| createdTs | None |
|---|
| version | None |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| noticeInvitingTenderDTO | | createdTs | 1721120025090 |
|---|
| version | 3 |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| tenderType | RFQ |
|---|
| evaluationType | TWO_COVER |
|---|
| evaluationTypeText | Two Cover |
|---|
| invitingStrategy | RESERVED |
|---|
| invitingStrategyText | Reserved |
|---|
| taxType | INCLUSIVE_TAX |
|---|
| tenderFee | 500.00 |
|---|
| emd | 7288.00 |
|---|
| bidValueType | ITEM_WISE |
|---|
| bidValueTypeText | Item wise |
|---|
| tenderReceiptClose | 30-07-2024 16:30:00 |
|---|
| tenderQueryClose | 29-07-2024 11:00:00 |
|---|
| technicalBidOpen | 31-07-2024 16:31:00 |
|---|
| publishedDate | 16-07-2024 19:35:21 |
|---|
| publishedByPost | CMC_MCOM_RB |
|---|
| publishedByUser | KPE12021 - JAGADISH S ITI |
|---|
| bidValidityPeriod | 120 |
|---|
| noOfCalls | 1 |
|---|
| preBidMeetingDate | None |
|---|
| preBidMeetingYn | False |
|---|
| preQualificationBidOpen | None |
|---|
| denominationType | RUPEES |
|---|
| denominationTypeText | Rupees |
|---|
| retenderedYn | None |
|---|
| percentageRateTypeText | None |
|---|
| contactPerson | V P Hipparagi |
|---|
| 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 | 8792301402 |
|---|
| tenderSupplierList | None |
|---|
|
|---|
| tenderSchedule | | createdTs | 1721120025126 |
|---|
| version | 6 |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| tenderNumber | DMA/2024-25/OW/WORK_INDENT21393 |
|---|
| title | CMC Rabkavi-Banahatti State Finance Commission CA Grant Scheme 2024-25 Package No.3 |
|---|
| description | Construction of Asphalt road from Shrishail Shivakali House to Chunumuri Bhatti in Ward no.10 |
|---|
| category | WORKS |
|---|
| categoryText | Works |
|---|
| ecv | 583000.00 |
|---|
| deptName | Directorate of Municipal Administration |
|---|
| status | PUBLISHED |
|---|
| statusText | Published |
|---|
| remarks | None |
|---|
| csrValue | None |
|---|
| ecvtenderYn | True |
|---|
| location | 2217 |
|---|
| locationName | DMA City Municipal Council Rabkavi Banhatti |
|---|
| provisionalAmount | 583000.0 |
|---|
| groupOverheadTotal | 89734.8 |
|---|
| fileNumber | CMCRB/SFCCA/2024/25/03 |
|---|
|
|---|
| tenderSubEstimateList | | createdTs | version | createdDate | modifiedDate | workCategoryName | subEstimateName | estimateTotal | itemList |
|---|
| 1721120025000 | 0 | None | None | Other Works | Construction of Asphalt road from Shrishail Shivakali House to Chunumuri Bhatti in Ward no.10 | 493265.2 | | id | tenderSubEstimateId | categoryName | itemCode | description | uomName | baseRate | finalRate | quantity | modifyQuantityYn | minQuantity | maxQuantity | buyBackYn | buyBackValue | hideYn | netAmount | taxCount |
|---|
| 3533726 | 127282 | None | code01 | 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 Page no.17 Item no.3.6 PWD SR 2023-24 Volume 3 | Cum | 507.79 | 507.79 | 48.15 | False | None | None | False | None | False | 24450.0885 | 0 | | 3533727 | 127282 | None | code02 | Scarifying 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 ) | Sqm | 6.18 | 6.18 | 642.0 | False | None | None | False | None | False | 3967.56 | 0 | | 3533728 | 127282 | None | code03 | Filling 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 3 | Sqm | 161.71 | 161.71 | 87.6 | False | None | None | False | None | False | 14165.796 | 0 | | 3533729 | 127282 | None | code04 | Providing 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) ) | Sqm | 42.23 | 42.23 | 642.0 | False | None | None | False | None | False | 27111.66 | 0 | | 3533730 | 127282 | None | code05 | Providing 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 3 | Cum | 7967.05 | 7967.05 | 32.1 | False | None | None | False | None | False | 255742.305 | 0 | | 3533731 | 127282 | None | code06 | Providing 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) | Cum | 10456.56 | 10456.56 | 16.05 | False | None | None | False | None | False | 167827.788 | 0 |
|
|
|---|
| generalCriterionList | | createdTs | version | createdDate | modifiedDate | criterionType | description | tenderEligibilityCriterionDocumentList |
