createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1709995761974
version5
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd668000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose20-04-2024 16:00:00
tenderQueryClose10-04-2024 16:00:00
technicalBidOpen22-04-2024 16:01:00
publishedDate11-03-2024 08:08:19
publishedByPostRDPR_EE_DIV_CTD
publishedByUserKPE10978 - HANUMANTHAPPA L
bidValidityPeriod90
noOfCalls1
preBidMeetingDate26-03-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonGURURAJ JE
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08194222372
mobileNumber8553360645
tenderSupplierListNone
tenderSchedule
createdTs1709995762032
version7
createdDateNone
modifiedDateNone
tenderNumberRDPR/2023-24/RD/WORK_INDENT5385
titlePKGMLK 08 Improvements to Main Road (1 No.) and Construction of Internal Roads (3 nos) including installation of Solar Lighting in 3 mining affected Villages of Molakalmuru Taluk
descriptionPKGMLK 08 Improvements to Main Road (1 No.) and Construction of Internal Roads (3 nos) including installation of Solar Lighting in 3 mining affected Villages of Molakalmuru Taluk
categoryWORKS
categoryTextWorks
ecv44544207.87
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location840
locationNameRDPR Division Office Chitradurga
provisionalAmount48000000.0
groupOverheadTotalNone
fileNumberAEE-PRESDMLK-KMERC-Package-8-480
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17099957620001NoneNoneRoadsImprovements to Main Road (1 No.) and Construction of Internal Roads (3 nos) including installation of Solar Lighting in 3 mining affected Villages of Molakalmuru Taluk44544207.87
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
297690898731Nonecode01Dismantling of Cement Concrete Pavement Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 m3 in volume and stock piling at designated locations and disposal of dismantled materials and stacking serviceable and unserviceable materials separately (P.No.11/ I.No.2.19 Volume-3 PWD-2023-24)Cum664.34664.34888.75FalseNoneNoneFalseNoneFalse590432.1750
297690998731Nonecode02Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, including removal and disposal of top organic soil not exceeding 150 mm in thickness.(ii) By Mechanical Means using Dozer a) In area of light jungle (P.No.9/ I. No.2.5 (ii) a Volume-3 PWDSR-2023-24)Sqm463.74463.7435.5FalseNoneNoneFalseNoneFalse16462.770
297691098731Nonecode03Earth 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. (P.No.36/ I. No.2.1 Volume-1 PWDSR-2023-24)Cum112.1112.17484.6FalseNoneNoneFalseNoneFalse839023.660
297691198731Nonecode04Surface Drains in Soil Construction of unlined surface drains of average cross sectional area 0.40 m2 in soil to specified lines, grades, levels and dimensions. Excavated material to be used in embankment with a lift upto 3m and lead of 50 m (average lead 25 m) as per Technical Specification Clause 307. b) Mechanical Means (P.No.144/ I. No.16.8 (b) Volume-2 PWD SR 2023-24)m29.529.53550.0FalseNoneNoneFalseNoneFalse104725.00
297691298731Nonecode05Scarifying Existing Granular Surface to a Depth of 50 mm by Mechanical Means using Hydraulic excavator (P.No.17/ I. No.3.4 (ii) Volume-3 PWDSR-2023-24)Sqm5.95.94740.5FalseNoneNoneFalseNoneFalse27968.950
297691398731Nonecode06Compacting Original ground Compacting original ground supporting embankment Loosening, leveling and Compacting original ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150 mm, mixed with water at OMC and then compacted by rolling so as to achieve minimum dry density as given in Table 300-2 for embankment construction. (P.No.17/ I. No. 3.7 Volume-3 PWDSR-2023-24)Cum123.9123.91361.55FalseNoneNoneFalseNoneFalse168696.0450
297691498731Nonecode07Stabilized Sub-base/ Base: Providing, Laying, Spreading and Compacting in- situ/borrow area soil of CBR 5% mixed with 30% crushed aggregate / moorum GSB Grade 2 as per mix design. Application: (1) Rip and loosen soil with excavator / tractor operated ripper and scarify with tractor operated rotavator to achieve desired thickness. Mix aggregates as per mix design with rotavator. (2) Spread Cement 3% by weight of soil aggregate mix and mix with tractor operated rotavator. (3) Prepare and apply 1 kg /cum organosilane Nanotechnology(Terrasil) and 1 kg/cum acrylic copolymer mixed in OMC water (1000 ppm TDS) on loose mix. Scarify the treated mix with rotavator.(4) Compact the stabilized soil-aggregate-cement base with 8 to 10 tonne vibratory roller to achieve the desired density and thickness Rates include all material, labour, hire charges of machinery etc. as per MORD specifications & direction of Engineer-in-Charge (Rate Aproved by Chief Engineer Pred bangalore)Cum3088.063088.06266.25FalseNoneNoneFalseNoneFalse822195.9750
297691598731Nonecode08Construction 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 requirementcomplete as per specifications, including cost of labour,rolling,water,all materials,usage & all other appurtenaces required to complete the work. (P.No.7, I.No.1.8 Volume-1 PWD SR 2023-24)Cum559.32559.326469.65FalseNoneNoneFalseNoneFalse3618604.6380
297691698731Nonecode09Wet 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 density. (P.No.26, I.No.4.17Volume-3 PWD SR 2023-24)Cum3019.623019.622057.73FalseNoneNoneFalseNoneFalse6213562.66260
297691798731Nonecode10Providing 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 M30 (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 leveling 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. (P.No.149/I.No.16.28 Volume-3 PWD SR-2023-24)Cum7969.727969.722445.47FalseNoneNoneFalseNoneFalse19489711.16840
297691898731Nonecode11Cutting 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 in charge. (P.No.163/ I. No.4 Volume-3 WRDP-2023-24)m82.682.65387.0FalseNoneNoneFalseNoneFalse444966.20
297691998731Nonecode12B. Prime Coat over Stabilised Soil base / Crusher Run Macadam (i) Providing and applying primer coat with SS1 grade Bituminous Emulsion on prepared surface of granular Base including cleaning with mechanical Broom of road surface and spraying primer at the rate of 0.90 kg/m 2 using mechanical means. (P.No.31/ I. No.5.2 Volume-3 PWDSR-2023-24)Sqm62.5462.541720.0FalseNoneNoneFalseNoneFalse107568.80
297692098731Nonecode13Earth work excavation for Foundation by mechanical means for all works & depth upto 3 m, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, 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 appurtenaces required to complete the work In all kinds of soils Depth upto 3 m (P.No.137/ SI. No.1.14.1 Volume-3 WRDP-2023-24)Cum120.36120.361091.98FalseNoneNoneFalseNoneFalse131430.71280
297692198731Nonecode14Providing 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 1:4:8 Using 40 mm and down size graded crushed coarse aggregates (P.No.15/I.No.2.1.2 Volume-1 PWD SR 2023-24)Cum6683.526683.52166.69FalseNoneNoneFalseNoneFalse1114075.94880
297692298731Nonecode15Providing and laying in position Cement Concrete for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers, laid in layers, well compacted using needle vibrators, providing weep holes wherever necessary, including all lead & lifts, cost of all materials of quality, confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates (P.No.16/ I.No.2.4.2 Volume-1 PWD SR 2023-24)Cum7461.147461.14331.15FalseNoneNoneFalseNoneFalse2470756.5110
297692398731Nonecode16Steel Fabrication Supplying, fitting and placing TMT FE 550/550D Steel Reinforcement complete as per drawing and technical specification. MATERIAL (TMT bars including 5 per cent overlaps and wastage) Binding wire (b) LABoUR for cutting, bending, shifting to site, tying and placing in position Mate, Blacksmith Gr I, Mazdoor, (c) Machinery, Cutting machine, Bending machine, Electric generator 15 KVA, For Loading & unloading 10 m capacity, Light crane 3 tonnes capacity At Cuting bending yard, Light crane 3 tonnes capacity At Site, Over Head Charges 20 % on A, Contractor's profit 10% on B, (P.NO.92.I.No.2.11 PWD SR 2023-24 Volume-1)Tonne101990.94101990.9417.56FalseNoneNoneFalseNoneFalse1790960.90640
297692498731Nonecode17Providing and fixing factory made precast RCC perforated drain covers, having concrete of strength not less than M-25, of size 1000 x 450x50 mm, reinforced with 8 mm dia four nos longitudinal & 9 nos cross sectional T.M.T. hoop bars, including providing 50 mm dia perforations @ 100 to 125 mm c/c, including providing edge binding with M.S. flats of size 50 mm x 1.6 mm complete, all as per direction of Engineer-in-charge. (P.NO.175 I.NO.17.5 PWD SR 2023-24 Volume-1)Nos1325.141325.14172.2FalseNoneNoneFalseNoneFalse228189.1080
297692598731Nonecode18Road marking with hot applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 g/m2 area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35:2015.The finished surface to be level, uniform and free from streaks and holes (P.No.67/I.No.8.15 Volume-3 PWD SR-2023-24)Sqm625.4625.4117.5FalseNoneNoneFalseNoneFalse73484.50
297692698731Nonecode19Retro-Reflectorised Traffic Signs Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x3mm angle mounted on a mild steel circular pipe 65 NB, 3.2mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022. (iii) 75 cm equilateral triangle (P.No.63/I.No.8.5 (iii) Volume-3 PWD SR-2023-24)Each4809.684809.685.0FalseNoneNoneFalseNoneFalse24048.40
297692798731Nonecode20Retro-Reflectorised Traffic Signs Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x3mm angle mounted on a mild steel circular pipe 65 NB, 3.2 mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022. (ix) 90 mm x 75 mm rectangular (P.No.63/I.No.8.5 (ix) Volume-3 PWD SR-2023-24)Each7699.57699.52.0FalseNoneNoneFalseNoneFalse15399.00
297692898731Nonecode21Kilometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc (iii) 200 m stone (precast) (P.No.63/I.No.8.16 (iii) Volume-3 PWD SR-2023-24)Each993.56993.569.0FalseNoneNoneFalseNoneFalse8942.040
297692998731Nonecode22Type - A, "W" : Metal Beam Crash Barrier Providing and erecting a "W" metal beam crash barrier system comprising of 3 mm thick corrugated sheet metal beam rail, 70 cm above road/ground level, fixed on ISMC series channel vertical post, 150 x 75 x 5 mm spaced 2 m centre to centre, 1.8 m high, 1.1 m below ground/road level, all steel parts and fitments to be galvanised by hot dip process, all fittings to conform to IS:1367 and IS:1364, metal beam rail to be fixed on the vertical post with a spacer of channel section 150 x 75 x 5 mm, 330 mm long complete as per clause 811 (P.No.69/I.No.8.25 (i) Volume-3 PWD SR-2023-24)Mtr4295.24295.2250.0FalseNoneNoneFalseNoneFalse1073800.00
297693098731Nonecode23Earth work in surface excavation for stripping, seating of bund, Road way by manual means for lowering & levelling the ground for all works other than foundation & depth in Ordinary rock and soft rock upto 300mm depth as per drawing and technical specifications, including setting out, barricading, caution lights, including dressing of excavated surfaces, disposing off or levelling 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, usage& other appurtenances required to complete the work. (P.No.5/ I. No.1.2 Volume-1 PWDSR-2023-24)Cum678.5678.515.19FalseNoneNoneFalseNoneFalse10306.4150
297693198731Nonecode24Supplying of Solar Raised Pavement Markers made of polycarbonate molded body with circular shape, solar powered, LED self illumination in active mode, 360 degree illumination and reflective panels with micro prismatic lens capable of providing total internal reflection of the light entering the lens face in passive mode. The marker shall support a load of 20000 kg tested in accordance to ASTM D 4280. The marker should be resistant to dust and water ingress according to IP 65 standards and should withstand tempertures in the range of 0 C to 70 C. Color of lighting could be provided in red or yellow (amber) as per requirement and typicl frequency of blinking is 1 Hz. There should be current losses of less than 20 microamperes at 2.4 V in sleepcharging mode to enhance the life of the marker and a full charge should provide for a minimum autonomy of 50 hours. The height, width and length of the marker shall not be less than 10 mm x 100 mm x 100 mm. Also, the surface diameter of the marker shall not be less than 100 mm respectively. The weight of the marker shall not exceed 0.5 kg. Fixing will be by drilling holes on the road for the shanks to go inside, without nails and using epoxy resin based adhesive and complete as directed by the engineer (P.No.71/ I. No.8.32 Volume-3 PWDSR-2023-24)Each2478.02478.0357.0FalseNoneNoneFalseNoneFalse884646.00
297693298731Nonecode25Rumble Strips Provision of 15 nos rumble strips covered with premix bituminous carpet, 15-20 mm high at center, 250 mm wide placed at 1 m center to center at approved locations to control speed, marked with white strips of road marking paint. (P.No.71/I.No.8.31 Volume-3 PWD SR 2023-24)Sqm221.84221.84110.0FalseNoneNoneFalseNoneFalse24402.40
297693398731Nonecode26Providing and fixing board displaying information, such as 'Name of work, Tender cost, Name of Contractor, Work completion and liability period etc', having rectangular shape of 1.20m x 0.90m size made out 18 gauge (1.25mm) thick mild steel sheet painted with one coat of Zinc chromate stoving primer and two coats of enamel paint on front side and grey stove enamel on back side and border / messages / symbols etc. with approved colour shade paint complete, on MS.angle of size 35 x 35 x 3 mm frame with properly cross braced M.S. angles of size 5mmx35mmx3mm duly painted including Two M.S. angle iron posts of size 65 mm x 65 mm x 6 mm, 3.65 m long painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8 concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling, transportation, and labour etc complete. Spec. No. As directed by Engineer in Charge & MoRTH specification 804 .(UNI SR-21-22,Volume-3, P.151, I.Sl.No..4)Nos10620.010620.02.0FalseNoneNoneFalseNoneFalse21240.00
