createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1720506688496 version 5 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 3110.00 emd 200000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 25-07-2024 16:00:00 tenderQueryClose 23-07-2024 16:00:00 technicalBidOpen 26-07-2024 16:30:00 publishedDate 11-07-2024 13:53:39 publishedByPost CCADA_EE_DIV2_MYS publishedByUser KPE11071 - D M DHRUVA KUMAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate 23-07-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Executive Engineer CADA CBP Mysuru 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 8212414090 mobileNumber 8212414090 tenderSupplierList None tenderSchedule
createdTs 1720506688518 version 6 createdDate None modifiedDate None tenderNumber CCADA/2024-25/RD/WORK_INDENT89 title Improvements to atchkat road from Ramasamudra to Byadamudalu connecting road via Doddakere, Road from Veeranapura to Anemadu tank road, Road from Nanjayya-Devarapura to Kaggalipura, Road from Nanjayya-Devarapura to Hosakere road and constructing CD work to Hosakere tank halla, Construction of CD work to halla of Kalikere to Shivanagange tank near Aralimara Paati coming in Chamarajanagara Taluk and District. description Improvements to atchkat road from Ramasamudra to Byadamudalu connecting road via Doddakere, Road from Veeranapura to Anemadu tank road, Road from Nanjayya-Devarapura to Kaggalipura, Road from Nanjayya-Devarapura to Hosakere road and constructing CD work to Hosakere tank halla, Construction of CD work to halla of Kalikere to Shivanagange tank near Aralimara Paati coming in Chamarajanagara Taluk and District. category WORKS categoryText Works ecv 12437987.34 deptName Cauvery Command Area Development Authority status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 5587 locationName CCADA EE Division No 2 Mysore provisionalAmount 12500000.0 groupOverheadTotal 0.0 fileNumber CADA/CBP/MYS/CNNL/2024-25 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1720506689000 0 None None Roads Improvements to atchkat road from Ramasamudra to Byadamudalu connecting road via Doddakere, Road from Veeranapura to Anemadu tank road, Road from Nanjayya-Devarapura to Kaggalipura, Road from Nanjayya-Devarapura to Hosakere road and constructing CD work to Hosakere tank halla, Construction of CD work to halla of Kalikere to Shivanagange tank near Aralimara Paati coming in Chamarajanagara Taluk and District. 12437987.34
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3494534 124763 None 2.5 (ii) b of Vol.3 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, by Mechanical Means using Dozer In area of thorny jungle complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. 100 Sqm 599.68 599.68 94.11 False None None False None False 56435.8848 0 3494535 124763 None 16.8 B of Vol.3 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 as per Technical Specification Clause 307 by Mechanical Means complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. m 30.98 30.98 5350.0 False None None False None False 165743.0 0 3494536 124763 None 1.8 of Vol.1 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 as per specification with all lead and lift and as per direction of Engineer in-charge of the work. Cum 587.29 587.29 7447.54 False None None False None False 4373865.7666 0 3494537 124763 None 4.13 A (i) (a) of Vol.3 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 (i) Grading-I (63 mm to 45 mm) Using Screening Crushable type such as Moorum or Gravel complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. Cum 3126.0 3126.0 1181.25 False None None False None False 3692587.5 0 3494538 124763 None 1.14.1 of Vol.1 Earth work excavation for Foundation by mechanical means in all kinds of soil & depth upto 3m for all works, 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 including cost of labour, tools, usage of machinery & other appurtenaces required to complete the work as per specification with all lead and lift and as per direction of Engineer in-charge of the work. Cum 126.38 126.38 447.66 False None None False None False 56575.2708 0 3494539 124763 None 3.41.1 of Vol.4 Providing and constructing 250mm thick dry rubble stone pitching with pin headers at 2 per m2 using stones and stone chips from approved source including cost of all materials, labour, hand packing / wedging stone chips, finishing and all other ancillary operations complete and add 150 mm thick murum bed is to be provided below pitching and complete the work as per specification with all lead and lift and as per direction of Engineer in-charge of the work. Sqm 615.78 615.78 880.0 False None None False None False 541886.4 0 3494540 124763 None 3.10 of Vol.4 Providing rubble and sand filling in layers of 250 to 300 mm including cost of all materials,machinery, labour, watering, ramming and all other ancillary operations and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. Cum 2601.9 2601.9 29.7 False None None False None False 77276.43 0 3494541 124763 None 2.1.3 of Vol.1 Providing and laying in position plain cement concrete Mix 1:3:6 (M10) Using 40 mm nominal size graded crushed coarse aggregates 