| createdTs | None |
|---|
| version | None |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| noticeInvitingTenderDTO | | createdTs | 1718283615369 |
|---|
| 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 | 338000.00 |
|---|
| bidValueType | ITEM_WISE |
|---|
| bidValueTypeText | Item wise |
|---|
| tenderReceiptClose | 29-06-2024 17:30:00 |
|---|
| tenderQueryClose | 24-06-2024 17:00:00 |
|---|
| technicalBidOpen | 02-07-2024 11:00:00 |
|---|
| publishedDate | 14-06-2024 16:52:04 |
|---|
| publishedByPost | KUWSDB_SE_RZON_MYS |
|---|
| publishedByUser | KPE10244 - V L CHANDRAPPA |
|---|
| bidValidityPeriod | 90 |
|---|
| noOfCalls | 1 |
|---|
| preBidMeetingDate | 25-06-2024 11:00:00 |
|---|
| preBidMeetingYn | True |
|---|
| preQualificationBidOpen | None |
|---|
| denominationType | RUPEES |
|---|
| denominationTypeText | Rupees |
|---|
| retenderedYn | None |
|---|
| percentageRateTypeText | None |
|---|
| contactPerson | Chandrappa.V.L |
|---|
| splitEmdRequiredYn | True |
|---|
| emdBankGuarantee | 238000.00 |
|---|
| emdCash | 100000.00 |
|---|
| bgValidityPeriod | 135 |
|---|
| hideWeightage | None |
|---|
| multipleCurrencySelectionAllowedYn | False |
|---|
| isTechWeightageAllowed | False |
|---|
| highestBidderSelection | False |
|---|
| isVariableEmdAllowed | None |
|---|
| qcbsTenderYn | None |
|---|
| itemwiseEmdRequiredYn | None |
|---|
| sampleSubmissionDate | None |
|---|
| officeNumber | None |
|---|
| mobileNumber | 9480813107 |
|---|
| tenderSupplierList | None |
|---|
|
|---|
| tenderSchedule | | createdTs | 1718283615396 |
|---|
| version | 4 |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| tenderNumber | KUWSDB/2024-25/WS/WORK_INDENT212 |
|---|
| title | Construction of RCC wet wells, DG rooms and Supply, erection, electrification and commissioning of pumping machineries, DG sets & Providing D.I. Rising Mains at three sub-zones (Shankanapura, Hosa Anagalli & Uppara Mole) of Kollegal city. |
|---|
| description | Construction of RCC wet wells, DG rooms and Supply, erection, electrification and commissioning pumping machineries, DG sets & Providing D.I. Rising Mains at three sub-zones (Shankanapura, Hosa Anagalli & Uppara Mole) of Kollegal city. |
|---|
| category | WORKS |
|---|
| categoryText | Works |
|---|
| ecv | 22511821.00 |
|---|
| deptName | Karnataka Urban Water Supply and Drainage Board |
|---|
| status | PUBLISHED |
|---|
| statusText | Published |
|---|
| remarks | None |
|---|
| csrValue | None |
|---|
| ecvtenderYn | True |
|---|
| location | 1935 |
|---|
| locationName | KUWSDB Chief Engineer Revenue zone Mysuru |
|---|
| provisionalAmount | 22739000.0 |
|---|
| groupOverheadTotal | 0.0 |
|---|
| fileNumber | KWB/CE/TEC/MYS/KLG/UGD-2nd-STAGE/WETWELLS/TENDER/F-31 |
|---|
|
|---|
| tenderSubEstimateList | | createdTs | version | createdDate | modifiedDate | workCategoryName | subEstimateName | estimateTotal | itemList |
|---|
| 1718283615000 | 0 | None | None | Water supply/sewage lines | Construction of RCC wet wells, DG rooms and Supply, erection, electrification and commissioning of pumping machineries, DG sets & Providing D.I. Rising Mains at three sub-zones (Shankanapura, Hosa Anagalli & Uppara Mole) of Kollegal city. | 22511821.0 | | id | tenderSubEstimateId | categoryName | itemCode | description | uomName | baseRate | finalRate | quantity | modifyQuantityYn | minQuantity | maxQuantity | buyBackYn | buyBackValue | hideYn | netAmount | taxCount |
|---|
| 3286153 | 114171 | None | code01 | Design, Construction & Commissioning of RCC Primary treatment units for peak flow incoming sewage of designed capacity at each subzones, including supply & erection of Stainless steel Manual screens with lifting Basket arrangments & Vertical lift type Stainless steel gates, construction of Minimum 4.0m dia & minimum 7.0m depth RCC Wetwells at all the 3 sub-zones, RCC ramp, supply & erection of gantry girder, support girders & 2.0MT capacity Chain pulley block, with allied works with all lead and lift as directed by the Engineer in Charge.
(Shall be read in conjunction with Section 7:Specifications, Special specifications for all the items) | Job | 8426633.0 | 8426633.0 | 1.0 | False | None | None | False | None | False | 8426633.0 | 0 | | 3286154 | 114171 | None | code02 | Construction of 3 Nos. of 4m x 4 m size elevated RCC frame type D.G room at each Wetwell site including electrification of D.G room, wet well & yard lighting and fencing to the whole land of STP Premises with all lead and lift as directed by the Engineer in Charge.
(Shall be read in conjunction with Section 7:Specifications, Special specifications for all the items) | Job | 3099259.0 | 3099259.0 | 1.0 | False | None | None | False | None | False | 3099259.0 | 0 | | 3286155 | 114171 | None | code03 | Supply, erection, elecrification & Commissioning of 2 no. of Minimum 7.5HP or suitable HP capacity nonclog Sewage Pumpsets & suitable capacity Control panel with starters,at each wetwells of all the 3 sub-zones, including Supply, erection, elecrification & Commissioning of 1 no. of 15 KVA capacity D.G set and allied works at at each Wetwell with all lead and lift as directed by the Engineer in Charge.
(Shall be read in conjunction with Section 7:Specifications, Special specifications for all the items) | Job | 3748283.0 | 3748283.0 | 1.0 | False | None | None | False | None | False | 3748283.0 | 0 | | 3286156 | 114171 | None | code04 | Providing, laying, testing & commissioning of minimum 100 mm dia DI K-9 Class (Minimum total Length-1100.00 m) Rising Main from wetwells to Ridge Manholes at all the 3 zones including restoration of roads, RCC pillar supports, RCC Thrust / Anchor blocks, RCC valve chambers & providing necessary valves of PN-16 Rating with all lead and lift as directed by the Engineer in Charge.
(Shall be read in conjunction with Section 7:Specifications, Special specifications for all the items) | Job | 3741644.0 | 3741644.0 | 1.0 | False | None | None | False | None | False | 3741644.0 | 0 | | 3286157 | 114171 | None | code05 | Providing, laying, testing & Commissioing of minimum 200 mm dia DI (Minimum total length-150.0m) linking sewer from last man hole to Wet well PTU, Construction of 3 nos. of Brick masonry Machineholes, including restoration of roads, RCC pillar supports, RCC Anchor blocks and formation of service road if required, with all lead and lift as directed by the Engineer in Charge.
(Shall be read in conjunction with Section 7:Specifications, Special specifications for all the items) | Job | 2171555.0 | 2171555.0 | 1.0 | False | None | None | False | None | False | 2171555.0 | 0 | | 3286158 | 114171 | None | code06 | Arranging L.T. power supply to all the 3 Wetwells, tapping from nearby existing town feeder line by supply & stringing of Rabbit conductor & 1.1 KV U.G cable including allied works and 25 kVA transformers & necessary structures. with all lead and lift as directed by the Engineer in Charge.
(Shall be read in conjunction with Section 7:Specifications, Special specifications for all the items) | Job | 1324447.0 | 1324447.0 | 1.0 | False | None | None | False | None | False | 1324447.0 | 0 |
|
|
|---|
| generalCriterionList | | createdTs | version | createdDate | modifiedDate | criterionType | description | tenderEligibilityCriterionDocumentList |
|---|
| 1718283618000 | 0 | None | None | ELIGIBILITY | Tenders from Joint ventures are not acceptable. | None | | 1718283618000 | 0 | None | None | ELIGIBILITY | Bidders shall not be under a declaration of ineligibility for
corrupt and fraudulent practices issued by Government of Karnataka
| None | | 1718283618000 | 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 | | 1718283618000 | 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 | | 1718283618000 | 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 | | 1718283662000 | 0 | None | None | ELIGIBILITY | The bidder shall not be blacklisted in any department | None | | 1718283687000 | 0 | None | None | ELIGIBILITY | All terms and conditions are per bid document | 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 | As per clause 3 of Section-II ITT.. | Past Experience | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Work Done Certificate |
| | None | None | None | None | As per clause 3 of Section-II ITT | Financial Status | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Audited CA Certificate of Annual Turnover |
|
|
|---|
| tenderCriterionDocumentList | | documentName | optional | documentTypeText |
|---|
| Annual Turnover Certificate | True | Technical Bid | | Company Registration Certificate | True | Technical Bid | | Reserved Category Certificate | False | Technical Bid | | Small Scale Industries Certificate | False | Technical Bid | | Work done certificate | True | Technical Bid | | Documents as per clause 3.0 of Section-II of the bid document | True | Technical Bid |
|
|---|
| tenderWorkLocationList | | tenderSubEstimateName | districtName | taluqName | loksabhaContName | assemblyContName | locationDescription | latitudeDegrees | latitudeMinutes | latitudeSeconds | longitudeDegrees | longitudeMinutes | longitudeSeconds |
|---|
| Water supply/sewage lines | Chamarajanagara | Kollegala | Chamarajanagar | KOLLEGAL (SC) | Kollegal city | None | None | None | None | None | None |
|
|---|
| tenderAddress | | createdTs | 1718286180000 |
|---|
| version | 0 |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| blockNumber | OFFICE OF THE CHIEF ENGINEER, KUWS AND D BOARD, JALBHAVAN, NOP10, 3RD FLOOR,10TH MAIN, 3RD CROSS, SARASWATHIPURAM, MYSURU |
|---|
| street | None |
|---|
| city | Mysuru |
|---|
| state | Karnataka |
|---|
| pin | 570009 |
|---|
|
|---|
| tenderRecallDTO | None |
|---|