|---|
| 1721120026000 | 0 | None | None | ELIGIBILITY | Tenders from Joint ventures are not acceptable. | None | | 1721120026000 | 0 | None | None | ELIGIBILITY | Bidders shall not be under a declaration of ineligibility for
corrupt and fraudulent practices issued by Government of Karnataka
| None | | 1721120026000 | 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 | | 1721120026000 | 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 | | 1721120026000 | 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 | | 1721120041000 | 0 | None | None | ELIGIBILITY | Bidder/Contractor must attach Valid PWD Class-III and above registration licence Certificate | None | | 1721120099000 | 0 | None | None | ELIGIBILITY | 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. | None | | 1721120111000 | 0 | None | None | ELIGIBILITY | 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 2022-23 | None | | 1721120166000 | 0 | None | None | ELIGIBILITY | 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. | None | | 1721120174000 | 0 | None | None | ELIGIBILITY | Bidder/Contractor must attach all other required documents as per KW-1 | None | | 1721120215000 | 0 | None | None | ELIGIBILITY | Bidder/Contractor must attach Scheduled Tribe Reservation Certificate | None | | 1721120222000 | 0 | None | None | ELIGIBILITY | Bidder/Contractor must read carefully all the qualification criteria and bid documents and attach all the needful documents without fail. | None | | 1721120253000 | 0 | None | None | ELIGIBILITY | This 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 | | 1721120261000 | 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 Tender documents KW1 | None | | 1721127196000 | 0 | None | None | ELIGIBILITY | The 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 |
|
|---|
| preQualCriterionList | None |
|---|
| technicalCriterionList | | createdTs | version | createdDate | modifiedDate | description | criterionCategoryText | criterionTypeOthersValue | tenderTechnicalCriterionDocumentList |
|---|
| None | None | None | None | 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 2022-23 | Past Experience | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Work Done Certificate |
| | None | None | None | None | Bidder/Contractor must attach Valid PWD Class-III and above registration licence Certificate | Capabilities of Vendor | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | PWD Registration Certificate (Class I/II/III/IV) |
| | None | None | None | None | Bidder/Contractor must attach all other required documents as per KW-1 | Capabilities of Vendor | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Others -- BID Documents |
| | None | None | None | None | 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. | Financial Status | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Audited CA Certificate of Annual Turnover |
| | None | None | None | None | 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. | Financial Status | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Others -- Below Difference DD |
| | None | None | None | None | Bidder/Contractor must attach Scheduled Tribe Reservation Certificate | Others | Bidder/Contractor must attach Scheduled Tribe Reservation Certificate | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Others -- Bidder/Contractor must attach Scheduled Tribe Reservation Certificate |
|
|
|---|
| tenderCriterionDocumentList | | documentName | optional | documentTypeText |
|---|
| Bidder/Contractor must attach Valid PWD Class-III and above registration licence Certificate | True | Technical 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. | True | Technical 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 2022-23 | True | Technical 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. | True | Technical Bid | | Bidder/Contractor must attach all other required documents as per KW-1 | True | Technical Bid | | Bidder/Contractor must attach Scheduled Tribe Reservation Certificate | True | Technical Bid |
|
|---|
| tenderWorkLocationList | |
|---|
| tenderAddress | None |
|---|
| tenderRecallDTO | None |
|---|