createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1709995761974 version 5 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 5000.00 emd 668000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 20-04-2024 16:00:00 tenderQueryClose 10-04-2024 16:00:00 technicalBidOpen 22-04-2024 16:01:00 publishedDate 11-03-2024 08:08:19 publishedByPost RDPR_EE_DIV_CTD publishedByUser KPE10978 - HANUMANTHAPPA L bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 26-03-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson GURURAJ JE 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 08194222372 mobileNumber 8553360645 tenderSupplierList None tenderSchedule
createdTs 1709995762032 version 7 createdDate None modifiedDate None tenderNumber RDPR/2023-24/RD/WORK_INDENT5385 title PKGMLK 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 description PKGMLK 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 category WORKS categoryText Works ecv 44544207.87 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 840 locationName RDPR Division Office Chitradurga provisionalAmount 48000000.0 groupOverheadTotal None fileNumber AEE-PRESDMLK-KMERC-Package-8-480 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1709995762000 1 None None Roads 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 44544207.87
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 2976908 98731 None code01 Dismantling 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) Cum 664.34 664.34 888.75 False None None False None False 590432.175 0 2976909 98731 None code02 Clearing 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) Sqm 463.74 463.74 35.5 False None None False None False 16462.77 0 2976910 98731 None code03 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. (P.No.36/ I. No.2.1 Volume-1 PWDSR-2023-24) Cum 112.1 112.1 7484.6 False None None False None False 839023.66 0 2976911 98731 None code04 Surface 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) m 29.5 29.5 3550.0 False None None False None False 104725.0 0 2976912 98731 None code05 Scarifying 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) Sqm 5.9 5.9 4740.5 False None None False None False 27968.95 0 2976913 98731 None code06 Compacting 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) Cum 123.9 123.9 1361.55 False None None False None False 168696.045 0 2976914 98731 None code07 Stabilized 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) Cum 3088.06 3088.06 266.25 False None None False None False 822195.975 0 2976915 98731 None code08 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 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) Cum 559.32 559.32 6469.65 False None None False None False 3618604.638 0 2976916 98731 None code09 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 density. (P.No.26, I.No.4.17Volume-3 PWD SR 2023-24) Cum 3019.62 3019.62 2057.73 False None None False None False 6213562.6626 0 2976917 98731 None code10 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 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) Cum 7969.72 7969.72 2445.47 False None None False None False 19489711.1684 0 2976918 98731 None code11 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 in charge. (P.No.163/ I. No.4 Volume-3 WRDP-2023-24) m 82.6 82.6 5387.0 False None None False None False 444966.2 0 2976919 98731 None code12 B. 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) Sqm 62.54 62.54 1720.0 False None None False None False 107568.8 0 2976920 98731 None code13 Earth 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) Cum 120.36 120.36 1091.98 False None None False None False 131430.7128 0 2976921 98731 None code14 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 1:4:8 Using 40 mm and down size graded crushed coarse aggregates (P.No.15/I.No.2.1.2 Volume-1 PWD SR 2023-24) Cum 6683.52 6683.52 166.69 False None None False None False 1114075.9488 0 2976922 98731 None code15 Providing 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) Cum 7461.14 7461.14 331.15 False None None False None False 2470756.511 0 2976923 98731 None code16 Steel 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) Tonne 101990.94 101990.94 17.56 False None None False None False 1790960.9064 0 2976924 98731 None code17 Providing 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) Nos 1325.14 1325.14 172.2 False None None False None False 228189.108 0 2976925 98731 None code18 Road 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) Sqm 625.4 625.4 117.5 False None None False None False 73484.5 0 2976926 98731 None code19 Retro-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) Each 4809.68 4809.68 5.0 False None None False None False 24048.4 0 2976927 98731 None code20 Retro-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) Each 7699.5 7699.5 2.0 False None None False None False 15399.0 0 2976928 98731 None code21 Kilometre 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) Each 993.56 993.56 9.0 False None None False None False 8942.04 0 2976929 98731 None code22 Type - 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) Mtr 4295.2 4295.2 250.0 False None None False None False 1073800.0 0 2976930 98731 None code23 Earth 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) Cum 678.5 678.5 15.19 False None None False None False 10306.415 0 2976931 98731 None code24 Supplying 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) Each 2478.0 2478.0 357.0 False None None False None False 884646.0 0 2976932 98731 None code25 Rumble 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) Sqm 221.84 221.84 110.0 False None None False None False 24402.4 0 2976933 98731 None code26 Providing 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) Nos 10620.0 10620.0 2.0 False None None False None False 21240.0 0 2976934 98731 None code27 supplying 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 etc Nos 67120.76 67120.76 63.0 False None None False None False 4228607.88 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1709995763000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709995763000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1709995763000 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 1709995779000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1709995786000 0 None None ELIGIBILITY Materials 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 1709995790000 0 None None ELIGIBILITY Department will not supply any material. None 1709995793000 0 None None ELIGIBILITY Royalty Charges shall be recovered as per the prevailing rates issued by the department of Mines and Geology. None 1709995796000 0 None None ELIGIBILITY All 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 1709995801000 0 None None ELIGIBILITY In 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 1709995804000 0 None None ELIGIBILITY The contractor should employ only registered labours as per Govt. Circular No. PRE/198/BMS/2009/ Dated: 24-06-2009. None 1709995807000 0 None None ELIGIBILITY Existing Commitments work details (B-Value) should be furnished duly a attested by the concerned Executive Engineer as per Standard Tender Documents None 1709995811000 0 None None ELIGIBILITY Royalty 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 1709995814000 0 None None ELIGIBILITY The 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 1709995818000 0 None None ELIGIBILITY Contractors must quote rate including all taxes. None 1709995823000 0 None None ELIGIBILITY Contractor 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 1709995826000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1709995830000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory. None 1709995833000 0 None None ELIGIBILITY It shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee and EMD into the respective receiving bank accounts of e-Procurement on or before the last date and time of bid submission. None 1709995837000 0 None None ELIGIBILITY The bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1709995840000 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 1709995843000 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 1709995846000 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 1709995851000 0 None None ELIGIBILITY The 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 1709995855000 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 1709995859000 0 None None ELIGIBILITY The 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 1709995863000 0 None None ELIGIBILITY The tenderer shall note that the scanned Documents can also be uploaded in the tasks created under Document/Evidence required from the Bidder. None 1709995866000 0 None None ELIGIBILITY The Employer reserves the right to Reject any or all Tenders without assigning any reason. None 1709995870000 0 None None ELIGIBILITY The Department is not responsible for any delay in accessing e-procurement portal. None 1709995873000 0 None None ELIGIBILITY Tender 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 1709995877000 0 None None ELIGIBILITY Tenderer 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 1709995880000 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 Technical Qualification Criteria mentioned in the section. None 1709995884000 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 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 1709995888000 0 None None ELIGIBILITY In 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 1709995891000 0 None None ELIGIBILITY Third party inspection is manadatory for all the works in this programme None 1709995895000 0 None None ELIGIBILITY The 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 work None 1709995899000 0 None None ELIGIBILITY Self declaration of machinariesare not accepted. None 1709995902000 0 None None ELIGIBILITY Other details and instructions shall be seen and fallowed as per the bidding documents None 1709995906000 0 None None ELIGIBILITY Before tendering for the works the tenderer may inspect the site personally. None 1709995910000 0 None None ELIGIBILITY All 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 1709995913000 0 None None ELIGIBILITY Contractor should establish Field Laboratory for testing of Materials. None 1709995917000 0 None None ELIGIBILITY The Photos and Video graphs should be taken before commencement, during execution and after completion of the work in presence of nodal officers None 1709995921000 0 None None ELIGIBILITY The 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 1709995924000 0 None None ELIGIBILITY Other details and instructions shall be seen and fallowed as per the bidding documents KW-4 None 1709995928000 0 None None ELIGIBILITY Bidders should have valid registration with Employees provident fund organization under EPF and Miscellaneous provisions ACT,1952 None 1709995931000 0 None None ELIGIBILITY After completion of the project Defect liability period of 1 years None 1709995935000 0 None None ELIGIBILITY KMERC Guidelines and Government Guidelines shall be applicable. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Registration Details KPWD/CPWD licence Class I. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Registration Details KPWD/CPWD licence Class I. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None 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. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- LOC None None None None Bid Capacity in Format Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Bid Capacity in Format None None None None Existing commitments and ongoing works details. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Ongoing works details. None None None None Information on works for which tenders have been submitted and works which yet to be completed. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- submitted tenders None None None None 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. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Vehicle details None None None None 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. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None 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 213.00cum Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Qty. wise work done None None None None 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. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None EMD Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- EMD None None None None Registration Details KPWD/CPWD licence Class I. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None GST Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- GST None None None None PAN Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- PAN None None None None Details of Name and address with contact no. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Details of Name and address with contact no. tenderCriterionDocumentList
documentName optional documentTypeText Details of Name and address with contact no. True Technical Bid PAN True Technical Bid EMD Details. True Technical Bid GST copy True Technical Bid Registration Details KPWD/CPWD licence Class I. True Technical 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. True Technical 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. True Technical 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. True Technical 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 213.00cum True Technical 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. True Technical Bid Existing commitments and ongoing works details. True Technical Bid Information on works for which tenders have been submitted and works which yet to be completed. True Technical Bid Bid Capacity in Format True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1709996904000 version 0 createdDate None modifiedDate None blockNumber Office of the Executive Engineer, PRE Division, Near Sent Joseph convent college, near Thppajji circle, Chitradurga street None city Chitradurga state Karnataka pin 577501 tenderRecallDTO None