. None 1710480987000 0 None None ELIGIBILITY The defect liability period for the work is 12 (Twelve) calendar months. None 1710481001000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act and applicable any other law as concerned to work. None 1710481022000 0 None None ELIGIBILITY If 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 1710481042000 0 None None ELIGIBILITY All 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 1710481054000 0 None None ELIGIBILITY The 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 1710481069000 0 None None ELIGIBILITY The 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 1710481081000 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 1710481096000 0 None None ELIGIBILITY Contractor 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 1710481109000 0 None None ELIGIBILITY G.S.T. at the prevailing rates will be given separately. None 1710481125000 0 None None ELIGIBILITY Financial 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 1710481139000 1 None None ELIGIBILITY The time stipulated for completion of work is 06 (Six) calendar months including rainy season. None 1710481154000 0 None None ELIGIBILITY The contractor shall bound to comply the prevailing rules and regulations with regard to the EPF rules and any modifications before and after execution of agreement None 1710481166000 0 None None ELIGIBILITY After 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 1710513006000 0 None None ELIGIBILITY Successful 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 preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Minimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs) None None None None None None Satisfactoriy 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) None None None None None None Executed in any one year the following minimum quantities of work (Cement Concrete - xxxx cum, Earthwork - xxxx cum, etc) (80% of peak rate of construction) None None None None None None Tenderer 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 year None None None None None None Tenderer 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 year None None None None None None Owning the following key and critical equipment for this work (xxxx, xxxx, xxxx) None None None None None None Liquid assets and /or availability of credit facilities of no less than Rs. xxxxxx Lakhs (estimated cash flow for 3 months of peak construction period) None None None None None None Total value of civl engineering works executed and payments received in the last five years (year-wise) None None None None None None List of existing commitments and ongoing works None None None None None None List of works for which tenders already submitted None None None None None None Banker Details for reference None None None None None None Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded None None None None None None Reports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five years None None None None None None 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 None None None None None None List of Financial Resources with Certificates None None None None None None 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 & 2022-23 - satisfactorily completed as prime contractor, at least one similar work such as -CC Road, not less than Rs. 41.88 Lakhs. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None To 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 MT Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Principal Place of Business. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Declaration by the Bidder on the Letter Head None None None None Minimum financial turnover (civil engineering construction works) not less than the annual payments from this contract (Rs. 83.75 Lakhs) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Liquid 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 Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None company registration Others KPWD Registration
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate True Technical Bid Company Registration Certificate Class-3 And Above True Technical Bid Similar Nature pf work Done Certificate as Prime Certificate from competent authority not below the rank of Executive Engineer or equivalent. True Technical Bid Line of credit True Technical Bid Any Other Documents True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Yadgir Shahapura Raichur RAICHUR MUDABOOL None None None None None None tenderAddress None tenderRecallDTO None