createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1719330025033
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee600.00
emd48000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose16-07-2024 17:30:00
tenderQueryClose16-07-2024 11:30:00
technicalBidOpen18-07-2024 11:30:00
publishedDate26-06-2024 12:11:32
publishedByPostTMC_CO_BNR
publishedByUserKPE14290 - R HEMANTHARAJU
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonPuttaswamy M C
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber7760038899
tenderSupplierListNone
tenderSchedule
createdTs1719330025070
version4
createdDateNone
modifiedDateNone
tenderNumberDMA/2024-25/OW/WORK_INDENT19314
titlePackage 1- Construction of RCC Drain at Ward No 3,5,11,2,21,10,22,23,6,20,19 and 16Bannur TMC Limits
descriptionPackage 1- Construction of RCC Drain at Ward No 3,5,11,2,21,10,22,23,6,20,19 and 16Bannur TMC Limits
categoryWORKS
categoryTextWorks
ecv2400000.00
deptNameDirectorate of Municipal Administration
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location2450
locationNameDMA Town Municipal Council Bannur
provisionalAmount2400000.0
groupOverheadTotal413591.04
fileNumberTMC/BNR/15FIN/1/2024-25
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17193300250000NoneNoneOther WorksPackage 1- Construction of RCC Drain at Bannur TMC Limits1986408.96
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3353479117976NoneITMNO1.14Earth 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. I.No 1.14, Pg.no 08 of 2023-24 Year of PWD Volume I Common SRCum105.06105.06609.59FalseNoneNoneFalseNoneFalse64043.52540
3353480117976NoneITMNO2.1Providing and laying in position plain 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 machineries, curing, and all the other appurtenances required to complete the work as per technical specifications. , (Mix 1:3:6 (M10) Using 40 mm and down size graded crushed coarse aggregates) Pg.No 15, SL.No 2.1 & 2.1.3 of 2023-24 Year PWD Volume I Common SRCum6168.686168.6855.25FalseNoneNoneFalseNoneFalse340819.570
3353481117976NoneITMNO2.3.1Providing and laying in Cement Concrete for all Basement & surface level works, return walls, retaining walls, sunken floors etc. 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, labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. I.No 2.3.1, Pg.No 16 of 2023-24 Year of PWD Volume I Common SRCum6838.326838.32131.31FalseNoneNoneFalseNoneFalse897939.79920
3353482117976NoneITMNO9.3Supplying, Fitting and Placing TMT Fe 500 & above Reinforcement in Foundation/Substructure/Superstructure complete as per Drawing and Technical Specifications. Pg.No 71, I.No 9.3 of 2021-22 Year of PWD Volume 3 Roads and bridge SRTonne92140.7192140.716.58FalseNoneNoneFalseNoneFalse606285.87180
3353483117976NoneITMNO1.9Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations and other similar works etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto Pg.No 34, I.No 1.9 of 2023-24 Year of PWD Volume I Common SRCum273.98273.98128.0FalseNoneNoneFalseNoneFalse35069.440
3353484117976NoneITMNO3.1Removal of Unserviceable Soil with Disposal upto a suitable distance as directed by the Engineer incharge of work Pg.No 17, I.No 3.1 of 2023-24 Year of PWD Volume III Roads and Bridge SRCum87.5587.55482.59FalseNoneNoneFalseNoneFalse42250.75450
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17193300260000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17193300260000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17193300260000NoneNoneELIGIBILITYBidders 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
17193300260000NoneNoneELIGIBILITYIt 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
17193300260000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17193301050000NoneNoneELIGIBILITYConditional tenders will not be acceptedNone
17193301160000NoneNoneELIGIBILITYBefore Quoting the rates tenderer should read the bid document carefullyNone
17193301230000NoneNoneELIGIBILITYThe Tender Processing Fee shall not be refundableNone
17193301330000NoneNoneELIGIBILITYThe Employer reserves the rights to Reject or accept any or all the tenders without assigning any reasonsNone
17193301470000NoneNoneELIGIBILITYBidders should abide to all the Terms and Conditions attached.None
17193301580000NoneNoneELIGIBILITYUpload relevant documents as per tender documentNone
17193301730000NoneNoneELIGIBILITYBidder should be Pay Difference amount in the name Chief Officer, Town Municipal Council, BannurNone
17193301850000NoneNoneELIGIBILITYThe intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents KW-2None
17193301970000NoneNoneELIGIBILITYGST will be paid at the time of bill paymentNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTenderer 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 yearNoneNone
NoneNoneNoneNoneTotal value of civl engineering works executed and payments received in the last five years (year-wise)NoneNone
NoneNoneNoneNoneList of existing commitments and ongoing worksNoneNone
NoneNoneNoneNoneList of works for which tenders already submittedNoneNone
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
NoneNoneNoneNoneSimilar Work done certificate issued by not below the rank of Executive EngineerPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNonePWD Registration Certificate(Class I/II/III/IV)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneAudited CA certificate of Annual TurnoverFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneCredit lines/ letters of credit/ certificates from banksFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneUpload relevant documents as per tender documentOthersUpload relevant documents as per tender document
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Upload relevant documents as per tender document
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Audited CA certificate of Annual TurnoverTrueTechnical Bid
PWD Registration Certificate Class I/II/III/IVTrueTechnical Bid
Similar Work done certificate issued by not below the rank of Executive EngineerTrueTechnical Bid
Upload relevant documents as per tender documentFalseTechnical Bid
Credit lines/ letters of credit/ certificates from banksTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone