createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1721120025090
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyRESERVED
invitingStrategyTextReserved
taxTypeINCLUSIVE_TAX
tenderFee500.00
emd7288.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose30-07-2024 16:30:00
tenderQueryClose29-07-2024 11:00:00
technicalBidOpen31-07-2024 16:31:00
publishedDate16-07-2024 19:35:21
publishedByPostCMC_MCOM_RB
publishedByUserKPE12021 - JAGADISH S ITI
bidValidityPeriod120
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonV P Hipparagi
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber8792301402
tenderSupplierListNone
tenderSchedule
createdTs1721120025126
version6
createdDateNone
modifiedDateNone
tenderNumberDMA/2024-25/OW/WORK_INDENT21393
titleCMC Rabkavi-Banahatti State Finance Commission CA Grant Scheme 2024-25 Package No.3
descriptionConstruction of Asphalt road from Shrishail Shivakali House to Chunumuri Bhatti in Ward no.10
categoryWORKS
categoryTextWorks
ecv583000.00
deptNameDirectorate of Municipal Administration
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location2217
locationNameDMA City Municipal Council Rabkavi Banhatti
provisionalAmount583000.0
groupOverheadTotal89734.8
fileNumberCMCRB/SFCCA/2024/25/03
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17211200250000NoneNoneOther WorksConstruction of Asphalt road from Shrishail Shivakali House to Chunumuri Bhatti in Ward no.10493265.2
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3533726127282Nonecode01Construction 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 Page no.17 Item no.3.6 PWD SR 2023-24 Volume 3Cum507.79507.7948.15FalseNoneNoneFalseNoneFalse24450.08850
3533727127282Nonecode02Scarifying the existing bituminous road surface to a depth of 50 mm and disposal of scarified material by Mechanical Means using Hydraulic excavator with in all lifts and lead ( PWD SR 2023-24 Vol- 3 , P.No -17,I No - 3.5 )Sqm6.186.18642.0FalseNoneNoneFalseNoneFalse3967.560
3533728127282Nonecode03Filling Pot-holes and Patch Repairs with Open-Graded Premix surfacing, 20mm (using VG-30 Grade Bitumen) :Removal of all failed material, trimming of completed excavation to provide firm vertical faces, cleaning of surface,painting of tack coat on the sides and base of excavation asper clause 503, back filling the pot holes with hot bituminousmaterial as per clause 510 using HMP 40/60 TPH Capacitycompacting, trimming and finishing the surface to form asmooth continuous surface, all as per clause 3004.2 Page no.91, Item no.10.4 PWD SR 2023-24 Volume 3Sqm161.71161.7187.6FalseNoneNoneFalseNoneFalse14165.7960
3533729127282Nonecode04Providing 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 Vol- 3 , P.No -31,I No - 5.1A (i) )Sqm42.2342.23642.0FalseNoneNoneFalseNoneFalse27111.660
3533730127282Nonecode05Providing and laying Bituminous Macadam with 120 TPH capacity hot mix plant batch type using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 3.4% by weight of mix, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compaction Page no.32, Item no.5.8(ii)(A) PWD SR 2023-24 Volume 3Cum7967.057967.0532.1FalseNoneNoneFalseNoneFalse255742.3050
3533731127282Nonecode06Providing and laying Semi Dense Bituminous Concrete with 40/60 TPH capacity hot mix plant batch type using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 5% by weight of mix and filler, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per MoRTH V revision.. ( PWD SR 2023-24 Vol- 3 , P.No -43,I No - 5.31)Cum10456.5610456.5616.05FalseNoneNoneFalseNoneFalse167827.7880
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17211200260000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17211200260000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17211200260000NoneNoneELIGIBILITYBidders 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
17211200260000NoneNoneELIGIBILITYIt 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
17211200260000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17211200410000NoneNoneELIGIBILITYBidder/Contractor must attach Valid PWD Class-III and above registration licence CertificateNone
17211200990000NoneNoneELIGIBILITYBidder/Contractor to qualify for award of this contract must attach Turnover Certificate certified by CA of last five years i.e.,2018-19, 2019-20 ,2020-21, 2021-22 and 2022-23 achieved in at least one financial years a minimum financial turnover of usually not less than estimate cost.None
17211201110000NoneNoneELIGIBILITYBidder/Contractor to qualify for award of this contract must attach any nature of work done certificate indicating the Indent number and bill amount, and which should be certified from the competent authority not less than rank of Executive Engineer, satisfactorily completed at least 25 percent of the contract value, as prime contractor, i.e.,2018-19, 2019-20 ,2020-21, 2021-22 and 2022-23None
17211201660000NoneNoneELIGIBILITYBidder/Contractor must attach clear scan copy of Nationalized/Scheduled bank DD for difference amount if rates quoted below SR in the name of Municipal Commissioner CMC Rabkavi-Banahatti.None
17211201740000NoneNoneELIGIBILITYBidder/Contractor must attach all other required documents as per KW-1None
17211202150000NoneNoneELIGIBILITYBidder/Contractor must attach Scheduled Tribe Reservation CertificateNone
17211202220000NoneNoneELIGIBILITYBidder/Contractor must read carefully all the qualification criteria and bid documents and attach all the needful documents without fail.None
17211202530000NoneNoneELIGIBILITYThis work is Randomized under DMA/2024-25/LOT1310 and which is classified as :ST Category work. Hence this work is purely reserved for ST Category Bidders only.None
17211202610000NoneNoneELIGIBILITYThe intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents KW1None
17211271960000NoneNoneELIGIBILITYThe successful Tenderer shall deliver to the Employer a Security deposit in any of the forms given Clause 24.1 of ITT for an amount equivalent to 5% of the Contract price plus additional security for unbalanced tenders in accordance with Clause 25.5 & 24.3 of ITT and Clause 44 of the Conditions of Contract.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneBidder/Contractor to qualify for award of this contract must attach any nature of work done certificate indicating the Indent number and bill amount, and which should be certified from the competent authority not less than rank of Executive Engineer, satisfactorily completed at least 25 percent of the contract value, as prime contractor, i.e.,2018-19, 2019-20 ,2020-21, 2021-22 and 2022-23Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneBidder/Contractor must attach Valid PWD Class-III and above registration licence CertificateCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneBidder/Contractor must attach all other required documents as per KW-1Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- BID Documents
NoneNoneNoneNoneBidder/Contractor to qualify for award of this contract must attach Turnover Certificate certified by CA of last five years i.e.,2018-19, 2019-20 ,2020-21, 2021-22 and 2022-23 achieved in at least one financial years a minimum financial turnover of usually not less than estimate cost.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneBidder/Contractor must attach clear scan copy of Nationalized/Scheduled bank DD for difference amount if rates quoted below SR in the name of Municipal Commissioner CMC Rabkavi-Banahatti.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Below Difference DD
NoneNoneNoneNoneBidder/Contractor must attach Scheduled Tribe Reservation CertificateOthersBidder/Contractor must attach Scheduled Tribe Reservation Certificate
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bidder/Contractor must attach Scheduled Tribe Reservation Certificate
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Bidder/Contractor must attach Valid PWD Class-III and above registration licence CertificateTrueTechnical Bid
Bidder/Contractor to qualify for award of this contract must attach Turnover Certificate certified by CA of last five years i.e.,2018-19, 2019-20 ,2020-21, 2021-22 and 2022-23 achieved in at least one financial years a minimum financial turnover of usually not less than estimate cost.TrueTechnical Bid
Bidder/Contractor to qualify for award of this contract must attach any nature of work done certificate indicating the Indent number and bill amount, and which should be certified from the competent authority not less than rank of Executive Engineer, satisfactorily completed at least 25 percent of the contract value, as prime contractor, i.e.,2018-19, 2019-20 ,2020-21, 2021-22 and 2022-23TrueTechnical Bid
Bidder/Contractor must attach clear scan copy of Nationalized/Scheduled bank DD for difference amount if rates quoted below SR in the name of Municipal Commissioner CMC Rabkavi-Banahatti.TrueTechnical Bid
Bidder/Contractor must attach all other required documents as per KW-1TrueTechnical Bid
Bidder/Contractor must attach Scheduled Tribe Reservation CertificateTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone