createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1720510091949 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 1430.00 emd 142500.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 22-07-2024 17:00:00 tenderQueryClose 18-07-2024 17:30:00 technicalBidOpen 24-07-2024 17:00:00 publishedDate 09-07-2024 16:00:13 publishedByPost RDPR_EE_DIV_CKM publishedByUser KPE10106 - GNANAMURTHY N K bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson SAGAR KT 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 None mobileNumber 7795594153 tenderSupplierList None tenderSchedule
createdTs 1720510092004 version 8 createdDate None modifiedDate None tenderNumber RDPR/2024-25/RD/WORK_INDENT6733 title CONSTRUCTION OF CC ROAD 1)FROM BUDANIKE COLONY TEMPLE TO SHESHAKUMAR,THIMMAIAH & OTHERS HOUSE IN KR PETE GP 2)KATRUMANE COLONY TO ULIKERE IN THALIHALLA GP 3)FROM AMBEDKAR BHAVANA TO SCHOOL IN CHANNAGONDANAHALLI IN THALIHALLA GP 4)AT ULUVAGILU COLONY IN THALIHALLA GP 5)AT MALLANDURU SANTHEGUDDA ST COLONY IN BYARAVALLI GP OF CHIKKAMAGALURU TALUK AND DISTRICT description CONSTRUCTION OF CC ROAD 1)FROM BUDANIKE COLONY TEMPLE TO SHESHAKUMAR,THIMMAIAH & OTHERS HOUSE IN KR PETE GP 2)KATRUMANE COLONY TO ULIKERE IN THALIHALLA GP 3)FROM AMBEDKAR BHAVANA TO SCHOOL IN CHANNAGONDANAHALLI IN THALIHALLA GP 4)AT ULUVAGILU COLONY IN THALIHALLA GP 5)AT MALLANDURU SANTHEGUDDA ST COLONY IN BYARAVALLI GP OF CHIKKAMAGALURU TALUK AND DISTRICT category WORKS categoryText Works ecv 5700000.00 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 833 locationName RDPR Division Office Chickmagaluru provisionalAmount 5700000.0 groupOverheadTotal 931825.08 fileNumber RDPR/PRED/CKM/SCPTSP/PACKAGE-1/2023-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1720510092000 0 None None Roads CONSTRUCTION OF CC ROAD 1)FROM BUDANIKE COLONY TEMPLE TO SHESHAKUMAR,THIMMAYYA HOUSE IN KR PETE GP 2)KATRUMANE COLONY TO ULIKERE IN THALIHALLA GP 3)FROM AMBEDKAR BHAVANA TO SCHOOL IN CHANNAGONDANAHALLI IN THALIHALLA GP 4)AT ULUVAGILU COLONY IN THALIHALLA GP 5)AT MALLANDURU SANTHEGUDDA ST COLONY IN BYARAVALLI GP OF CKM TQ 4768174.92
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3495034 124801 None code01 Earth work excavation by manual means for drains, canals, waste weir, draft, approach channels, key trenches, foundation of Buildings & bridges and such simillar works in all kinds of soils, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter, excavated surface leveled and sides neatly dressed disposing off the excavated stuff or sorting & stacking the selected stuff for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools & other appurtenaces required to complete the work.( CSR 2023-24,INO-1.4)Vol-1 In all kinds of soils Depth upto 1.5 m Cum 271.04 271.04 9.55 False None None False None False 2588.432 0 3495035 124801 None code02 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.( CSR 2023-24,INO-16.15.c)750mm dia m 3735.2 3735.2 6.25 False None None False None False 23345.0 0 3495036 124801 None code03 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..( CSR 2023-24,INO-2.1.1)Vol-1 Mix 1:5:10 Using 40 mm nominal size graded crushed coarse aggregates Cum 5978.56 5978.56 1.16 False None None False None False 6935.1296 0 3495037 124801 None code04 Providing and laying in position Cement Concrete for all Foundation works. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticizers laid in finished layers, well compacted using needle vibrators, including all lead & lifts, cost of all materials, quality confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all the other appurtenances required to complete the work as per technical specifications.( CSR 2023-24,INO-2.2.1)Vol-1 M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates Cum 7041.44 7041.44 2.74 False None None False None False 19293.5456 0 3495038 124801 None code05 Construction of unlined surface drains of average crosssectional area 0.40 m2 in soil to specified lines, grades, levels and dimensions. Excavated material to be used in embankment with a lift upto 3m and lead of 50 m (average lead 25 m) as per Technical Specification Clause 307. m 25.0 25.0 260.0 False None None False None False 6500.0 0 3495039 124801 None code06 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,INO-3.7,Vol-3,Page no.17) Cum 105.0 105.0 78.0 False None None False None False 8190.0 0 3495040 124801 None code07 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,INO-3.7,Vol-3,Page no.17) Cum 117.6 117.6 372.84 False None None False None False 43845.984 0 3495041 124801 None code08 Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.(PWD SR 2023-24,INO-4.7.Vol-3) Cum 2559.0 2559.0 78.0 False None None False None False 199602.0 0 3495042 124801 None code09 Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density.(PWD SR 2023-24,INO-4.7.Vol-3) Cum 2866.08 2866.08 248.58 False None None False None False 712450.1664 0 3495043 124801 None code10 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M20 (Grade), coarse and fine aggregates conforming to IS:383:2016, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, , primer, sealant , curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.(PWD SR 2023-24,INO-16.27.Vol-3) Cum 6374.0 6374.0 117.0 False None None False None False 745758.0 0 3495044 124801 None code11 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M20 (Grade), coarse and fine aggregates conforming to IS:383:2016, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, , primer, sealant , curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.(PWD SR 2023-24,INO-16.27.Vol-3) Cum 7138.88 7138.88 396.28 False None None False None False 2828995.3664 0 3495045 124801 None code12 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,INO-3.6.Vol-3) Cum 493.0 493.0 35.1 False None None False None False 17304.3 0 3495046 124801 None code13 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,INO-3.6.Vol-3) Cum 552.16 552.16 223.71 False None None False None False 123523.7136 0 3495047 124801 None code14 Providing and fixing RCC name board of size 1.35x0.60x0.04 m fixed in reinforced cement concrete poles of size 0.10x0.10x2.60m in cement concrete M 20 proportion using 20mm and down size graded metal machine mixed with 10mm dia main steel bars and 8mm dia stirpes as shown in drawing. The board shall be provided with 12mm thick cement plaster in cement mortar 1:4 on both the sides. The poles shall be embedded in the ground for a depth of 0.5 m with cement concrete M 10 proportion. The board shall be fixed as per the drawing and at the place indicated by the Engineer in charge of the work. The cost includes excavation, cost of all materials, cost of steel, painting, centering, transportation charges & fixing charges.(PWD SR 2023-24,INO-16.27.Vol-3) No 3586.0 3586.0 1.0 False None None False None False 3586.0 0 3495048 124801 None code15 Providing and fixing RCC name board of size 1.35x0.60x0.04 m fixed in reinforced cement concrete poles of size 0.10x0.10x2.60m in cement concrete M 20 proportion using 20mm and down size graded metal machine mixed with 10mm dia main steel bars and 8mm dia stirpes as shown in drawing. The board shall be provided with 12mm thick cement plaster in cement mortar 1:4 on both the sides. The poles shall be embedded in the ground for a depth of 0.5 m with cement concrete M 10 proportion. The board shall be fixed as per the drawing and at the place indicated by the Engineer in charge of the work. The cost includes excavation, cost of all materials, cost of steel, painting, centering, transportation charges & fixing charges.(PWD SR 2023-24,INO-16.27.Vol-3) No 6564.32 6564.32 4.0 False None None False None False 26257.28 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1720510097000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1720510097000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1720510097000 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 1720510097000 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 1720510097000 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 1720510322000 0 None None ELIGIBILITY Bidder 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 1720510328000 0 None None ELIGIBILITY The tenderer should be a PWD registered Contractor - Class-4 None 1720510335000 0 None None ELIGIBILITY As per Karnataka state Government order LD/300/LET/2006 Bangalore dated 01.01.2007 and Government letter no PW/134/BMS/2007 dated 27.07.2007, a sum amounting to 1% of the bill amount will be deducted towards constructions labour welfare fund and Contractors should follow strictly prevailing rules of labour act. None 1720510346000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1720510353000 0 None None ELIGIBILITY Royalty on construction materials and other taxes will be deducted as per prevailing Government orders. The item rates quoted shall include cost of royalty charges on construction materials & other taxes as per the rates provided in prevailing cost & conveyance of all materials, Curing, Watering, unloading with all leads & lifts labor, hire charges of machinery equipment etc., complete including all incidental charges. All the items shall be executed as directed by the Engineer in charge of the work. None 1720510358000 0 None None ELIGIBILITY The bidder shall bear all costs associated with the preparation and submission of his tender, and the employer will in no case be responsible and liable for those costs. The tender fee is non-refundable and The employer is not responsible for any delay in accessing KPP Portal. None 1720510363000 0 None None ELIGIBILITY All Scanned Documents of the Original should be up-loaded, Executive Engineer/ Superintending Engineer/ Chief Engineer reserves the right verify the Original Documents before approval, 0riginal documents / Certificates for qualification shall be produced when called for during evaluation of tender. None 1720510367000 0 None None ELIGIBILITY All the formats prescribed in the bid document shall be filled by the tenderer in complete manner otherwise it will be rejected. None 1720510371000 0 None None ELIGIBILITY The Tenderer should maintain the Work during defective liability period as indicated in The Contract Data None 1720510376000 0 None None ELIGIBILITY The materials like bitumen, Steel, Cement etc., required for the work shall be procured by the tenderer themselves and should be got tested by the Quality Control Authority before use on the work. None 1720510381000 0 None None ELIGIBILITY If the tender of the successful tenderer is seriously unbalanced in relation to the Employers estimate of the cost of the work to be performed under the contract, the Employer may require the Tenderer to produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate the internal consistency of those prices with the construction methods and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the performance security set forth in Clause 24 be increased at the expense of the successful Tenderer to a level sufficient to protect the Employer against financial loss in the event of default of the successful under the contract. None 1720510387000 0 None None ELIGIBILITY As per Government order FD 447 EXP-12 2022 dated 30/07/2022, 18% GST will be added to the Contract amount separately. And Increase in GST shall not be paid in the extended period of contract for which the contractor alone is responsible for delay as determined by the authority while granting the extension of time. None 1720510392000 0 None None ELIGIBILITY Estimate rates are excluding GST as per Common SR 2021-22 and prevailing GST (18% of Amount Put to tender) amount is kept in form of Lump sum in sanctioned estimate according to guidelines in Common SR (GO:PWD 51 RDF 2019 Bangaluru Dt:18.03.2022). Therefore, amount put to Tender and ECV amount are excluding GST. KPPP-PORTAL format has No Options to add GST Separately at stage of Draft Tender Schedule Process for Over All amount put to Tender, tender has been inviting through an Option with INCLUSIVE. But the item wise rates do not include GST. Hence, GST will be paid separately for the quoted amount accordingly. Declaration Certificate must be attached mandatorily. None 1720510396000 0 None None ELIGIBILITY The employer reserves the rights to reject one or all tenders without assigning any reason. None 1720510401000 0 None None ELIGIBILITY In case if the death of a contractor, after executing the agreement / commencement of the work, his legal heir, is an eligible registered contractor and is willing, can execute and complete the work, at the accepted tender rates, irrespective of the cost of the work. None 1720510405000 0 None None ELIGIBILITY PERFORMANCE SECURITY - The successful tenderer shall furnish Performance Security Deposit (Achievement Guarantee) at 5% of the amount put to tender with in 20 days after approve of tender as per rule 29.5 of the tender and clause 44 of the agreement in the form of D.D duly pledged in the nature of EXECUTIVE ENGINEER, PRED, Chikmagaluru None 1720510410000 0 None None ELIGIBILITY All documents should be uploaded by the contractor is to be attested by the authorized notary or not below the rank of Executive Engineer and should be produced for verification at any stage of process as and when saught for .Failure to produce original documents leads to rejection of Tender. None 1720510416000 0 None None ELIGIBILITY All safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity. Contractor should indemnify the client to that extent. None 1720510420000 0 None None ELIGIBILITY Item for which no rates or price has been entered in will not be paid for by the Employer when executed & shall be deemed covered by the other rates & prices in the bill of quantities. None 1720510426000 0 None None ELIGIBILITY The tender validity period is 90Days from the date of opening of Tender None 1720510431000 0 None None ELIGIBILITY The intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Bid document. None 1720510436000 0 None None ELIGIBILITY Name, address, and telephone, telex, and fax numbers of the Tenderers may provide references if contacted by the Employer None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Owning the following key and critical equipment for this work (xxxx, xxxx, xxxx) None None 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 Banker Details for reference 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 To qualify for Award of this contract, each Tenderer should have in his name in the last five years, satisfactorily completed as prime contractor, Similar nature of work of value not less than Rs.23.85 lakhs. Attach Work done Certificate issued by competent authority of rank not less than Executive Engineer. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Satisfactory Performance Certificate None None None None To qualify for award of this contract, each Tenderer in its name should have in the last five years 2019-20 to 2022-24 achieved in at least Two financial years an average annual financial turnover in all classes civil enginering works of Rs.95.40 lakhs. Approved by CA with UDIN No. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Quantiywise Workdone Certificates as shown in the KW3 Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Liquid assets and /or availability of credit facilities of no less than Rs.17.10 Lakhs (estimated cash flow for 3 months of peak construction period) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None QUANTITY WISE WORKDONE CERTIFICATE Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Satisfactory Performance Certificate None None None None KPWD Registered Class-III and above contractor Attach Registration Certificate Others LICENCE
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Tenderers address and contact details Others Tenderers address and contact details
createdTs version createdDate modifiedDate documentName None None None None Others -- Tenderers address and contact details None None None None GST Declaration Certificate Others GST Declaration Certificate
createdTs version createdDate modifiedDate documentName None None None None Others -- GST Declaration Certificate None None None None List of existing commitments and ongoing works Others List of existing commitments and ongoing works
createdTs version createdDate modifiedDate documentName None None None None Others -- List of existing commitments and ongoing works None None None None List of works for which tenders already submitted Others List of works for which tenders already submitted
createdTs version createdDate modifiedDate documentName None None None None Others -- List of works for which tenders already submitted tenderCriterionDocumentList
documentName optional documentTypeText KPWD Registered Class-III and above contractor Attach Registration Certificate True Technical Bid To qualify for award of this contract, each Tenderer in its name should have in the last five years 2019-20 to 2022-24 achieved in at least Two financial years an average annual financial turnover in all classes civil enginering works of Rs.95.40 lakhs. Approved by CA with UDIN No. True Technical Bid To qualify for Award of this contract, each Tenderer should have in his name in the last five years, satisfactorily completed as prime contractor, Similar nature of work of value not less than Rs.23.85 lakhs. Attach Work done Certificate issued by competent authority of rank not less than Executive Engineer. True Technical Bid Tenderers address and contact details True Technical Bid Statement showing the Existing commitments and ongoing works, in the prescribed proforma as per 1.3 A of Section 3 of Qualification information should be furnished. True Technical Bid Statement showing Details of works for which tenders are already submitted in the prescribed proforma as per 1.3 B of Section 3 of Qualification information should be furnished. True Technical Bid GST Declaration Certificate True Technical Bid Liquid assets and /or availability of credit facilities of no less than Rs. 17.10 Lakhs, estimated cash flow for 3 months of peak construction period True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads None None None None BUDANIKE KATRUMANE COLONY CHANNAGONDANAHALLI ULUVAGILU MALLANDURU None None None None None None tenderAddress None tenderRecallDTO None