createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1719995376275
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyRESERVED
invitingStrategyTextReserved
taxTypeINCLUSIVE_TAX
tenderFee1370.00
emd55000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose26-07-2024 17:00:00
tenderQueryClose25-07-2024 17:30:00
technicalBidOpen29-07-2024 11:30:00
publishedDate18-07-2024 15:43:15
publishedByPostRDPR_EE_DIV_BGV
publishedByUserKPE10371 - ANAND S BANAGAR
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonExecutive Engineer
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08312476148
mobileNumber6366647977
tenderSupplierListNone
tenderSchedule
createdTs1719995376323
version6
createdDateNone
modifiedDateNone
tenderNumberRDPR/2024-25/RD/WORK_INDENT5508
titleConstruction of CC Road from Hooli Main Road to Valmiki Samudaya Bhavan (0.00km to 0.300Km ) in Hooli Village of Saundatti taluk
descriptionConstruction of CC Road from Hooli Main Road to Valmiki Samudaya Bhavan (0.00km to 0.300Km ) in Hooli Village of Saundatti taluk
categoryWORKS
categoryTextWorks
ecv5472077.85
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location800
locationNameRDPR Division Office Belagavi
provisionalAmount5500000.0
groupOverheadTotal834723.74
fileNumberPRE/SD/SDT/5054/2
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17199953760000NoneNoneRoadsConstruction of CC Road from Hooli Main Road to Valmiki Samudaya Bhavan (0.00km to 0.300Km ) in Hooli Village of Saundatti taluk4637354.11
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3441578122143Nonecode1Road Work KSRRB 201 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 not exceeding 150 mm in thickness. II. By Mechanical Means:A. In area of light jungle. MORTH Specification with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, equipments, HOM of machinary and other incidental charges required for successfull completion of work etc., complete as per specifications and as per the directions of the Engineer-in-charge of the workSqm412.65412.659.96FalseNoneNoneFalseNoneFalse4109.9940
3441579122143Nonecode2Scarifying Existing Granular Surface to a Depth of 50 mm by Mechanical Means using Hydraulic excavator MORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, equipments, HOM of machinary and other incidental charges required for successfull completion of work etc., complete as per specifications and as per the directions of the Engineer-in-charge of the workSqm5.255.252739.0FalseNoneNoneFalseNoneFalse14379.750
3441580122143Nonecode3KSRRB M300-59.2. Loosening, levelling and compacting origial ground supporting embankment to facilitate placement of first layer of embankment, scarified to a depth of 150mm, 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. complete as per specifications. Case-II: Compacting original ground supporting embankment.(which includes watering charges & compaction by vibratory roller) MORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, equipments, HOM of machinary and other incidental charges required for successfull completion of work etc., complete as per specifications and as per the directions of the Engineer-in-charge of the workCum110.25110.25410.85FalseNoneNoneFalseNoneFalse45296.21250
3441581122143Nonecode4KSRRB M300-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 MORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, equipments, HOM of machinary and other incidental charges required for successfull completion of work etc., complete as per specifications and as per the directions of the Engineer-in-charge of the workCum517.65517.65821.7FalseNoneNoneFalseNoneFalse425353.0050
3441582122143Nonecode5By Mix in Place Method Construction of Granular Sub-Base of required grading as per design spreading in uniform layers with motor grader on prepared surface mixing by mix in place method with front end loader at OMC and compacting with vibratory roller to achieve the desired density, complete as per clause 401 (For Grading -V Material) MORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, equipments, HOM of machinary and other incidental charges required for successfull completion of work etc., complete as per specifications and as per the directions of the Engineer-in-charge of the workCum1498.351498.35298.8FalseNoneNoneFalseNoneFalse447706.980
3441583122143Nonecode6Wet Mix Macadam (Plant Mix Method) 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 densityMORTH Specification No. 201Schedule of Rates with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, equipments, HOM of machinary and other incidental charges required for successfull completion of work etc., complete as per specifications and as per the directions of the Engineer-in-charge of the workCum2686.952686.95288.84FalseNoneNoneFalseNoneFalse776098.6380
3441584122143Nonecode7Providing 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 M30 (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.MORTH Specification with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, equipments, HOM of machinary and other incidental charges required for successfull completion of work etc., complete as per specifications and as per the directions of the Engineer-in-charge of the workCum7091.77091.7410.85FalseNoneNoneFalseNoneFalse2913624.9450
3441585122143Nonecode8Providing and fixing of typical Logo board as per specifications and drawing. Two ACP Sheet of 3mm thick, top and Bottom plate duly welded/bolted with MS Square angle 25mm x25mmx 5mm size on back and on the edges. The Top and Bottom plate will be welded/ bolted to 1 nos75x75x6 mm square Hallow section duly embedded in cement concrete M15 Grade of 600*600*600 mm, 450 mm below ground level.Retro-Reflecting Sheet as per IRC:67 Clause 1701.3.8.1 fixed over aluminium sheeting.All sections of steel tube will be painted with primer and two coats of epoxy paint as per drawingRetro Reflective Trafic Sign As per IRC 67 Clause 1701.3.8.1 Class A Type-1 with all lead, lifts, loading & unloading charges including cost and conveyance of all materials, labour, equipments, HOM of machinary and other incidental charges required for successfull completion of work etc., complete as per specifications and as per the directions of the Engineer-in-charge of the workNo10784.610784.61.0FalseNoneNoneFalseNoneFalse10784.60
