createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1717757068320 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy RESERVED invitingStrategyText Reserved taxType INCLUSIVE_TAX tenderFee 1060.00 emd 50000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 17-06-2024 17:30:00 tenderQueryClose 14-06-2024 17:28:00 technicalBidOpen 19-06-2024 11:30:00 publishedDate 07-06-2024 17:05:46 publishedByPost RDPR_EE_DIV_BGV publishedByUser KPE10371 - ANAND S BANAGAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Executive Engineer 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 08312407230 mobileNumber 6366647977 tenderSupplierList None tenderSchedule
createdTs 1717757068366 version 4 createdDate None modifiedDate None tenderNumber RDPR/2023-24/RD/WORK_INDENT5515 title Construction of CC Road from from Hanchinal Village to Kani Dari (0.00 to 0.350) of Saundatti Taluk description Construction of CC Road from from Hanchinal Village to Kani Dari (0.00 to 0.350) of Saundatti Taluk category WORKS categoryText Works ecv 4210848.68 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 800 locationName RDPR Division Office Belagavi provisionalAmount 5000000.0 groupOverheadTotal None fileNumber PRE/SD/SDT/5054/9 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1717757068000 0 None None Roads Construction of CC Road from from Hanchinal Village to Kani Dari (0.00 to 0.350) of Saundatti Taluk 4210848.68
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3245696 112303 None code01 Road Work Scarifying Existing Granular Surface to a Depth of 50 mm by Manual Means with all lead lifts loading & unloading charges including cost and conveyance of all materials labourb equipments HOM of machinary and other incidental charges required for successfull completion of work etc complete as per specifications and as per the directions of the Engineer in charge of the work Sqm 6.3 6.3 770.0 False None None False None False 4851.0 0 3245697 112303 None code02 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 with all lead lifts loading & unloading charges including cost and conveyance of all materials labourb equipments HOM of machinary and other incidental charges required for successfull completion of work etc complete as per specifications and as per the directions of the Engineer in charge of the work Cum 110.5 110.5 77.0 False None None False None False 8508.5 0 3245698 112303 None code03 Construction of Subgrade and Earthen Shoulders Construction of sub-grade and earthen shoulders with approved material obtained from borrow pits with all lifts & leads, transporting to site, spreading, grading to required slope and compacted to meet requirement of table No. 300-2 with all lead lifts loading & unloading charges including cost and conveyance of all materials labourb equipments HOM of machinary and other incidental charges required for successfull completion of work etc complete as per specifications and as per the directions of the Engineer in charge of the work Cum 517.65 517.65 154.0 False None None False None False 79718.1 0 3245699 112303 None code04 Granular Sub-base - Grading III Construction of Granular Sub-Base by Mix in Place Method by providing well graded Gravel, spreading in uniform layers with motor grader on prepared surface, mixing by mix in place method with rotavator at OMC, and compacting with smooth wheel roller to achieve the desired density, complete as per Technical Specification with all lead lifts loading & unloading charges including cost and conveyance of all materials labourb equipments HOM of machinary and other incidental charges required for successfull completion of work etc complete as per specifications and as per the directions of the Engineer in charge of the work Cum 1498.35 1498.35 77.0 False None None False None False 115372.95 0 3245700 112303 None code05 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 with all lead lifts loading & unloading charges including cost and conveyance of all materials labourb equipments HOM of machinary and other incidental charges required for successfull completion of work etc complete as per specifications and as per the directions of the Engineer in charge of the work Cum 2686.95 2686.95 77.0 False None None False None False 206895.15 0 3245701 112303 None code06 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 levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, primer, sealant, curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.MORTH Specification with all lead lifts loading & unloading charges including cost and conveyance of all materials labourb equipments HOM of machinary and other incidental charges required for successfull completion of work etc complete as per specifications and as per the directions of the Engineer in charge of the work Cum 7091.7 7091.7 154.0 False None None False None False 1092121.8 0 3245702 112303 None code07 Providing and fixing of typical Logo board as per specifications and drawing. Two ACP Sheet of 3mm thick, top and Bottom plate duly welded/bolted with MS Square angle 25mm x25mmx 5mm size on back and on the edges. The Top and Bottom plate will be welded/ bolted to 1nos75x75x6 mm square Hallow section duly embedded in cement concrete M15 Grade of 600*600*600 mm, 450 mm below ground level.Retro-Reflecting Sheet as per IRC:67 Clause 1701.3.8.1 fixed over aluminium sheeting.All sections of steel tube will be painted with primer and two coats of epoxy paint as per drawingRetro Reflective Trafic Sign As per IRC 67 Clause 1701.3.8.1 Class A Type-1 with all lead lifts loading & unloading charges including cost and conveyance of all materials labourb equipments HOM of machinary and other incidental charges required for successfull completion of work etc complete as per specifications and as per the directions of the Engineer in charge of the work No 10784.6 10784.6 1.0 False None None False None False 10784.6 0 3245703 112303 None code08 CD Work 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 Cum 107.1 107.1 158.4 False None None False None False 16964.64 0 3245704 112303 None code09 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 1:3:6 Using 40 mm nominal size graded crushed coarse aggregates Cum 6288.45 6288.45 19.8 False None None False None False 124511.31 0 3245705 112303 None code10 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 Cum 6639.15 6639.15 208.8 False None None False None False 1386254.52 0 3245706 112303 None code11 Form work ,centering and scaffolding work for RCC Drain ( Rate is rivesed as per Corrigendum ( considering 40% ) Cum 2655.66 2655.66 208.8 False None None False None False 554501.808 0 3245707 112303 None code12 Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, hooking, laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification f. All other type of structures Tonne 82961.55 82961.55 6.9936 False None None False None False 580199.89608 0 3245708 112303 None code13 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations and other similar works etc. in layers not exceed ing 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto 1.5 m.All other type of structures Cum 279.3 279.3 108.0 False None None False None False 30164.4 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1717757069000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1717757069000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1717757069000 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 1717757069000 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 1717757069000 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 1717757093000 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 1717757097000 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 1717757102000 0 None None ELIGIBILITY The bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The departments shall not be responsible for non-accessibility of kppp-Procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1717757107000 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 1717757111000 0 None None ELIGIBILITY For Details Refer Tender Notification And Conditions In The Bid Documents. None 1717757115000 0 None None ELIGIBILITY All materials should be in good quality as per specification, quality certificate for the same should be obtained from the concerned authority at their own cost. None 1717757120000 0 None None ELIGIBILITY All the scanned documents pertaining to bidder to be uploaded shall be in original and same originals should be produced to the Executive Engineer (at the time of Technical Bid Opening) who reserves right to verify the original documents before approval. None 1717757125000 0 None None ELIGIBILITY To qualify for award of this contract, each tenderer should give all details and documents as per Technical and Financial bid attached to this tender. None 1717757130000 0 None None ELIGIBILITY All the materials to be utilised for the work must be tested in PRED labs and Quality control test reports must be enclosed to the bills. All type of Pipes and Pumping Machinary with accessories must be tested in M/s. SGS India LTD, CIPET & AIPS institutes. Cost of all QC test must be borne by contractor. None 1717757134000 0 None None ELIGIBILITY If any date in the tender time table is government holiday, next working date will be considered None 1717757139000 0 None None ELIGIBILITY Incomplete / conditional tenders will not be accepted. None 1717757143000 0 None None ELIGIBILITY Executive Engineer PRED Belgaum has authority to accept or reject any tender without assigning reason None 1717757148000 0 None None ELIGIBILITY Tenderer must submit his present accurate postal address and phone / cell phone number None 1717757153000 0 None None ELIGIBILITY The tender may be cancelled at any stage without assigning any reason None 1717757158000 0 None None ELIGIBILITY Tenderers must have valid PRED/PWD registration and must submit PRED/PWD registration copy None 1717757163000 0 None None ELIGIBILITY Any objection regarding the tender must be submitted directly to Executive Engineer , not in inward. None 1717757167000 0 None None ELIGIBILITY For interpretations of clauses, conditions, spelling mistakes, etc. decision of Executive Engineer, PRED, Belgaum is final. None 1717757175000 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 Belagavi within 20 days from the date of receiving the letter of acceptance. additional security paid for unbalanced tenders Failing which EMD will be forfeited and further action will be taken as per G O No FD PCL 2008 Bangalore Dated 14/10/2008. None 1717757182000 0 None None ELIGIBILITY As per Government order No. FD 56 PWD cell 2004, Bngalore, 18th Janury 2005, The contractor shall be made responsible for submiting e-bills duly suported the hard copy of detailed measurements of work. using electrinic spreadsheets and making computation thereof. The conctractor shall submit diskette/ CD room in addition the hard copy. None 1717757194000 0 None None ELIGIBILITY The tenderers must submit the scanned documents in pdf / jpeg form, not in other form and which are should not be corrupted files. If it shows errors while opening the documents the employer is not responsible. Hence the such files will be considerd as un submitted. None 1717757218000 1 None None ELIGIBILITY To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2019-20, 2020-21, 2021-22, 2022-23 & 2023-24 achieved in One financial year should be more than financial turnover of Rs.42.10Lakhs (in all classes of civil engineering construction works only) None 1717757269000 0 None None ELIGIBILITY The Tenderer shall obtain Any Nature of Work done certificate will be Considered financial years of 2019-20 to 2023-24 (25% of the Amount Put to Tender) i.e Rs.10.53 lakhs in the prescribed format from the Competent Authority not below the rank of Executive Engineer(District Level Officer) and scan the Original Certificate and attach the scanned file to the Bid. None 1717757285000 0 None None ELIGIBILITY Tenderer must have liquid assets and /or availability of credit facilities of not less than 30% amount Put to Tender (Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc. for three months of Rs. 12.63Lakhs (LOC letter should be unconditional format) None 1717757315000 0 None None ELIGIBILITY THIS WORK IS RANDOMISED AS SC CATEGORY OF WORK. HENCE ONLY SC CATEGORY OF CONTRACTOR SHOULD BID. OTHER BIDDERS MAY BE CONSIDERED AS FRAUDULANT PRACTICES. None 1717757321000 0 None None ELIGIBILITY Single Tender Will Not Be Accepted None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Work orders /commitments of ongoing works issued by an officer not below the rank of Executive Engineer Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Any Nature of Work done certificate can be Considered Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None PRED/PWD Registration Certificate 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 Tenderer must Submit PAN & GST Certificate. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None GST Registration None None None None SC Reserved Category Certificate Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- SC Reserved Category Certificate None None None None Name and Address of Contractor for Communication Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Name and Address of Contractor for Communication None None None None Assessed Tender Capacity AX5XN-B Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessed Tender Capacity AX5XN-B None None None None Annual Turnover Certificate for at least last five years Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None UDIN is Preferred Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Line of Credit Should be in the Bank Letter Head Format Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate for at least last five years True Technical Bid PRED/PWD Registration Certificate True Technical Bid SC Reserved Category Certificate True Technical Bid UDIN is Preferred True Technical Bid Name and Address of Contractor for Communication True Technical Bid Any Nature of Work done certificate can be Considered True Technical Bid Tenderer must Submit PAN & GST Certificate. True Technical Bid Line of Credit True Technical Bid Work orders /commitments of ongoing works issued by an officer not below the rank of Executive Engineer True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Belagavi Savadatti Belgaum BELGAUM HANCHINAL None None None None None None tenderAddress None tenderRecallDTO None