297693498731Nonecode27supplying of fixing of solar street lighting system 12V/50W of operational 12hours with minimum of 2days autonamy the capacity of 12v/60wp SPV monocrystaline cilicon light 12NV/32AH capacity 12V/5ams with invater management systme backup 12h/day GI Pole of 6m heigth 74mm outer dia 60ft semicircular area coverage of each system garanty for the solar module is 10year guarently for the solar LED light is 2 year gueranty for the complete system should be minimum of 1 year including cost of installation of consert of M15 and size 0.45x0.45x0.50cum the rates inclusive of all taxes lead left machinery labour transportation installing and commissioneing etcNos67120.7667120.7663.0FalseNoneNoneFalseNoneFalse4228607.880
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17099957630000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17099957630000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17099957630000NoneNoneELIGIBILITYBidders 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
17099957790000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17099957860000NoneNoneELIGIBILITYMaterials like Steel, Cement, Bitumen etc., required for the work shall be procured by the contractors themselves & should be got tested by the quality control authority, before use on the work.None
17099957900000NoneNoneELIGIBILITYDepartment will not supply any material.None
17099957930000NoneNoneELIGIBILITYRoyalty Charges shall be recovered as per the prevailing rates issued by the department of Mines and Geology.None
17099957960000NoneNoneELIGIBILITYAll the works are to be carried out as per the standard specifications issued form time to time by BIS & as per the relevant IS codes.None
17099958010000NoneNoneELIGIBILITYIn the case of the death of a contractor after executing the agreement / commencement of the work, his legal heir, if an eligible registered contractor and willing can execute and complete the work at the accepted tender rates irrespective of the cost of the work.None
17099958040000NoneNoneELIGIBILITYThe contractor should employ only registered labours as per Govt. Circular No. PRE/198/BMS/2009/ Dated: 24-06-2009.None
17099958070000NoneNoneELIGIBILITYExisting Commitments work details (B-Value) should be furnished duly a attested by the concerned Executive Engineer as per Standard Tender DocumentsNone
17099958110000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt. orders. As per Karnataka state Government order LD/300/LET/2006 Bangalore dated 01.01.2007 and Government letter no PW/134/BMS/2007 dated 27.07.2007, a sum amounting to 1% of the bill amount will be deducted towards constructions labour welfare fund.None
17099958140000NoneNoneELIGIBILITYThe increase in GST shall not be paid in the extended period of contract for which the contractor alone is responsible for delay as determined by the authority while granting the extension of time.None
17099958180000NoneNoneELIGIBILITYContractors must quote rate including all taxes.None
17099958230000NoneNoneELIGIBILITYContractor should take all precautions to ensure that no damage is caused to any adjacent structures/utilities above or below the ground and also to the existing canal CD works and other similar structures which have been constructed by other agencies during project execution. If any damage is caused, it has to be rectified at his own risk and cost. Damage to physical property and personal injury and death will be the personal risk of the contractor.None
17099958260000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17099958300000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17099958330000NoneNoneELIGIBILITYIt 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
17099958370000NoneNoneELIGIBILITYThe 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
17099958400000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17099958430000NoneNoneELIGIBILITYBidder 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
17099958460000NoneNoneELIGIBILITYAs 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
17099958510000NoneNoneELIGIBILITYThe Tenderer shall obtain the work done certificate in the prescribed format from the competent Authority not below the rank of Executive Engineer (District Level Officer) and scan the original Certificates and attach file to the Bid. The Original Certificate/Certificates shall be produced at the time of opening of technical bids for physical verification.None
17099958550000NoneNoneELIGIBILITYFinancial 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
