createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1717088080013 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 5000.00 emd 705000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 15-06-2024 17:00:00 tenderQueryClose 10-06-2024 11:00:00 technicalBidOpen 17-06-2024 11:00:00 publishedDate 30-05-2024 23:00:01 publishedByPost DMA_EE_DIR publishedByUser KPE10667 - BASAVARAJU N bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 07-06-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Archana B C 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 9886970217 mobileNumber None tenderSupplierList None tenderSchedule
createdTs 1717088080037 version 4 createdDate None modifiedDate None tenderNumber DMA/2024-25/WT/WORK_INDENT18211 title Design and Construction of Faecal Sludge Treatment Plant (FSTP) at Naganur(3 KLD) and Arabhavi (03 KLD) including Operation and Maintenance of constructed facilities for 5 years. Package-17 (Turnkey basis) description Design and Construction of Faecal Sludge Treatment Plant (FSTP) at Naganur(3 KLD) and Arabhavi (3 KLD) including Operation and Maintenance of constructed facilities for 5 years. Package-17 (Turnkey basis) category WORKS categoryText Works ecv 57036000.00 deptName Directorate of Municipal Administration status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn False location 2148 locationName DMA Directorate Office Bengaluru provisionalAmount 57036000.0 groupOverheadTotal 10064480.29 fileNumber 25921/DMA/FSSM/2018-19/PACKAGE-17 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1717088080000 0 None None Water /sewage treatment tanks Design and Construction of Faecal Sludge Treatment Plant (FSTP) at Naganur(3 KLD) including Operation and Maintenance of constructed facilities for 5 years. Package-17 (Turnkey basis) 23481137.36
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3206817 110313 None 001 PART- A: (Lumpsum):(Core Infrastructure Works) Design, Construction and successful commissioning of Faecal Sludge Treatment Plant (FSTP) including Site Grading Works, Planted Drying Bed, Integrated Settler, Anaerobic Filter , Construction Wetland Tank,Primary Collection Tank, Secondary Collection Tank, Septic Tank , Soak Pit,Solar Pumps, Pressure Sand Filter and Activated Carbon Filters and Cement Concrete Road(3.75m wide) length as per site condition requirements with Storm Water Drainage Facility at Naganur (3KLD) , which includes Works as per specification(indicative) and drawings(indicative) as per RFP document and as per CPHEEO manual and relevant IS codes, Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 13644352.2 13644352.2 1.0 False None None False None False 13644352.2 0 3206818 110313 None 002 PART-B: (Lumpsum):(Non-Core Infrastructure Works) Design, Construction of Reception Room and Conference Room, Operator Room, Security Cabin, Main Entry Gate with Wicket Gate, Landscaping in the premises, Parking, Raising Compound wall and Miscellaneous Works, Electrical Works at Naganur (3KLD) , , which includes Works as per specification(indicative) and drawings(indicative) as per RFP document etc. in complete as per the direction of the Engineer-in-charge of work and trial run of the plant for 3 months & Defects Liability Period of 2 year from the date of completion of trial run, Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 5539265.16 5539265.16 1.0 False None None False None False 5539265.16 0 3206819 110313 None 003 PART-C: (O&M) Operation & Maintenance of Faecal Sludge Treatment Plant (FSTP) at Naganur (3KLD) , after commissioning of components built up under this contract for 5 years (including 2 year defect liability period) 1st year Operation and maintenance of the components (including defect liability period) taken up under this contract excluding power charges including manpower, repair, establishment cost, consumables and disposing of sludge etc., as per RFP document and as directed by the engineer -in-charge. Including all lift and lead charges etc., Job 571570.16 571570.16 1.0 False None None False None False 571570.16 0 3206820 110313 None 004 2nd year Operation and maintenance of the components (including defect liability period) taken up under this contract excluding power charges including establishment cost, repairs, consumables and disposing of sludge etc., as per RFP document and as directed by the engineer -in-charge ---- Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 627437.92 627437.92 1.0 False None None False None False 627437.92 0 3206821 110313 None 005 3rd year Operation and maintenance of the components taken up under this contract including establishment cost, repairs, consumables etc as per RFP document and as directed by the engineer -in-charge ---- Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 932561.84 932561.84 1.0 False None None False None False 932561.84 0 3206822 110313 None 006 4th year Operation and maintenance of the components taken up under this contract including establishment cost, repairs, consumables etc as per RFP document and as directed by the engineer -in-charge ---- Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 1031404.8 1031404.8 1.0 False None None False None False 1031404.8 0 3206823 110313 None 007 5th year Operation and maintenance of the components taken up under this contract including establishment cost, repairs, consumables etc as per RFP document and as directed by the engineer -in-charge ---- Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 1134545.28 1134545.28 1.0 False None None False None False 1134545.28 0 1717088080000 0 None None Water /sewage treatment tanks Design and Construction of Faecal Sludge Treatment Plant (FSTP) at Arabhavi (03 KLD) including Operation and Maintenance of constructed facilities for 5 years. Package-17 (Turnkey basis) 23490382.35
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3206824 110314 None 001 PART- A: (Lumpsum):(Core Infrastructure Works) Design, Construction and successful commissioning of Faecal Sludge Treatment Plant (FSTP) including Site Grading Works, Planted Drying Bed, Integrated Settler, Anaerobic Filter , Construction Wetland Tank,Primary Collection Tank, Secondary Collection Tank, Septic Tank , Soak Pit,Solar Pumps, Pressure Sand Filter and Activated Carbon Filters and Cement Concrete Road(3.75m wide) length as per site condition requirements with Storm Water Drainage Facility at Arabhavi (3KLD) , which includes Works as per specification(indicative) and drawings(indicative) as per RFP document and as per CPHEEO manual and relevant IS codes, Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 12812214.46 12812214.46 1.0 False None None False None False 12812214.46 0 3206825 110314 None 002 PART-B: (Lumpsum):(Non-Core Infrastructure Works) Design, Construction of Reception Room and Conference Room, Operator Room, Security Cabin, Main Entry Gate with Wicket Gate, Landscaping in the premises, Parking, Raising Compound wall and Miscellaneous Works, Electrical Works at Arabhavi (3KLD), which includes Works as per specification(indicative) and drawings(indicative) as per RFP document etc. in complete as per the direction of the Engineer-in-charge of work and trial run of the plant for 3 months & Defects Liability Period of 2 year from the date of completion of trial run, Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 6380648.81 6380648.81 1.0 False None None False None False 6380648.81 0 3206826 110314 None 003 PART-C: (O&M) Operation & Maintenance of Faecal Sludge Treatment Plant (FSTP) atArabhavi (3KLD) after commissioning of components built up under this contract for 5 years (including 2 year defect liability period) 1st year Operation and maintenance of the components (including defect liability period) taken up under this contract excluding power charges including manpower, repair, establishment cost, consumables and disposing of sludge etc., as per RFP document and as directed by the engineer -in-charge. Including all lift and lead charges etc., Job 571570.16 571570.16 1.0 False None None False None False 571570.16 0 3206827 110314 None 004 2nd year Operation and maintenance of the components (including defect liability period) taken up under this contract excluding power charges including establishment cost, repairs, consumables and disposing of sludge etc., as per RFP document and as directed by the engineer -in-charge ---- Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 627437.0 627437.0 1.0 False None None False None False 627437.0 0 3206828 110314 None 005 3rd year Operation and maintenance of the components taken up under this contract including establishment cost, repairs, consumables etc as per RFP document and as directed by the engineer -in-charge ---- Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 932561.84 932561.84 1.0 False None None False None False 932561.84 0 3206829 110314 None 006 4th year Operation and maintenance of the components taken up under this contract including establishment cost, repairs, consumables etc as per RFP document and as directed by the engineer -in-charge ---- Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 1031404.8 1031404.8 1.0 False None None False None False 1031404.8 0 3206830 110314 None 007 5th year Operation and maintenance of the components taken up under this contract including establishment cost, repairs, consumables etc as per RFP document and as directed by the engineer -in-charge ---- Including all lift and lead charges etc., As per the Instructions of Engineering-in-charge. Job 1134545.28 1134545.28 1.0 False None None False None False 1134545.28 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1717088081000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1717088081000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1717088081000 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 1717088081000 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 1717088081000 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 1717088718000 0 None None ELIGIBILITY Royalty on construction materials and other taxes will be deducted as per prevailing Govt orders as may be modified from time to time None 1717088794000 0 None None ELIGIBILITY Conditional tenders will not be acceptable None 1717088947000 0 None None ELIGIBILITY The Employer reserves the right to reject any or all Tenders without assigning any reason or what so ever None 1717088998000 0 None None ELIGIBILITY Tenderer has to quote GST separately, GST shall be paid to the tendered amount separately None 1717089021000 0 None None ELIGIBILITY The Original Documents shall be produced for physical verification within one week from the date of Technical bid opening None 1717089045000 0 None None ELIGIBILITY Tenderers should follow all the conditions specified in Standard Tender Document and submit all the documents as mentioned in the bid document None 1717089058000 0 None None ELIGIBILITY The tenderer should submit the critical equipment and vehicle details as mentioned in the bid document None 1717089080000 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 2024-25 None 1717089098000 0 None None ELIGIBILITY The Tenderer shall scan Original Work done certificates / Turnover Statements and any other documents specified by the employer and attach the scanned file to the Bid None 1717089112000 0 None None ELIGIBILITY The earnest money deposit will be forfeited if the documents submitted by the tenderer found to be misleading/forged or fake None 1717089289000 0 None None ELIGIBILITY Turnover certificate from CA with valid UDIN No. to be furnished along with necessary documents. None 1717089305000 0 None None ELIGIBILITY Any discrepancies observed in the documents uploaded by the tenderer the tender shall liable to rejected. 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 The intending bidder satisfactorily completed (at least 90% of the contract value), at least one similar works such as Faecal Sludge Treatment Plant (FSTP) /Sewage treatment plant(STP) costing not less than Rs. 234.86 Lakhs in the last five years 2019-20 to 2023-24 / preceding 5 years Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None The intending bidder should have executed in any one financial year of the last five years(2019-20 to 2023-24) the following minimum quantities of work1.Earthwork excavation in all kinds of soil1074.23Cum2.Cement concrete(Including RCCandCC)919.66Cum3.Steel48.14 Tonne Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None The Bidder should have designed, supplied, built, installed, tested and commissioned a Sewage Treatment Plant (STP) minimum capacity work (single or multiple STPs works totaling to capacity) not less than 1 MLD OR Faecal Sludge Treatment Plant (FSTP) minimum capacity (single or multiple FSTPs works totaling to capacity) not less than 10 KLD-01 Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None availability by owning at least 50% of the required key and critical equipment for this work and (b) the remaining 50% can be deployed on lease /hire basis for all works provided, the relevant documents ( commitment agreements etc.) for availability for this work are furnished.1. Excavators 1 No2. Tippers2 No3. Ajax Self-loading Concrete mixer/batching plant 2 No /1 No. 4. Soil compactor/ Vibratory roller1 No Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Attach the RC Copy of owner for own/Hired particular vehicles 2) Attach the Updated Insurance and Fitness Certificates for the vehicles. None None None None The intending bidder should have (in the last five years i.e. from 2019-20 to 2023-24 preceding 5 years) achieved in at least two financial years a minimum financial turnover of Rs.939.45 Lakhs. (Audited profit and loss account balance sheet certified by the chartered accountant along with the turnover certificate with UDIN for the above-indicated years along with IT returns filed for the said years all to be uploaded with the technical bid ). Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None The intending bidder/ firm/ company shall furnish details of liquid assets/ availability of credit facilities of not less than the equivalent of the estimated cash flow for 3 months in the peak construction period amounting to Rs.156.60 Lakhs for meeting the required funds in the form of unconditional credit lines/ letter of credit/ certificate from any Nationalized Banks/ Scheduled Banks. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit tenderCriterionDocumentList tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Water /sewage treatment tanks Belagavi Belagavi Belgaum GOKAK (ST) Naganur None None None None None None Water /sewage treatment tanks Belagavi Belagavi Belgaum ARABHAVI Arabhavi None None None None None None tenderAddress
createdTs 1717089995000 version 0 createdDate None modifiedDate None blockNumber 9th floor DMA VV Tower street None city Bangalore state Karnataka pin 560001 tenderRecallDTO None