createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1720180169357
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyRESERVED
invitingStrategyTextReserved
taxTypeINCLUSIVE_TAX
tenderFee550.00
emd21932.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose18-07-2024 17:30:00
tenderQueryClose17-07-2024 17:30:00
technicalBidOpen20-07-2024 11:00:00
publishedDate08-07-2024 18:41:34
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
createdTs1720180169401
version6
createdDateNone
modifiedDateNone
tenderNumberRDPR/2024-25/WS/WORK_INDENT6292
titleConstruction of Underground Drainage in Gudi Plata Colony of Kantevvana, Rugi Village, Mudhol Taluk of Bagalkote District
descriptionConstruction of Underground Drainage in Gudi Plata Colony of Kantevvana, Rugi Village, Mudhol Taluk of Bagalkote District
categoryWORKS
categoryTextWorks
ecv2193272.55
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location796
locationNameRDPR Division Office Bagalakote
provisionalAmount2200000.0
groupOverheadTotal334567.0
fileNumberAEE/PRESD/MDL/5054/2023-24/EE07/06-2024-25
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17201801690000NoneNoneWater supply/sewage linesConstruction of Underground Drainage in Gudi Plata Colony of Kantevvana, Rugi Village, Mudhol Taluk of Bagalkote District1858705.55
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3460514123324NoneRUG01Demolishing cement concrete manually/ by mechanical means including disposal of material to the appropriate disposal area as per direction of Engineer-in-charge(PWD SR 2023-24 / VOLUME 2 / I NO 19.2.1 / P. NO 187)Cum1746.151746.1529.385FalseNoneNoneFalseNoneFalse51310.617750
3460515123324NoneRUG02Earth 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 In all kinds of soils Depth upto 3 m(PWD SR 2023-24 / VOLUME 1 / I NO 1.14.1 / P. NO 08)Cum107.1107.1436.5FalseNoneNoneFalseNoneFalse46749.150
3460516123324NoneRUG03Constructing brick masonry chamber for underground C.I. inspection chamber and bends with bricks in cement mortar 1:4 (1 cement : 4 coarse sand) C.I. cover with frame (light duty) 600X850 mm internal dimensions, total weight of cover with frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg), R.C.C. top slab with 1:1.5:3 mix (1 cement : 1.5 fine sand : 3 graded stone aggregate 20 mm nominal size), foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand), finished smooth with a floating coat of neat cement on walls and bed concrete etc. complete as per standard design: Inside dimensions 600x 850 mm and 45 cm deep for pipe line with three or more inlets : With common burnt clay (non modular) bricks of class designation 3.5(PWD SR 2023-24 / VOLUME 2 / I NO 13.55 / P. NO 127)No7771.057771.0520.0FalseNoneNoneFalseNoneFalse155421.00
3460517123324NoneRUG04Extra for depth beyond 45 cm of brick masonry chamber : For 600x850 mm size With common burnt clay (non modular) bricks of class designation 3.5(PWD SR 2023-24 / VOLUME 2 / I NO 13.55.3 / P. NO 127)Nos / Mtr8578.58578.511.0FalseNoneNoneFalseNoneFalse94363.50
3460518123324NoneRUG05Providing and installing at site of work P.V.C. pipes including cost of pipes and specials and labour, including lowering into trenches, laying true to line, level and perfect linking at joints leak proof including jointing of approved type with all labour charges and all lift charges, handling charges including encasing the pipe around to a depth not less than 15 cms with gravel or selected earth available from the excavation etc. complete.200mm( weight of pipe -4.256 kg)(PWD SR 2023-24 / VOLUME 5 / I NO 10.14.7 / P. NO 120)Mtr748.65748.65350.0FalseNoneNoneFalseNoneFalse262027.50
3460519123324NoneRUG06Providing S&S RCC SPUN / VIBRATED CAST PIPES (REINFORCED) pipes NP-3 Class conforming to IS:458-1988 with latest amentments using ordinary portland cement, for sanitary works and conveying to work site, rolling and lowering into trenches, laying true to line and level including loading and unloading at both destinations and jointing of pipes and specials, perfect linking of joints with jack to correct position including cost of jointing materials, i.e, rubber rings conforming to IS: 5382 for S&S RCC pipes, with all leads and lifts as directed and giving necessary hydraulic test as per ISS to the required pressure and commissioning etc. complete. (Contractor will make his own arrangements for procuring water for testing). Before the execution of the work, the contractor shall carry out the survey. RCC NP3 Class pipe of 300 mm dia(PWD SR 2023-24 / VOLUME 5 / I NO 16.3.2 / P. NO 188)Mtr1398.61398.6170.0FalseNoneNoneFalseNoneFalse237762.00
3460520123324NoneRUG07Providing S&S RCC SPUN / VIBRATED CAST PIPES (REINFORCED) pipes NP-3 Class conforming to IS:458-1988 with latest amentments using ordinary portland cement, for sanitary works and conveying to work site, rolling and lowering into trenches, laying true to line and level including loading and unloading at both destinations and jointing of pipes and specials, perfect linking of joints with jack to correct position including cost of jointing materials, i.e, rubber rings conforming to IS: 5382 for S&S RCC pipes, with all leads and lifts as directed and giving necessary hydraulic test as per ISS to the required pressure and commissioning etc. complete. (Contractor will make his own arrangements for procuring water for testing). Before the execution of the work, the contractor shall carry out the survey. RCC NP3 Class pipe of 600 mm dia(PWD SR 2023-24 / VOLUME 5 / I NO 16.3.7 / P. NO 188)Mtr3297.03297.0250.0FalseNoneNoneFalseNoneFalse824250.00
3460521123324NoneRUG08Providing and laying in position Cement Concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machinery, curing, and all the other appurtenances required to complete the work as per technical specifications. Mix 1:2:4 Using 20 mm nominal size graded crushed coarse aggregates(PWD SR 2023-24 / VOLUME 1 / I NO 2.1.6 / P. NO 15)Mtr6555.156555.1528.5FalseNoneNoneFalseNoneFalse186821.7750
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17204354730000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17204354730000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17204354730000NoneNoneELIGIBILITYBidders 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
17204354730000NoneNoneELIGIBILITYIt 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
17204354730000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17204354800000NoneNoneELIGIBILITYIt 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
17204354840000NoneNoneELIGIBILITYThe 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
17204354880000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17204354910000NoneNoneELIGIBILITYFor Details Refer Tender Notification And Conditions In The Bid Documents.None
17204354960000NoneNoneELIGIBILITYAll 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
17204355000000NoneNoneELIGIBILITYAcceptence / Cancellation of the works are reserved by under signed without any reasons for the same.None
17204355030000NoneNoneELIGIBILITYAll 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
17204355070000NoneNoneELIGIBILITYTo 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
17204355100000NoneNoneELIGIBILITYAll 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
17204355160000NoneNoneELIGIBILITYIf any date in the tender time table is government holiday, next working date will be consideredNone
17204355200000NoneNoneELIGIBILITYIncomplete / conditional tenders will not be accepted.None
17204355230000NoneNoneELIGIBILITYExecutive Engineer PRED Bagalkote has authority to accept or reject any tender without assigning reasonNone
17204355290000NoneNoneELIGIBILITYTenderer must submit his present accurate postal address and phone / cell phone numberNone
17204355330000NoneNoneELIGIBILITYThe tender may be cancelled at any stage without assigning any reasonNone
17204355360000NoneNoneELIGIBILITYTenderers must have valid PRED/PWD registration and must submit PRED/PWD registration copyNone
17204355410000NoneNoneELIGIBILITYAny objection regarding the tender must be submitted directly to Executive Engineer , not in inward.None
17204355450000NoneNoneELIGIBILITYFor interpretations of clauses, conditions, spelling mistakes, etc. decision of Executive Engineer, PRED, BAGALKOTE is final.None
17204355480000NoneNoneELIGIBILITYSuccessful 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
17204355530000NoneNoneELIGIBILITYAs 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
17204355570000NoneNoneELIGIBILITYThe 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
17204355650000NoneNoneELIGIBILITYTo 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 Amount put Tender Amount (in all classes of civil engineering construction works only)None
17204355680000NoneNoneELIGIBILITYTenderer 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
17204355720000NoneNoneELIGIBILITYThe 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 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
17204355760000NoneNoneELIGIBILITYTHIS 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
17204355790000NoneNoneELIGIBILITYSingle Tender Will Not Be AcceptedNone
17204355840000NoneNoneELIGIBILITYThe 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
17204355880000NoneNoneELIGIBILITYWork Completion/Execution Period : 3 MonthsNone
17204355930000NoneNoneELIGIBILITYThis work is Randomized under LOT 3880 Sl No 07 and which is classified as :ST Category work. Hence this work is purely reserved for ST Category Bidders only.None
17204355980000NoneNoneELIGIBILITYFor this work only eligible ST Contractor (with cast certificate) should applyNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNonePRED/KPWD CLASS-II AND ABOVE Registration CertificatePast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneST Reserved Category CertificatePast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- RESERVED CERTIFICATE
NoneNoneNoneNoneTo 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.21.93 Lakhs in all classes of civil engineering construction works only UDIN is PreferredPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneThe Tenderer shall obtain Any Nature of Work done certificate will be Considered financial years of 2019-20 to 2023-24 25 PERECENT of the Amount Put to Tender i.e Rs.5.48 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.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneName and Address of Contractor for CommunicationPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- ADDRESS PROOF
NoneNoneNoneNoneTenderer must Submit PAN & GST Certificate.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
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.6.58 Lakhs LOC letter should be unconditional formatPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneAssessed available tender capacity equal to AxNx5 - BPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- BID CAPCITY
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateFalseTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
Water supply/sewage linesBagalkoteMudholBagalkotMUDHOL (SC)RugiNoneNoneNoneNoneNoneNone
tenderAddressNone
tenderRecallDTONone