17099958590000NoneNoneELIGIBILITYThe Tenderer shall scan the Original Ownership Documents/Lease/Hire commitment Agreement for the Machinery and attach the scanned file to the Bid. The original Documents shall be produced at the time of opening technical Bids for physical verification.None
17099958630000NoneNoneELIGIBILITYThe tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence required from the Bidder.None
17099958660000NoneNoneELIGIBILITYThe Employer reserves the right to Reject any or all Tenders without assigning any reason.None
17099958700000NoneNoneELIGIBILITYThe Department is not responsible for any delay in accessing e-procurement portal.None
17099958730000NoneNoneELIGIBILITYTender shall note that the Tenders of those found Eligible as mentioned in Clause-3 - Qualification of the Tenderer in Section 2: Instructions to Tenders (ITT), will only be considered for evaluation.None
17099958770000NoneNoneELIGIBILITYTenderer shall note that unit rate to be quoted includes all the sundry expenses, all leads, all lifts and hire charges of machinery, taxes, royalty etc.None
17099958800000NoneNoneELIGIBILITYFinancial turnover of previous years shall be given a weightage of 10% per year to bring them to the price level of Technical Qualification Criteria mentioned in the section.None
17099958840000NoneNoneELIGIBILITYSuccessful 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 Chitradurgawithin 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. Cluase 25 of KW-4.None
17099958880000NoneNoneELIGIBILITYIn case, contractor has quoted less rates, the difference amount DD/FDRs should be submitted at the time of agreement. DD/FDRs obtained from Nationalized or Scheduled Bank in the name of Executive Engineer, PRE division ChitradurgaIf not submitted such tenders are rejected.None
17099958910000NoneNoneELIGIBILITYThird party inspection is manadatory for all the works in this programmeNone
17099958950000NoneNoneELIGIBILITYThe work should be completed within the stipulated period from the date of agreement & The date of agreement itself is the date of commencement of the workNone
17099958990000NoneNoneELIGIBILITYSelf declaration of machinariesare not accepted.None
17099959020000NoneNoneELIGIBILITYOther details and instructions shall be seen and fallowed as per the bidding documentsNone
17099959060000NoneNoneELIGIBILITYBefore tendering for the works the tenderer may inspect the site personally.None
17099959100000NoneNoneELIGIBILITYAll safety precautions, warnings, signs, deployment of security guards has to be ensured so that no untowards incident happens on account of negligence or any project activity.None
17099959130000NoneNoneELIGIBILITYContractor should establish Field Laboratory for testing of Materials.None
17099959170000NoneNoneELIGIBILITYThe Photos and Video graphs should be taken before commencement, during execution and after completion of the work in presence of nodal officersNone
17099959210000NoneNoneELIGIBILITYThe Item Rates quoted shall include cost of Royalty charges on construction materials & other taxes as per the prevailing Government Orders at the time of execution and including cost and conveyance of all materials, curing, loading and unloading, with all leads & lifts, labour, hire charges of all machineries &equipments and all incidental charges etc., complete necessary for completion of work. All the Items shall be executed as directed by the Engineer-in-charge of the work.None
17099959240000NoneNoneELIGIBILITYOther details and instructions shall be seen and fallowed as per the bidding documents KW-4None
17099959280000NoneNoneELIGIBILITYBidders should have valid registration with Employees provident fund organization under EPF and Miscellaneous provisions ACT,1952None
17099959310000NoneNoneELIGIBILITYAfter completion of the project Defect liability period of 1 yearsNone
17099959350000NoneNoneELIGIBILITYKMERC Guidelines and Government Guidelines shall be applicable.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneRegistration Details KPWD/CPWD licence Class I.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneRegistration Details KPWD/CPWD licence Class I.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneLiquid assets and or availability of credit facilities of no less than Rs. 121.63 Lakhs Credit lines/ letter of credit/ certificates from nationalized banks in the name of EE,PRED.Chitradurga.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- LOC
NoneNoneNoneNoneBid Capacity in FormatCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bid Capacity in Format
NoneNoneNoneNoneExisting commitments and ongoing works details.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Ongoing works details.
NoneNoneNoneNoneInformation on works for which tenders have been submitted and works which yet to be completed.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- submitted tenders
NoneNoneNoneNoneEach tenderer should further demonstrate: availaiblity key and critical equipment for this work. List of machineries on own basis 1.Concrete Mixer-3No. 2.Tipper 5No. 3.Water tanker-05 No. 4.Vibrator roller-02, 5.JCB/Excavatator 2 no. Lease of Hire basis 1.Concrete Mixer-3 No. 2.Tipper 5No. 3.Water tanker-05 No. 4.Vibrator roller-02, 5.JCB/Excavatator 2 no.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Vehicle details
NoneNoneNoneNoneAchieved in at least two financial years a minimum financial turnover (in all classes of Civil Engineering construction works only of Rs.892.00 Lakhs. UDIN Number should be compulsorily mentioned in Turnover Certificate From 2018-19 to 2022-23.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneTenderer should have executed in any one year in the last five years the following minimum quantities of work usually 80 percentage of the peak annual rate of construction. 1.Earthwork/embankment 12036.98 cum 2.PCC/RCC 374.27 cum 3.Steel 14.08 Mt.4.WBM/WMM 1646.18 Cum 5.CC pavement 1956.37 Cum 6.GSB/Soil stablisation 213.00cumCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Qty. wise work done
NoneNoneNoneNoneSatisfactorily completed as prime contractor, at least one similar nature of work. Cement concrete pavement) value not less than Rs. 223.00 Lakhs(Contractor should clearly mention work Indent No. in work done certificate.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneEMDCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- EMD
NoneNoneNoneNoneRegistration Details KPWD/CPWD licence Class I.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneGSTCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- GST
NoneNoneNoneNonePANCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- PAN
NoneNoneNoneNoneDetails of Name and address with contact no.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Details of Name and address with contact no.
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Details of Name and address with contact no.TrueTechnical Bid
PANTrueTechnical Bid
EMD Details.TrueTechnical Bid
GST copyTrueTechnical Bid
Registration Details KPWD/CPWD licence Class I.TrueTechnical Bid
Liquid assets and or availability of credit facilities of no less than Rs. 121.63 Lakhs Credit lines/ letter of credit/ certificates from nationalized banks in the name of EE,PRED.Chitradurga.TrueTechnical Bid
Satisfactorily completed as prime contractor, at least one similar nature of work. Cement concrete pavement value not less than Rs. 223.00 Lakhs Contractor should clearly mention work Indent No. in work done certificate.TrueTechnical Bid
Achieved in at least two financial years a minimum financial turnover in all classes of Civil Engineering construction works only of Rs.892.00 Lakhs. UDIN Number should be compulsorily mentioned in Turnover Certificate From 2018-19 to 2022-23.TrueTechnical Bid
Tenderer should have executed in any one year in the last five years the following minimum quantities of work usually 80 percentage of the peak annual rate of construction. 1.Earthwork/embankment 12036.98 cum 2.PCC/RCC 374.27 cum 3.Steel 14.08 Mt.4.WBM/WMM 1646.18 Cum 5.CC pavement 1956.37 Cum 6.GSB/Soil stablisation 213.00cumTrueTechnical Bid
Each tenderer should further demonstrate availaiblity key and critical equipment for this work. List of machineries on own basis 1.Concrete Mixer-3No. 2.Tipper 5No. 3.Water tanker-05 No. 4.Vibrator roller-02, 5.JCB/Excavatator 2 no. Lease of Hire basis 1.Concrete Mixer-3 No. 2.Tipper 5No. 3.Water tanker-05 No. 4.Vibrator roller-02, 5.JCB/Excavatator 2 no.TrueTechnical Bid
Existing commitments and ongoing works details.TrueTechnical Bid
Information on works for which tenders have been submitted and works which yet to be completed.TrueTechnical Bid
Bid Capacity in FormatTrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1709996904000
version0
createdDateNone
modifiedDateNone
blockNumberOffice of the Executive Engineer, PRE Division, Near Sent Joseph convent college, near Thppajji circle, Chitradurga
streetNone
cityChitradurga
stateKarnataka
pin577501
tenderRecallDTONone