createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1719920028789 version 5 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy RESERVED invitingStrategyText Reserved taxType INCLUSIVE_TAX tenderFee 2110.00 emd 100000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 10-07-2024 17:00:00 tenderQueryClose 09-07-2024 17:28:00 technicalBidOpen 12-07-2024 11:30:00 publishedDate 02-07-2024 18:22:49 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 08312476148 mobileNumber 6366647977 tenderSupplierList None tenderSchedule
createdTs 1719920028831 version 4 createdDate None modifiedDate None tenderNumber RDPR/2024-25/RD/WORK_INDENT5513 title Construction of CC road from Teggihal Village to Halla (0.00Km to 1.00 Km) of Saundatti Taluk description Construction of CC road from Teggihal Village to Halla (0.00Km to 1.00 Km) of Saundatti Taluk category WORKS categoryText Works ecv 8419210.64 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 10000000.0 groupOverheadTotal None fileNumber PRE/SD/SDT/5054/7 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1719920029000 0 None None Roads Construction of CC road from Teggihal Village to Halla (0.00Km to 1.00 Km) of Saundatti Taluk 8419210.64
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3436502 121819 None code1 Road Work KSRRB 201 Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, including removal and disposal of top organic soil not exceeding 150 mm in thickness. II. By Mechanical Means:A. In area of light jungle. MORTH Specification with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, 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 412.65 412.65 18.46 False None None False None False 7617.519 0 3436503 121819 None code2 Scarifying Existing Granular Surface to a Depth of 50 mm by Mechanical Means using Hydraulic excavator MORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, 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 5.25 5.25 5076.5 False None None False None False 26651.625 0 3436504 121819 None code3 KSRRB M300-59.2. Loosening, levelling and compacting origial ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150mm, 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. complete as per specifications. Case-II: Compacting original ground supporting embankment.(which includes watering charges & compaction by vibratory roller) MORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, 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 110.25 110.25 746.63 False None None False None False 82315.9575 0 3436505 121819 None code4 KSRRB M300-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 MORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, 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 1493.25 False None None False None False 772980.8625 0 3436506 121819 None code5 By Mix in Place Method Construction of Granular Sub-Base of required grading as per design spreading in uniform layers with motor grader on prepared surface mixing by mix in place method with front end loader at OMC and compacting with vibratory roller to achieve the desired density, complete as per clause 401 (For Grading -V Material) MORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, 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 1498.35 543.0 False None None False None False 813604.05 0 3436507 121819 None code6 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 densityMORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, 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 2686.95 524.9 False None None False None False 1410380.055 0 3436508 121819 None code7 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, labour, 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 7091.7 746.63 False None None False None False 5294875.971 0 3436509 121819 None code8 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 1 nos75x75x6 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, labour, 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 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1719920030000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1719920030000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1719920030000 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 1719920030000 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 1719920030000 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 1719920105000 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 1719920116000 0 None None ELIGIBILITY For Details Refer Tender Notification And Conditions In The Bid Documents. None 1719920122000 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 1719920133000 0 None None ELIGIBILITY Acceptence / Cancellation of the works are reserved by under signed without any reasons for the same. None 1719920138000 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 1719920146000 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 1719920152000 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 1719920161000 0 None None ELIGIBILITY If any date in the tender time table is government holiday, next working date will be considered None 1719920168000 0 None None ELIGIBILITY Incomplete / conditional tenders will not be accepted. None 1719920173000 0 None None ELIGIBILITY Executive Engineer PRED Belgaum has authority to accept or reject any tender without assigning reason None 1719920178000 0 None None ELIGIBILITY Tenderer must submit his present accurate postal address and phone / cell phone number None 1719920182000 0 None None ELIGIBILITY The tender may be cancelled at any stage without assigning any reason None 1719920186000 0 None None ELIGIBILITY Tenderers must have valid PRED/PWD registration and must submit PRED/PWD registration copy None 1719920195000 0 None None ELIGIBILITY Any objection regarding the tender must be submitted directly to Executive Engineer , not in inward. None 1719920204000 0 None None ELIGIBILITY For interpretations of clauses, conditions, spelling mistakes, etc. decision of Executive Engineer, PRED, Belgaum is final. None 1719920210000 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 1719920216000 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 1719920222000 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 1719920277000 0 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.84.19 Lakhs (in all classes of civil engineering construction works only) None 1719920314000 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.21.04 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 1719920331000 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. 25.25 Lakhs (LOC letter should be unconditional format) None 1719920346000 2 None None ELIGIBILITY To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24 executed the following minimum quantities of work 1)Subgrade & Shoulders-1194.6 Cum 2) GSB-434.4 Cum 3) WMM-419.2 Cum 4) RCC M30-597.30Cum. None 1719920351000 1 None None ELIGIBILITY THIS WORK IS RANDOMISED AS ST CATEGORY OF WORK. HENCE ONLY ST CATEGORY OF CONTRACTOR SHOULD BID. OTHER BIDDERS MAY BE CONSIDERED AS FRAUDULANT PRACTICES. None 1719922559000 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 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.21.04 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. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Tenderer must have GST & PAN Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None GST Registration None None None None Tenderer must have a valid Class PRED/PWD registration 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 Assessed available tender capacity equal to (AxNx5 - B) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessed available tender capacity equal to (AxNx5 - B) None None None None Work shall be executed as per KTPP Act & KW-3 Conditions. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- KW-3 Conditions. None None None None Accurate postal address and phone / cell phone number Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Accurate postal address and phone / cell phone number None None None None Cast Certificate must Attach Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Cast Certificate must Attach None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24 executed the following minimum quantities of work 1)Subgrade & Shoulders-1194.6 Cum 2) GSB-434.4 Cum 3) WMM-419.2 Cum 4) RCC M30-597.30Cum. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None 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. 25.25 Lakhs (LOC letter should be unconditional format) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit tenderCriterionDocumentList
documentName optional documentTypeText PRED/PWD Registration Certificate True Technical Bid ST Reserved Category Certificate True Technical Bid Tenderer must Submit PAN & GST Certificate. True Technical Bid Any Nature of Work done certificate can be Considered True Technical Bid Line of Credit Should be in the Bank Letter Head Format True Technical Bid Annual Turnover Certificate for at least last five years True Technical Bid UDIN is Preferred True Technical Bid Name and Address of Contractor for Communication True Technical Bid Quantities of work must have completed Usually 80 Percentage True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Belagavi Savadatti Belgaum BELGAUM TEGGIHAL None None None None None None tenderAddress None tenderRecallDTO None