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, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machineries, curing, and all the other appurtenances required to complete the work as per technical specifications and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. Cum 7420.37 7420.37 22.6 False None None False None False 167700.362 0 3494542 124763 None Sl.No.16.15a of Vol.3 Providing and laying reinforced cement concrete 1200 mm dia 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 and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. m 10438.58 10438.58 42.5 False None None False None False 443639.65 0 3494543 124763 None Sl.No.50 of Vol.1 Providing Reinforced Cement Concrete Pipe NP3 as per design in Single Row for culverts 450 mm dia and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. m 2309.5 2309.5 10.0 False None None False None False 23095.0 0 3494544 124763 None Sl.No.51 of Vol.1 Providing Reinforced Cement Concrete Pipe NP3 as per design in Single Row for culverts 600 mm dia and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. m 2992.19 2992.19 15.0 False None None False None False 44882.85 0 3494545 124763 None 16.17 of Vol.3 Laying Cement Concrete Pipe NP3 (burried conduits) on first class bedding of granular material including fixing collar with cement sand mortar 1:2 but excluding excavation, protection works, backfilling, concrete and masonary work in head wall and parapets and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. m 3211.49 3211.49 15.0 False None None False None False 48172.35 0 3494546 124763 None Sl.No.2.11(h) of Vol.1 Supplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, Bonding,hooking,laping/welding joints, tying with binding wire / soft annealed steel wire and other ancilary operations complete as per drawing and technical specification. All other type of structures and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. Kg 97.89 97.89 5465.05 False None None False None False 534973.7445 0 3494547 124763 None 2.4.1 of Vol.1 Providing and laying in position Reinforced cement concrete Mix 1:2:4 (M15) Using 20 mm nominal size graded crushed coarse aggregates for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers, laid in layers, well compacted using needle vibrators, providing weep holes wherever necesary, including all lead & lifts, cost of all materials of quality, confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. (The cost of steel reinforcement to be paid separately) Cum 8331.28 8331.28 260.58 False None None False None False 2170964.9424 0 3494548 124763 None 8.7 of Vol.3 Providing and erecting direction and place identification retro-reflectorised sign as per IRC:67:2022 made of high intensity grade sheeting vide clause 801.3, fixed over aluminium sheeting, 2 mm thick or Aluminium composite material sheet with overall thickness of 4mm with area not exceeding 0.9 m2 fixed over back support frame of min 35 x 35 x 3mm angle mounted on a mild steel circular pipe 65 NB, firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 x 45 x 60 cm, 60 cm below ground level as per approved drawing and complete as per specification with all lead and lift and as per direction of Engineer in-charge of the work. Sqm 11163.39 11163.39 3.6 False None None False None False 40188.204 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1720506692000 1 None None ELIGIBILITY Mandatory Criteria: The rates are inclusive of GST and the tenderer should quote the rates including GST. None 1720506692000 1 None None ELIGIBILITY Tenders from Joint ventures will not be acceptable. None 1720506692000 1 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory. None 1720506692000 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 1720506692000 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 1720598915000 0 None None ELIGIBILITY It will be the responsibility of the Bidder to ensure credit of Tender Processing Fee and It is not refundable. None 1720598924000 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 will not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1720598930000 0 None None ELIGIBILITY EMD Payments through e-Payment mode will be made as one single transaction and payments made in part are liable for rejection. None 1720598936000 0 None None ELIGIBILITY The tender processing fee will not be refundable. None 1720598943000 0 None None ELIGIBILITY The successful Tenderer should deliver to the employer a Security Deposit in the form of FDR/e-Bank guarantee as per government circular No:FD5/expenditure-12/2023 Dt:15.05.2023 in favour of the Administrator, CADA, CBP, Mysore for an amount equivalent to 5% of the Contract price and plus additional security for unbalanced tenders in the form of DD/FDR in favour of the Administrator, CADA, CBP, Mysore within 20 days in receipt of Letter of Acceptance in accordance with the conditions of contract at the time of agreement None 1720598949000 0 None None ELIGIBILITY Tenders must be electronically submitted (on-line through internet) within the date and time published in e-procurement portal. First Cover Tenders will be opened at prescribed time and date in the e-procurement portal, in the presence of the tenderers who wish to attend at the office of the Executive Engineer, CADA No.2 Division, Mysuru None 1720598964000 0 None None ELIGIBILITY A Pre-tender meeting will be held at published time and place in e-procurement portal to clarify the issues if any, and to answer questions on any matter that may be raised at that stage as stated in clause 8.2 of Instructions to Tenderers of the tender document. None 1720598970000 0 None None ELIGIBILITY Qualification criteria will be as per tender document. None 1720598975000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1720598980000 0 None None ELIGIBILITY The Item Rate quoted shall include the Royalty Charges on construction materials and other taxes are as per prevailing Government Orders. None 1720598987000 0 None None ELIGIBILITY As per Karnataka State Government order No.LD/300/LET/2006 Bangalore Dated 01.01.2007 and Government Letter No.PW/134/BMS/2007 Dated 27.7.2007, a sum amounting to 1% of the bill amount will be deducted towards Construction Labour Welfare fund. The tenderer shall abide by the directions of Government towards recovery as modified by the Government from time to time. None 1720598992000 0 None None ELIGIBILITY All original documents should be scanned and uploaded. The uploaded original documents should be produced at the time of evaluation of bid for physical verification. Failed to submit the original documents for verification such tender will be rejected. None 1720598998000 0 None None ELIGIBILITY The tenderers are requested to abide instructions and conditions contained in the Standard Tender Documents KW-4 and further orders thereon. None 1720599004000 0 None None ELIGIBILITY In the case of death of the contractor after executing the agreement/commencement of the work, his legal heir, if he/she is an eligible qualified registered contractor and is willing to execute and complete the work at the accepted tender rates irrespective of the cost of the work. None 1720599009000 0 None None ELIGIBILITY All safety precautions, warnings, signs, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity. None 1720599015000 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 in the work. If CADA Authority wishes to engage third party inspecting agency for the said work, apart from the quality control authorities, then the contractor should cooperate with the third party test. None 1720599020000 0 None None ELIGIBILITY All items in the tender include all lead and lifts, loading & unloading, transportation, labour, hire charges of machineries, curing for concrete works, cost of conveyance of all materials and all other such incidental charges necessary for successful completion of works as per detailed technical specification and direction of Engineer-in-charge of the work. None 1720599026000 0 None None ELIGIBILITY The tenderer should execute the work as per site condition & as directed by Engineer-in-charge of the work. The tenderer should submit quality control reports along with the bill otherwise bill will not be accepted. None 1720599031000 0 None None ELIGIBILITY Tenderer should take all precautions to ensure that no damage is caused to the existing structures which have been constructed by other agencies during project execution. If any damages is caused it has to be rectified at his own risk and cost. None 1720599037000 0 None None ELIGIBILITY The tenderer should maintain the work during the defect liability period. Defect liability period is One Year from the date of completion of the work None 1720599043000 0 None None ELIGIBILITY Before tendering for the works the tenderer shall inspect the work site personally. None 1720599049000 0 None None ELIGIBILITY The tender inviting authority reserves the rights to reject any or all tenders without assigning any reasons. None 1720599053000 0 None None ELIGIBILITY Other Conditions will be as per tender document. None 1720599060000 0 None None ELIGIBILITY Corrigendum, Addendums and any modifications in Notification if any will be published in e-procurement only. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None The Contractor should have executed in any one financial year the minimum quantities of work (usually 80% of the peak annual rate of construction) in the last five preceding financial years (2019-20 to 2023-24). Quantities should be in the prescribed form as in K/W-4. (1) Earthwork Excavation-358.00 Cum, (2) Embankment-5958.00 Cum, (3) Metalling-945.00 Cum, (4) Cement Concrete M-15-227.00 Cum, (5) Steel-4372.00 Kg Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None The Contractor should have satisfactorily completed (at least 90% of the contract value) as prime contractor for at-least one similar work such as Road Works of value not less than Rs. 62.50 Lakhs (usually not less than 50% estimated value of contract) of the last Five Preceding Financial Years (2019-20 to 2023-24) - Work done certificate should be obtained from not below the rank of Executive Engineer. Work done certificate should be in the prescribed form as in K/W-4. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Annual turnover certificate in all classes of civil engineering works only for last five preceding financial years that is 2019-20 to 2023-24 obtained from the Chartered Accountant. The tenderer shall scan the original documents and upload the same. The tenderer should have achieved in at least two financial years an annual financial turnover (in all classes of civil engineering construction works only) of Rs. 250.00 Lakhs (usually not less than two times the estimated annual payment under this contract). The tenderer shall scan the original documents for this bid and upload the same. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None The contractor shall furnish the liquid assets and/or availability of credit facilities of not less than Rs. 42.00 lakhs (Credit lines/ letter of credit/ certificates from banks for meeting the fund requirements etc. (Line of credit in the prescribed form) Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None The Contractor 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 1.5 - B) (1) A-Maximum value of civil engineering works executed in any one year during the last five financial years (updated to 2024-25 price level) taking into account the completed as well as works in progress. (2) N-Number of years prescribed for completion of the works for which Tenders are invited. (90/365 Days) (3) B-Value, at 2024-25 price level, of existing commitments and on-going works to be completed during the next 90 Days Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Calculation sheet of Bid Capacity None None None None The contractor shall furnish the information on existing commitments and ongoing works as on the date of this tender in Form K/W-4 Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Ongoing and works in hand format specified in KW-4 Bid Document None None None None The Contractor shall furnish the information of works for which Tenders already submitted in prescribed Form in K/W-4 Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Others -- Tenders already submitted format specified in KW-4 Bid Document None None None None The tenderer shall scan the original and valid Registration certificate from KPWD/CPWD for this bid and upload the same. Others Registration Certificate
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None Tenderer or his identified Sub Contractor should possess valid Electrical License for executing building electrification works and should have executed similar electrical works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one year Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- Not Applicable None None None None Tenderer or his identified Sub Contractor should possess valid license for executing water supply / sanitary engineering works and should have executed similar works totallng Rs. xxxxxx (not less than 50% of electrical works) n any one year Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- Not Applicable None None None None Owning the following key and critical equipment for this work (xxxx, xxxx, xxxx) Others Exempted/Not-Applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- Not Applicable None None None None Banker Details for reference Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- Not Applicable None None None None Construction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awarded Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- Not Applicable 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 Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- Not Applicable None None None None List of Financial Resources with Certificates Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- Not Applicable tenderCriterionDocumentList
documentName optional documentTypeText Annual turnover certificate in all classes of civil engineering works for last five preceding financial years obtained from Charted Accountant True Technical Bid KPWD/CPWD Class III and above Registration Certificate True Technical Bid Work done certificate showing executed quantities should be obtained from not below the rank of Executive Engineer. Work done certificate should be in the prescribed form as in K/W-4. True Technical Bid Credit lines/ letter of credit/ certificates from banks for meeting the fund requirements etc. in prescribed format True Technical Bid Work done certificate should be obtained from not below the rank of Executive Engineer. Work done certificate should be in the prescribed form as in K/W-4. True Technical Bid The contractor shall furnish the information on existing commitments and ongoing works on the date of this tender in Form K/W-4 True Technical Bid The Contractor shall furnish the information of works for which Tenders already submitted in prescribed Form in K/W-4 True Technical Bid Income Tax Returns Filed copy and profit and loss sheets obtained from Charted Accountant True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1720684169000 version 0 createdDate None modifiedDate None blockNumber O/o Administrator, CADA, CBP, Public Offices Building, Sayyaji Rao Road. street None city Mysuru state Karnataka pin 570017 tenderRecallDTO None