createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1720077994885
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee2200.00
emd148740.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose18-07-2024 13:15:04
tenderQueryClose17-07-2024 13:14:49
technicalBidOpen19-07-2024 13:15:13
publishedDate04-07-2024 19:06:43
publishedByPostTMC_CO_ATN
publishedByUserKPE12427 - ASHOK G JADHAV
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonASHOK S GUDIMANI
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber28289251137
mobileNumber9739523822
tenderSupplierListNone
tenderSchedule
createdTs1720077994925
version4
createdDateNone
modifiedDateNone
tenderNumberDMA/2024-25/OW/WORK_INDENT20391
titleConstruction of Sanitary Landfill and Assocaited facilties at SWM site TMC Athani
descriptionConstruction of Sanitary Landfill and Assocaited facilties at SWM site TMC Athani
categoryWORKS
categoryTextWorks
ecv8778000.00
deptNameDirectorate of Municipal Administration
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location2500
locationNameDMA Town Municipal Council Athani
provisionalAmount8778000.0
groupOverheadTotal1340147.54
fileNumberSBM1SLF01
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17200779950000NoneNoneOther WorksConstruction of Sanitary Landfill and Assocaited facilties at SWM site TMC Athani7437852.46
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3449662122639Nonecode01Clearing 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.Sqm15.7515.751890.0FalseNoneNoneFalseNoneFalse29767.50
3449663122639Nonecode02Earth 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 . Depth upto 3 m (Page No.8, V-I ,I.No. 1.14.1)Cum107.1107.14020.8175FalseNoneNoneFalseNoneFalse430629.554250
3449664122639Nonecode03Earth 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 .Depth 3 m to 6 m (Page No.8, V-I ,I.No. 1.14.2)Cum122.85122.852645.625FalseNoneNoneFalseNoneFalse325015.031250
3449665122639Nonecode04Construction of embankment with approved material Gravel/Murrum with all lifts and leads, transporting to site, spreading, grading to required slope and compacting to meet requirement Table 300-2 complete as per specifications, including cost of gravel / murrum, watering charges & compaction by vibratory roller to 95% of modified proctors density. MORTH Specification No. 305Cum497.7497.72942.5FalseNoneNoneFalseNoneFalse1464482.250
3449666122639Nonecode05Supplying and installation of geo synthetic clay liner as per the list of companies approved in the detailed specifications laying and jointly the clay membranes including cost of labour, HOM complete as per specifications.As per HDMC SE approved rateSqm430.5430.52863.6312FalseNoneNoneFalseNoneFalse1232793.23160
3449667122639Nonecode06Providing and laying water proofing treatment to the Rafts, Below grade slab, Lift pits, water retaining structures with fully bonded High Density Polyethlene Membrane (HDPE) of 1.2mm composite thickness and having tensile strength of 25 MPa (as per ASTM D 412), elongation of 500 (as per ASTM D 412), puncture resistance of 1000N (as per ASTM E 154), peel adhesion to concrete 1200N/m (as per ASTM D 903), hydrostatic head resistance 70m (as per ASTM D 5385). The system should be fully bonded to the RCC thereby conforming to IS 16471:2017 requirements of UG waterproofing structures. The membrane should be minimum 2.4m wide to reduce the number of joints with minimum 75mm factory made selvedge’s and comprising of an HDPE layer and a pressure sensitive adhesive layer which is covered by a weather proof protective and trafficable granular layer to protect selfadhesive polymer layer, etc, including surface preparation completely as per specification & with a 10 years warranty on product & work from certified manufacturers as per the direction of the Engineer In charge.Sqm635.25635.253181.8125FalseNoneNoneFalseNoneFalse2021246.3906250
3449668122639Nonecode07Providing, laying and jointing HDPE pipes of specified grade and conforming to IS 4984-2016 with latest ammendments and conveying to work site including loading and unloading at both destinations and rolling and lowering into trenches, laying true to line and jointing of pipes and specials with electrofusion welding, giving hydraulic test as per relevant ISS with all lead and lifts including encasing the pipe alround to a depth of not less than 15 cms. with soft gravel or selected earth available from the excation, testing and commissioning. The rate is exclusive of required specials and fittings wherever necessary like saddle Tee, stub ends, flanged sets, bedns, reducers etc. complete (Contractor will make his own arrangements for procuring water for testing) etc. complete. NOTE: Upto 110mm dia Coil shall be used. For :HDPE PE 80 PN 6.0 160diaRmtr1006.951006.95714.0FalseNoneNoneFalseNoneFalse718962.30
3449669122639Nonecode08Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with smooth wheel roller 80-100 kN in stages to proper grade and camber, applying and brooming, stone screening to fill-up the interstices of coarse aggregate, watering and compacting to the required density Grading 3 as per Technical Specification Clause 405 PWD Common SR 2023-24 Volume 3 (P No: 25 G-2 I.No:4.13(ii)Cum2886.452886.45304.2468FalseNoneNoneFalseNoneFalse878193.175860
3449670122639Nonecode09Laying of a geotextile filter between pitching and embankment slopes on which pitching is laid to prevent escape of the embankment material through the voids of the stone pitching/cement concrete blocks as well as to allow free movement of water without creating any uplift head on the pitching.Sqm117.6117.62863.6312FalseNoneNoneFalseNoneFalse336763.029120
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17200779990000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17200779990000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17200779990000NoneNoneELIGIBILITYBidders 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
17200779990000NoneNoneELIGIBILITYIt 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
17200779990000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17200785470000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17200785630000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17200785810000NoneNoneELIGIBILITYIt 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
17200786040000NoneNoneELIGIBILITYThe 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 e-Procurement portal due to internet connectivity issues and technical glitches at bidder s end.None
17200786170000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17200786360000NoneNoneELIGIBILITYBidder 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
17200786490000NoneNoneELIGIBILITYAccepted Contractor to be Submitted of Tender Deference amount at the time of LOA.None
17200786640000NoneNoneELIGIBILITYQuantity wise similar type of work done certificate to be submitted Minimum 80% of BOQNone
17200786850000NoneNoneELIGIBILITYSuccessful bidder should be submit difference amount at the time of issuing of LOANone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneMinimum financial turnover (civil engineering construction works) not less than two times the annual payments from this contract (Rs. xxxxx Lakhs)NoneNone
NoneNoneNoneNoneSatisfactoriy 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)NoneNone
NoneNoneNoneNoneExecuted in any one year the following minimum quantities of work (Cement Concrete - xxxx cum, Earthwork - xxxx cum, etc) (80% of peak rate of construction)NoneNone
NoneNoneNoneNoneTenderer 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 yearNoneNone
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
NoneNoneNoneNoneOwning the following key and critical equipment for this work (xxxx, xxxx, xxxx)NoneNone
NoneNoneNoneNoneLiquid assets and /or availability of credit facilities of no less than Rs. xxxxxx Lakhs (estimated cash flow for 3 months of peak construction period)NoneNone
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
NoneNoneNoneNoneQualification 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 awardedNoneNone
NoneNoneNoneNoneList of Financial Resources with CertificatesNoneNone
NoneNoneNoneNoneWork Done CertificateFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneLine of CreditFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNone5YEAR ANNUAL TERNOVERFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateFalseTechnical Bid
Contractor Registration CertificateFalseTechnical Bid
Similar Nature of work done Certificate counter signed by EEFalseTechnical Bid
PAN Card and GST RegistrationFalseTechnical Bid
Aadhar Card or Address Proof Document For CommunicationFalseTechnical Bid
Tender Difference amount FDR Scan copies mustFalseTechnical Bid
Line of credit Certificate from Nationalized bankFalseTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone