createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1720180414630 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 1250.00 emd 99665.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 18-07-2024 17:30:00 tenderQueryClose 17-07-2024 17:30:00 technicalBidOpen 20-07-2024 11:00:00 publishedDate 06-07-2024 16:38:29 publishedByPost RDPR_EE_DIV_BGK publishedByUser KPE18661 - MALLANAGOUDA R BIRADAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson EE PRED BAGALKOTE 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 08354235042 mobileNumber 8660966508 tenderSupplierList None tenderSchedule
createdTs 1720180414672 version 4 createdDate None modifiedDate None tenderNumber RDPR/2024-25/RD/WORK_INDENT6291 title Construction of road from Yallappa Jogadi farm to the pit in Chitrabanukote village of Mudhol taluk of Bagalkote District (Ch -0.00 Km to 1.00 Km) description Construction of road from Yallappa Jogadi farm to the pit in Chitrabanukote village of Mudhol taluk of Bagalkote District (Ch -0.00 Km to 1.00 Km) category WORKS categoryText Works ecv 4983297.40 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 796 locationName RDPR Division Office Bagalakote provisionalAmount 5000000.0 groupOverheadTotal 760164.01 fileNumber AEE/PRESD/MDL/5054/2023-24/EE06/06-2024-25 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1720180415000 0 None None Roads Construction of road from Yallappa Jogadi farm to the pit in Chitrabanukote village of Mudhol taluk of Bagalkote District (Ch -0.00 Km to 1.00 Km) 4223133.39
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3460559 123328 None CHIT01 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.By Mechanical Means using Dozer.In area of thorny jungle(PWD SR 2023-24 / VOLUME 3 / I NO 2.5iib / P. NO 09) 100 Sqm 508.2 508.2 21.6 False None None False None False 10977.12 0 3460560 123328 None CHIT02 Compacting original ground supporting embankment Loosening, 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.(PWD SR 2023-24 / VOLUME 3 / I NO 3.7 / P. NO 17) Cum 110.25 110.25 663.0 False None None False None False 73095.75 0 3460561 123328 None CHIT03 Construction 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.(PWD SR 2023-24 / VOLUME 1 / I NO 1.8 / P. NO 07) Cum 497.7 497.7 873.6 False None None False None False 434790.72 0 3460562 123328 None CHIT04 Water Bound Macadam Providing, 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.By Manual Means Grading-I (63 mm to 45 mm)Using Screening Type B (11.2mm agg)(PWD SR 2023-24 / VOLUME 3 / I NO 4.13AiC / P. NO 25) Cum 2959.95 2959.95 337.5 False None None False None False 998983.125 0 3460563 123328 None CHIT05 Water Bound Macadam Providing, 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.By Manual Means Grading-II (53 mm to 22.4 mm)Using Screening Using Screening Type B (11.2mm agg)(PWD SR 2023-24 / VOLUME 3 / I NO 4.13Aiib / P. NO 26) Cum 2886.45 2886.45 337.5 False None None False None False 974176.875 0 3460564 123328 None CHIT06 Tack coat on Granular surface treated with primer Providing and applying tack coat with RS1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.25 kg/m2 on Granular Surface.(PWD SR 2023-24 / VOLUME 3 / I NO 5.4ii / P. NO 31) Sqm 14.7 14.7 4500.0 False None None False None False 66150.0 0 3460565 123328 None CHIT07 Prime Coat over WMM/WBM Providing and applying primer coat with SS1 grade Bitumen Emulsion on prepared surface of granular base including cleaning of road surface and spraying primer at the rate of 0.70 kg/m2 using mechanical means.(PWD SR 2023-24 / VOLUME 3 / I NO 5.1Ai / P. NO 31) Sqm 43.05 43.05 4500.0 False None None False None False 193725.0 0 3460566 123328 None CHIT08 Mix Seal Surfacing Providing, laying and rolling of Close-Graded Premix Carpet (OGPC) surfacing material by Manual Means of 20 mm thickness composed 13.2 mm to 0.9 mm (Type-B) aggregates using VG30 bitumen to required line, grade and level to serve as wearing course on a previously prepared base, including mixing in a suitable plant, laying and rolling with a three wheel 8-10 kN static roller and finishing to required level and grades as per Technical Specification)(PWD SR 2023-24 / VOLUME 3 / I NO 16.11 / P. NO 145) Sqm 238.35 238.35 4500.0 False None None False None False 1072575.0 0 3460567 123328 None CHIT09 Road Marking with Hot Applied Thermoplastic Compound with Reflectorising Glass Beads on Bituminous Surface Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 g/m2 area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35:2015.The finished surface to be level, uniform and free from streaks and holes.(PWD SR 2023-24 / VOLUME 3 / I NO 8.15 / P. NO 67) Sqm 556.5 556.5 240.0 False None None False None False 133560.0 0 3460568 123328 None CHIT10 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(PWD SR 2023-24 / VOLUME 3 / I NO 3.6 / P. NO 17) Cum 517.65 517.65 315.0 False None None False None False 163059.75 0 3460569 123328 None CHIT11 Providing and laying reinforced cement concrete pipe NP3 for culverts on first class bedding of granular material in single row including fixing collar with cement mortar 1:2 but excluding excavation, protection works, backfilling, concrete and masonry works in head walls and parapets Clause 1101.6 750 mm dia(PWD SR 2023-24 / VOLUME 3 / I NO 16.15C / P. NO 146) Mtr 3501.75 3501.75 24.0 False None None False None False 84042.0 0 3460570 123328 None CHIT12 Kilometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc Ordinary kilometer stone (precast)(PWD SR 2023-24 / VOLUME 3 / I NO 8.16ii / P. NO 67) Each 3073.35 3073.35 2.0 False None None False None False 6146.7 0 3460571 123328 None CHIT13 Kilometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc 200 m stone (precast)(PWD SR 2023-24 / VOLUME 3 / I NO 8.16iii / P. NO 67) Each 884.1 884.1 6.0 False None None False None False 5304.6 0 3460572 123328 None CHIT14 Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x 3mm angle mounted on a mild steel circular pipe 65 NB, 3.2 mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022.120 cm equilateral triangle(PWD SR 2023-24 / VOLUME 3 / I NO 8.5i / P. NO 64) Each 6546.75 6546.75 1.0 False None None False None False 6546.75 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1720254534000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1720254534000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1720254534000 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 1720254534000 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 1720254534000 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 1720254543000 0 None None ELIGIBILITY The Tenderer shall obtain the workdone certificate 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 1720254548000 0 None None ELIGIBILITY All the documents to be uploaded shall be neatly scanned and the documents scanned shall be in original. None 1720254552000 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 portal due to internet connectivity issues and technical glitches at bidders end None 1720254556000 0 None None ELIGIBILITY All materials required for the work shall be procured by the tenderer himself and should be got tested by the quality control authorities at his own cost before use on work. None 1720254560000 0 None None ELIGIBILITY Acceptence / Cancellation of the works are reserved by under signed without any reasons for the same. None 1720254576000 0 None None ELIGIBILITY If any date in the tender time table is government holiday, next working date will be considered None 1720254581000 0 None None ELIGIBILITY Incomplete / conditional tenders will not be accepted. None 1720254587000 0 None None ELIGIBILITY Tenderer must submit his present accurate postal address and phone / cell phone number None 1720254593000 0 None None ELIGIBILITY The cost of the Tender form shall not be refundable. None 1720254599000 0 None None ELIGIBILITY Unique Document Identification Number (UDIN) from Practicing Chartered Account Must Preferred None 1720254603000 0 None None ELIGIBILITY Work shall be executed as per KTPP Act & KW-1&2 Conditions. None 1720254626000 0 None None ELIGIBILITY The Rates Quoted In The Estimates Are Exclusive of GST Taxes. None 1720254632000 0 None None ELIGIBILITY The GST will be Paid Separately to the Contractors as per the Guidelines of the Government Time to Time. None 1720254640000 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 Bagalkote 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 1720254645000 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 1720254652000 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 1720254659000 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 at least two financial years a minimum financial turnover in all classes of civil engineering construction works only of Amount Put Tender (Turn over With compulsory UDIN Number) (in all classes of civil engineering construction works only) None 1720254663000 0 None None ELIGIBILITY The Tenderer shall obtain similar the workdone certificate Construction of Road Works within the financial years of 2019-20 to 2023-24 (50% of the Amount Put to Tender) i.e 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 1720254667000 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 (LOC letter should be unconditional format) None 1720254673000 0 None None ELIGIBILITY This work is Randomized as OTHERS Category. Hence any Category of Contractor can bid. None 1720254681000 0 None None ELIGIBILITY Tenderers must have valid PRED/PWD registration CLASS-1 AND ABOVE and must submit PRED/PWD registration copy. None 1720254687000 0 None None ELIGIBILITY Single Tender Will Not Be Accepted None 1720254691000 0 None None ELIGIBILITY NOTE : ONLY RELEVANT SCANNED COPY OF THE ORIGINAL DOCUMENT TO BE ATTACHED FOR THE CORRESPONDING CONDITIONS MENTIONED. None 1720254695000 0 None None ELIGIBILITY Period for completion of work is 3 Months None 1720254699000 0 None None ELIGIBILITY The Project Completion period is 3 Months and the defect liability period of the work is (2) TWO year after successful completion of the work. (including Monsoon). None 1720254702000 0 None None ELIGIBILITY Tenderer must submit copies of documents according to KW-1&2 document None 1720254707000 0 None None ELIGIBILITY Lot No:3880 Sl No 06 Others None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList 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 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 Proposals for subcontracting components of works amounting to more than 20% of the contract price (for each, the qualifications and experience of the identified sub-contractor in the relevant fields should be attached) None None None None None None PRED/KPWD CLASS-I AND ABOVE Registration Certificate Past Experience None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Tenderer must Submit PAN & GST Certificate Past Experience None
createdTs version createdDate modifiedDate documentName None None None None GST Registration 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 Others -- ONGOIND WORKS None None None None To qualify for award of this contact each tenderer in his name should have in the 2019-20 to 2023-24 years period achieved in at least two financial years an average financial turnover of Rs.49.83 Lakhs usually not less than amount put to tender from C.A. on Letter Head with UDIN No. otherwise bid will be directly disqualified Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Tenderers who meet the above specified minimum qualifying criteria, will only be qualified, if their available tender capacity is more than the total tender value. The available tender capacity will be calculated as under Assessed available tender capacity A X N X 2.5 - B Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- BID CAPACITY None None None None Tenderer must have of value 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24 satisfactorily completed as a prime contractor at least one Similar nature of work of 50PERCENT of the Amount Put to Tender Percent of not less than Rs.24.92 lakhs issued by the officer not below the rank of Executive Engineer For Similer nature /Road works work done certificate with works shoud be produced Workdone with indent No Past Experience 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 30PERCENT amount Put to Tender Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc. for three months of Rs.14.95 Lakhs LOC letter should be unconditional format Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Accurate postal address and phone / cell phone number Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- ADDRESS PROOF tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate False Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Bagalkote Mudhol Bagalkot MUDHOL (SC) Chitrabanukote None None None None None None tenderAddress None tenderRecallDTO None