createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1720180169357 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy RESERVED invitingStrategyText Reserved taxType INCLUSIVE_TAX tenderFee 550.00 emd 21932.00 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 08-07-2024 18:41:34 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 1720180169401 version 6 createdDate None modifiedDate None tenderNumber RDPR/2024-25/WS/WORK_INDENT6292 title Construction of Underground Drainage in Gudi Plata Colony of Kantevvana, Rugi Village, Mudhol Taluk of Bagalkote District description Construction of Underground Drainage in Gudi Plata Colony of Kantevvana, Rugi Village, Mudhol Taluk of Bagalkote District category WORKS categoryText Works ecv 2193272.55 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 2200000.0 groupOverheadTotal 334567.0 fileNumber AEE/PRESD/MDL/5054/2023-24/EE07/06-2024-25 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1720180169000 0 None None Water supply/sewage lines Construction of Underground Drainage in Gudi Plata Colony of Kantevvana, Rugi Village, Mudhol Taluk of Bagalkote District 1858705.55
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3460514 123324 None RUG01 Demolishing 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) Cum 1746.15 1746.15 29.385 False None None False None False 51310.61775 0 3460515 123324 None RUG02 Earth 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) Cum 107.1 107.1 436.5 False None None False None False 46749.15 0 3460516 123324 None RUG03 Constructing 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) No 7771.05 7771.05 20.0 False None None False None False 155421.0 0 3460517 123324 None RUG04 Extra 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 / Mtr 8578.5 8578.5 11.0 False None None False None False 94363.5 0 3460518 123324 None RUG05 Providing 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) Mtr 748.65 748.65 350.0 False None None False None False 262027.5 0 3460519 123324 None RUG06 Providing 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) Mtr 1398.6 1398.6 170.0 False None None False None False 237762.0 0 3460520 123324 None RUG07 Providing 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) Mtr 3297.0 3297.0 250.0 False None None False None False 824250.0 0 3460521 123324 None RUG08 Providing 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) Mtr 6555.15 6555.15 28.5 False None None False None False 186821.775 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1720435473000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1720435473000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1720435473000 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 1720435473000 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 1720435473000 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 1720435480000 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 1720435484000 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 1720435488000 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 1720435491000 0 None None ELIGIBILITY For Details Refer Tender Notification And Conditions In The Bid Documents. None 1720435496000 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 1720435500000 0 None None ELIGIBILITY Acceptence / Cancellation of the works are reserved by under signed without any reasons for the same. None 1720435503000 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 1720435507000 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 1720435510000 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 1720435516000 0 None None ELIGIBILITY If any date in the tender time table is government holiday, next working date will be considered None 1720435520000 0 None None ELIGIBILITY Incomplete / conditional tenders will not be accepted. None 1720435523000 0 None None ELIGIBILITY Executive Engineer PRED Bagalkote has authority to accept or reject any tender without assigning reason None 1720435529000 0 None None ELIGIBILITY Tenderer must submit his present accurate postal address and phone / cell phone number None 1720435533000 0 None None ELIGIBILITY The tender may be cancelled at any stage without assigning any reason None 1720435536000 0 None None ELIGIBILITY Tenderers must have valid PRED/PWD registration and must submit PRED/PWD registration copy None 1720435541000 0 None None ELIGIBILITY Any objection regarding the tender must be submitted directly to Executive Engineer , not in inward. None 1720435545000 0 None None ELIGIBILITY For interpretations of clauses, conditions, spelling mistakes, etc. decision of Executive Engineer, PRED, BAGALKOTE is final. None 1720435548000 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 1720435553000 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 1720435557000 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 1720435565000 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 Amount put Tender Amount (in all classes of civil engineering construction works only) None 1720435568000 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 1720435572000 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 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 1720435576000 0 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 1720435579000 0 None None ELIGIBILITY Single Tender Will Not Be Accepted None 1720435584000 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 1720435588000 0 None None ELIGIBILITY Work Completion/Execution Period : 3 Months None 1720435593000 0 None None ELIGIBILITY This 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 1720435598000 0 None None ELIGIBILITY For this work only eligible ST Contractor (with cast certificate) should apply None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None PRED/KPWD CLASS-II 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 ST Reserved Category Certificate Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- RESERVED CERTIFICATE None None None None 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.21.93 Lakhs in all classes of civil engineering construction works only UDIN is Preferred Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover 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 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 Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Name and Address of Contractor for Communication Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- ADDRESS PROOF 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 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.6.58 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 Assessed available tender capacity equal to AxNx5 - B Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- BID CAPCITY tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate False Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Water supply/sewage lines Bagalkote Mudhol Bagalkot MUDHOL (SC) Rugi None None None None None None tenderAddress None tenderRecallDTO None