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17199953780000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17199953780000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17199953780000NoneNoneELIGIBILITYBidders 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
17199953780000NoneNoneELIGIBILITYIt 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
17199953780000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17199954300000NoneNoneELIGIBILITYThe 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
17199954340000NoneNoneELIGIBILITYFor Details Refer Tender Notification And Conditions In The Bid Documents.None
17199954390000NoneNoneELIGIBILITYAll 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
17199954460000NoneNoneELIGIBILITYAcceptence / Cancellation of the works are reserved by under signed without any reasons for the same.None
17199954510000NoneNoneELIGIBILITYAll 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
17199954560000NoneNoneELIGIBILITYTo 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
17199954600000NoneNoneELIGIBILITYAll 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
17199954640000NoneNoneELIGIBILITYIf any date in the tender time table is government holiday, next working date will be consideredNone
17199954680000NoneNoneELIGIBILITYIncomplete / conditional tenders will not be accepted.None
17199954730000NoneNoneELIGIBILITYExecutive Engineer PRED Belgaum has authority to accept or reject any tender without assigning reasonNone
17199954770000NoneNoneELIGIBILITYTenderer must submit his present accurate postal address and phone / cell phone numberNone
17199954810000NoneNoneELIGIBILITYThe tender may be cancelled at any stage without assigning any reasonNone
17199954850000NoneNoneELIGIBILITYTenderers must have valid PRED/PWD registration and must submit PRED/PWD registration copyNone
17199954900000NoneNoneELIGIBILITYAny objection regarding the tender must be submitted directly to Executive Engineer , not in inward.None
17199954950000NoneNoneELIGIBILITYFor interpretations of clauses, conditions, spelling mistakes, etc. decision of Executive Engineer, PRED, Belgaum is final.None
17199955020000NoneNoneELIGIBILITYSuccessful 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 Belagavi 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
17199955070000NoneNoneELIGIBILITYAs 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
17199955120000NoneNoneELIGIBILITYThe 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
17199955440000NoneNoneELIGIBILITYTo 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.55.00 Lakhs (in all classes of civil engineering construction works only)None
17199955630000NoneNoneELIGIBILITYThe 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 Rs.13.75 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.None
17199955820000NoneNoneELIGIBILITYTenderer 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 Rs.16.50 Lakhs (LOC letter should be unconditional format)None
17199957040000NoneNoneELIGIBILITYTo qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24 executed the following minimum quantities of work 1)Subgrade & Shoulders-657.36 Cum 2) GSB-239.04 Cum 3) RCC M30-328.28Cum.None
17199957260001NoneNoneELIGIBILITYTHIS WORK IS RANDOMISED AS SC CATEGORY OF WORK. HENCE ONLY SC CATEGORY OF CONTRACTOR SHOULD BID. OTHER BIDDERS MAY BE CONSIDERED AS FRAUDULANT PRACTICES.None
17199957310000NoneNoneELIGIBILITYSingle Tender Will not be AcceptedNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTenderer 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 Rs.16.50 Lakhs (LOC letter should be unconditional format)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneTo qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24 executed the following minimum quantities of work 1)Subgrade & Shoulders-657.36 Cum 2) GSB-239.04 Cum 3) RCC M30-328.28Cum.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneThe 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 Rs.13.75 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.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTenderer must have GST & PANCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
NoneNoneNoneNoneTenderer must have a valid Class PRED/PWD registrationCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneAssessed available tender capacity equal to (AxNx5 - B)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessed available tender capacity equal to (AxNx5 - B)
NoneNoneNoneNoneWork shall be executed as per KTPP Act & KW-3 Conditions.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Work shall be executed as per KTPP Act & KW-3 Conditions.
NoneNoneNoneNoneAccurate postal address and phone / cell phone numberCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Accurate postal address and phone / cell phone number
NoneNoneNoneNoneCast Certificate must AttachCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Cast Certificate must Attach
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
PRED/PWD Registration CertificateTrueTechnical Bid
SC Reserved Category CertificateTrueTechnical Bid
Tenderer must Submit PAN & GST Certificate.TrueTechnical Bid
Any Nature of Work done certificate can be ConsideredTrueTechnical Bid
Line of Credit Should be in the Bank Letter Head FormatTrueTechnical Bid
Annual Turnover Certificate for at least last five yearsTrueTechnical Bid
UDIN is PreferredTrueTechnical Bid
Name and Address of Contractor for CommunicationTrueTechnical Bid
Quantities of work must have completed Usually 80 PercentageTrueTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
RoadsBelagaviSavadattiBelgaumBELGAUMHOOLINoneNoneNoneNoneNoneNone
tenderAddressNone
tenderRecallDTONone