createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1720180414630
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee1250.00
emd99665.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose18-07-2024 17:30:00
tenderQueryClose17-07-2024 17:30:00
technicalBidOpen20-07-2024 11:00:00
publishedDate06-07-2024 16:38:29
publishedByPostRDPR_EE_DIV_BGK
publishedByUserKPE18661 - MALLANAGOUDA R BIRADAR
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonEE PRED BAGALKOTE
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08354235042
mobileNumber8660966508
tenderSupplierListNone
tenderSchedule
createdTs1720180414672
version4
createdDateNone
modifiedDateNone
tenderNumberRDPR/2024-25/RD/WORK_INDENT6291
titleConstruction 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)
descriptionConstruction 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)
categoryWORKS
categoryTextWorks
ecv4983297.40
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location796
locationNameRDPR Division Office Bagalakote
provisionalAmount5000000.0
groupOverheadTotal760164.01
fileNumberAEE/PRESD/MDL/5054/2023-24/EE06/06-2024-25
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17201804150000NoneNoneRoadsConstruction 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
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3460559123328NoneCHIT01Clearing 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 Sqm508.2508.221.6FalseNoneNoneFalseNoneFalse10977.120
3460560123328NoneCHIT02Compacting 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)Cum110.25110.25663.0FalseNoneNoneFalseNoneFalse73095.750
3460561123328NoneCHIT03Construction 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)Cum497.7497.7873.6FalseNoneNoneFalseNoneFalse434790.720
3460562123328NoneCHIT04Water 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)Cum2959.952959.95337.5FalseNoneNoneFalseNoneFalse998983.1250
3460563123328NoneCHIT05Water 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)Cum2886.452886.45337.5FalseNoneNoneFalseNoneFalse974176.8750
3460564123328NoneCHIT06Tack 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)Sqm14.714.74500.0FalseNoneNoneFalseNoneFalse66150.00
3460565123328NoneCHIT07Prime 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)Sqm43.0543.054500.0FalseNoneNoneFalseNoneFalse193725.00
3460566123328NoneCHIT08Mix 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)Sqm238.35238.354500.0FalseNoneNoneFalseNoneFalse1072575.00
3460567123328NoneCHIT09Road 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)Sqm556.5556.5240.0FalseNoneNoneFalseNoneFalse133560.00
3460568123328NoneCHIT10Construction 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)Cum517.65517.65315.0FalseNoneNoneFalseNoneFalse163059.750
3460569123328NoneCHIT11Providing 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)Mtr3501.753501.7524.0FalseNoneNoneFalseNoneFalse84042.00
3460570123328NoneCHIT12Kilometre 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)Each3073.353073.352.0FalseNoneNoneFalseNoneFalse6146.70
3460571123328NoneCHIT13Kilometre 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)Each884.1884.16.0FalseNoneNoneFalseNoneFalse5304.60
3460572123328NoneCHIT14Providing 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)Each6546.756546.751.0FalseNoneNoneFalseNoneFalse6546.750
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17202545340000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17202545340000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17202545340000NoneNoneELIGIBILITYBidders 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
17202545340000NoneNoneELIGIBILITYIt 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
17202545340000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17202545430000NoneNoneELIGIBILITYThe 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
17202545480000NoneNoneELIGIBILITYAll the documents to be uploaded shall be neatly scanned and the documents scanned shall be in original.None
17202545520000NoneNoneELIGIBILITYThe 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 endNone
17202545560000NoneNoneELIGIBILITYAll 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
17202545600000NoneNoneELIGIBILITYAcceptence / Cancellation of the works are reserved by under signed without any reasons for the same.None
17202545760000NoneNoneELIGIBILITYIf any date in the tender time table is government holiday, next working date will be consideredNone
17202545810000NoneNoneELIGIBILITYIncomplete / conditional tenders will not be accepted.None
17202545870000NoneNoneELIGIBILITYTenderer must submit his present accurate postal address and phone / cell phone numberNone
17202545930000NoneNoneELIGIBILITYThe cost of the Tender form shall not be refundable.None
17202545990000NoneNoneELIGIBILITYUnique Document Identification Number (UDIN) from Practicing Chartered Account Must PreferredNone
17202546030000NoneNoneELIGIBILITYWork shall be executed as per KTPP Act & KW-1&2 Conditions.None
17202546260000NoneNoneELIGIBILITYThe Rates Quoted In The Estimates Are Exclusive of GST Taxes.None
17202546320000NoneNoneELIGIBILITYThe GST will be Paid Separately to the Contractors as per the Guidelines of the Government Time to Time.None
17202546400000NoneNoneELIGIBILITYSuccessful 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
17202546450000NoneNoneELIGIBILITYAs 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
17202546520000NoneNoneELIGIBILITYThe 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
17202546590000NoneNoneELIGIBILITYTo 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
17202546630000NoneNoneELIGIBILITYThe 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
17202546670000NoneNoneELIGIBILITYTenderer 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
17202546730000NoneNoneELIGIBILITYThis work is Randomized as OTHERS Category. Hence any Category of Contractor can bid.None
17202546810000NoneNoneELIGIBILITYTenderers must have valid PRED/PWD registration CLASS-1 AND ABOVE and must submit PRED/PWD registration copy.None
17202546870000NoneNoneELIGIBILITYSingle Tender Will Not Be AcceptedNone
17202546910000NoneNoneELIGIBILITYNOTE : ONLY RELEVANT SCANNED COPY OF THE ORIGINAL DOCUMENT TO BE ATTACHED FOR THE CORRESPONDING CONDITIONS MENTIONED.None
17202546950000NoneNoneELIGIBILITYPeriod for completion of work is 3 MonthsNone
17202546990000NoneNoneELIGIBILITYThe 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
17202547020000NoneNoneELIGIBILITYTenderer must submit copies of documents according to KW-1&2 documentNone
17202547070000NoneNoneELIGIBILITYLot No:3880 Sl No 06 OthersNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
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
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
NoneNoneNoneNoneProposals 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)NoneNone
NoneNoneNoneNonePRED/KPWD CLASS-I AND ABOVE Registration CertificatePast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneTenderer must Submit PAN & GST CertificatePast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
NoneNoneNoneNoneWork orders / commitments of ongoing works issued by an officer not below the rank of Executive EngineerPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- ONGOIND WORKS
NoneNoneNoneNoneTo 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 disqualifiedPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneTenderers 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 - BPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- BID CAPACITY
NoneNoneNoneNoneTenderer 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 NoPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTenderer 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 formatPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneAccurate postal address and phone / cell phone numberPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- ADDRESS PROOF
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateFalseTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
RoadsBagalkoteMudholBagalkotMUDHOL (SC)ChitrabanukoteNoneNoneNoneNoneNoneNone
tenderAddressNone
tenderRecallDTONone