createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1719385804631
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeONE_COVER
evaluationTypeTextOne Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee500.00
emd23000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose03-07-2024 16:00:00
tenderQueryClose03-07-2024 11:00:00
technicalBidOpenNone
publishedDate26-06-2024 12:53:09
publishedByPostRDPR_EE_DIV_KLB
publishedByUserKPE14101 - SATEESH GUDIGENAVAR
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonSateesh Gudigenavar
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber8472278617
tenderSupplierListNone
tenderSchedule
createdTs1719385804808
version4
createdDateNone
modifiedDateNone
tenderNumberRDPR/2024-25/RD/WORK_INDENT6402
titleConstruction of CC Road in various places at Mutakod village in Jewargi taluka under KKRDB MICRO for the year 2023-24
descriptionConstruction of CC Road in various places at Mutakod village in Jewargi taluka under KKRDB MICRO for the year 2023-24
categoryWORKS
categoryTextWorks
ecv903286.03
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location936
locationNameRDPR Division Office Kalaburgi
provisionalAmount1069000.0
groupOverheadTotalNone
fileNumberAEE/PRE/SD/JWRG/2023-24/KKRDB/MICRO/MUTKOD
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17193858050000NoneNoneRoadsConstruction of CC Road in various places at Mutakod village in Jewargi taluka under KKRDB MICRO for the year 2023-24903286.03
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3360577118185None001Loosening, 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, cost and conveyance of all materials, labour, equipments incidental Charges etc., complete and as per specification and directions of the Engineer incharge of the workCum110.25110.25102.38FalseNoneNoneFalseNoneFalse11287.3950
3360578118185None002Construction 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 requirement complete as per specifications, including cost of labour,rolling,water,all materials,usage& all other appurtenaces required to complete the work. with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments incidental Charges etc., complete and as per specification and directions of the Engineer incharge of the workCum497.7497.7156.98FalseNoneNoneFalseNoneFalse78128.9460
3360579118185None003Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with vibratory roller in stages to proper grade and camber, applying and brooming requisite type of screening/ binding Materials to fill up the interstices of coarse aggregate, watering and compacting to the required density.with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments incidental Charges etc., complete and as per specification and directions of the Engineer incharge of the workCum2198.72198.751.19FalseNoneNoneFalseNoneFalse112551.4530
3360580118185None004Providing 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 M20 (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 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments ncidental Charges etc., complete and as per specification and directions of the Engineer incharge of the workCum6692.76692.7102.38FalseNoneNoneFalseNoneFalse685198.6260
3360581118185None005Retro Reflective Trafic Sign As per IRC 67 Clause 1701.3.8.1 Class A Type-1 :Providing and fixing of typical PMGSY informatory sign board with Logo as per MORD specifications and drawing. i) The board will be a composite unit consisting of three plates of Aluminium Composite Materials (ACM), material specifications as per Clause 1701.3.7. The top most platewill be in diamond shape of 600mm x 600 mm size, riveted over welded M.S. angle iron frame of 25 mm x 25mm x 5 mm size on back on edges. The middle plate will be 1200 mm x 150 mm size riveted over welded M.S. angle iron frame of 25mm x 25mmx 5 mm size on back on edges. The main lower most plate will be 1500 mm x 600 mm size, riveted over welded M.S. angle iron frame of 25 mm x 25 mm x 5 mm size. Welding of all the sheets over angle iron frame will be done neatly to have plain surface on one side. The angle iron frames of the lower most plate and the middle plate will be welded to two nos. 75 mm x 75 mm (12 SWG) sheet tubes posts placed at 1125 mm apart centre to centre. The top of the middle plate will be flushed with the top of 75 mm dia medium steel tube posts and these posts will be embedded in cement concrete M15 grade blocks of 450 mm x 450 mm x 600 mm below ground level. The height of bottom of the lower most plate will be 1200 mm from normal ground level and the bottom of middle plate will be 100 mm above the top level of the lower most plate. The diamond shaped plate mounted over angle iron frame will be connected to middle plate by square medium steel section of 47 mm x 47 mm thickness 12 SWG having a spacing of 100 mm between the diamond shaped plate and middle plate and this square section will be welded to the bottom point of the diamond shaped plate. (ii) The lettering and borders, etc. of middle and bottom plate, PMGSY logo on top plate shall be as per clause 1701.4.6 essages/Borders. All the sections of frame and posts will be painted with primer and two coats of Epoxy paint. The steel tube below ground level will be painted with three coats of Epoxy paint. The design, painting and lettering shall be done as per approved drawing. (iii) For warranty and durability the clause 1701.5 and for maintenance the clause 1911 shall be applicable. (iv) A reference number along with the month and year of installation should be placed on the back of a sign in a contrasting colour or by stamping in characters not exceeding 50 mm in height.485777/2019/Dir(Tech) 7 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments ncidental Charges etc., complete and as per specification and directions of the Engineer incharge of the workNos16119.616119.61.0FalseNoneNoneFalseNoneFalse16119.60
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17193858060000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17193858060000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17193858060000NoneNoneELIGIBILITYBidders 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
17193858060000NoneNoneELIGIBILITYIt 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
17193858060000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17193858060000NoneNoneELIGIBILITYDepartment Registration DetailsNone
17193858060000NoneNoneELIGIBILITYTotal value of civl engineering works executed and payments received in the last five years (year-wise)None
17193858060000NoneNoneELIGIBILITYList of existing commitments and ongoing workNone
17193858060000NoneNoneELIGIBILITYList of works for which tenders already submittedNone
17193858060000NoneNoneELIGIBILITYBanker DetailsNone
17193858100000NoneNoneELIGIBILITYAll Terms & Conditions as per tender documentNone
preQualCriterionListNone
technicalCriterionListNone
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
1.The Tenderer shall have valid class -IV KPWD LicenceTrueTechnical Bid
2.To qualify for award of this contract, Each tenderer in its name should have in the last five year 2019-20 to 2023-24 Achieved in at least TWO FINANCIAL years annual turnover not less than amount put to tender attach certificated from CA on Letter Head in all classes of civil engineering construction works only with UDIN No. otherwise bid will be directly Disqualified or RejectedTrueTechnical Bid
3.To qualify for award of this contract, Each tenderer in his name should have in the last five year ie 2019-20 to 2023-24 Satisfactorily completed, as prime contractor, at least One Similar Nature of work of value not less than 50 percent of work on amount put to tender attach certificate by not below rank of Executive Engineer with Indent No from eProcurement PortalTrueTechnical Bid
4.For Less quoted rates FDR only for Each Work in favour of EE PRE Division Kalaburagi If Submitted in other forms like Bank Guarantee / Cheques and also Issued from Co operative Banks will not be accepted and Tender will be rejected without assigning any reason.TrueTechnical Bid
5.Incorrect Bid Capacity submitted by the Bidder will not be considered and the bid will be rejectedTrueTechnical Bid
6.Bidders should upload only prescribed documents for this work if unnecessary documents uploaded then bid will be directly rejectedTrueTechnical Bid
7.Valid Affidavit regarding correctness of information furnished and documents submitted by bidder should be given on Rs.100/- Stamp Paper with notary as per General condition 3.2 of KWTrueTechnical Bid
8.If Unnecessary documents uploaded by the bidder, then tender will be directly rejected and further correspondence will not be entertained declaration should be uploaded on bidders letter head duly signedTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone