| createdTs | None |
|---|
| version | None |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| noticeInvitingTenderDTO | | createdTs | 1721450235720 |
|---|
| version | 2 |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| tenderType | RFQ |
|---|
| evaluationType | TWO_COVER |
|---|
| evaluationTypeText | Two Cover |
|---|
| invitingStrategy | OPEN |
|---|
| invitingStrategyText | Open |
|---|
| taxType | INCLUSIVE_TAX |
|---|
| tenderFee | 500.00 |
|---|
| emd | 32600.00 |
|---|
| bidValueType | ITEM_WISE |
|---|
| bidValueTypeText | Item wise |
|---|
| tenderReceiptClose | 05-08-2024 16:30:00 |
|---|
| tenderQueryClose | 04-08-2024 16:30:00 |
|---|
| technicalBidOpen | 06-08-2024 16:35:00 |
|---|
| publishedDate | 20-07-2024 13:24:09 |
|---|
| publishedByPost | TMC_CO_ANGR |
|---|
| publishedByUser | KPE15304 - Y G GADDIGOUDAR |
|---|
| bidValidityPeriod | 90 |
|---|
| noOfCalls | 1 |
|---|
| preBidMeetingDate | 26-07-2024 11:30:00 |
|---|
| preBidMeetingYn | True |
|---|
| preQualificationBidOpen | None |
|---|
| denominationType | RUPEES |
|---|
| denominationTypeText | Rupees |
|---|
| retenderedYn | None |
|---|
| percentageRateTypeText | None |
|---|
| contactPerson | Praveen Gwari |
|---|
| splitEmdRequiredYn | False |
|---|
| emdBankGuarantee | None |
|---|
| emdCash | None |
|---|
| bgValidityPeriod | None |
|---|
| hideWeightage | None |
|---|
| multipleCurrencySelectionAllowedYn | False |
|---|
| isTechWeightageAllowed | None |
|---|
| highestBidderSelection | False |
|---|
| isVariableEmdAllowed | None |
|---|
| qcbsTenderYn | None |
|---|
| itemwiseEmdRequiredYn | None |
|---|
| sampleSubmissionDate | None |
|---|
| officeNumber | None |
|---|
| mobileNumber | 9482826048 |
|---|
| tenderSupplierList | None |
|---|
|
|---|
| tenderSchedule | | createdTs | 1721450235752 |
|---|
| version | 4 |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| tenderNumber | DMA/2024-25/OW/WORK_INDENT22186 |
|---|
| title | Construction of internal roads in Public Cemetery R.S. No. 543 owned by Annigeri TMC and development of public cemetery Near Kolivad Road |
|---|
| description | Construction of internal roads in Public Cemetery R.S. No. 543 owned by Annigeri TMC and development of public cemetery Near Kolivad Road |
|---|
| category | WORKS |
|---|
| categoryText | Works |
|---|
| ecv | 1302293.45 |
|---|
| deptName | Directorate of Municipal Administration |
|---|
| status | PUBLISHED |
|---|
| statusText | Published |
|---|
| remarks | None |
|---|
| csrValue | None |
|---|
| ecvtenderYn | True |
|---|
| location | 2439 |
|---|
| locationName | DMA Town Municipal Council Annigeri |
|---|
| provisionalAmount | 1304000.0 |
|---|
| groupOverheadTotal | 198654.93 |
|---|
| fileNumber | DMA/TMC/ANG/15THFIN2024-25/W15 |
|---|
|
|---|
| tenderSubEstimateList | | createdTs | version | createdDate | modifiedDate | workCategoryName | subEstimateName | estimateTotal | itemList |
|---|
| 1721450236000 | 0 | None | None | Other Works | Construction of internal roads in Public Cemetery R.S. No. 543 owned by Annigeri TMC and development of public cemetery Near Kolivad Road | 1103638.52 | | id | tenderSubEstimateId | categoryName | itemCode | description | uomName | baseRate | finalRate | quantity | modifyQuantityYn | minQuantity | maxQuantity | buyBackYn | buyBackValue | hideYn | netAmount | taxCount |
|---|
| 3560407 | 128937 | None | PWD SR 2023-24 Vol:3 P.NO.17 I.No:3.7 | 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. | Cum | 108.15 | 108.15 | 532.5 | False | None | None | False | None | False | 57589.875 | 0 | | 3560408 | 128937 | None | PWD SR 2023-24 Vol:3 P.NO.17 I.No:3.6 | 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
| Cum | 507.79 | 507.79 | 1045.4 | False | None | None | False | None | False | 530843.666 | 0 | | 3560409 | 128937 | None | PWD SR 2023-24 Vol:3 P.NO.23 I.No:4.1(A)(i) | Granular Sub-Base. A.Plant Mix Method , Construction of Granular Sub-Base of required grading as per design mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401. For Grading -I Material. | Cum | 2562.64 | 2562.64 | 42.0 | False | None | None | False | None | False | 107630.88 | 0 | | 3560410 | 128937 | None | PWD SR 2023-24 Vol:3 P.NO.51 I.No: 6.8.2 | Providing and laying 80mm thick factory made precast M -30 grade Cement Concrete Paver Block as per IRC SP 63:2018 & IS 15658 for Commercial Traffic Axle load repetitions upto 10MSA & for Residential Streets of approved shape and colour, laid in required pattern and including over 40mm thick compacted bed of coarse sand, filling the joints with fine sand etc. all complete as per the direction of Engineer-in-charge. (WMM/WBM Base to be paid separately as per relevant technical specification) | Sqm | 1195.83 | 1195.83 | 280.0 | False | None | None | False | None | False | 334832.4 | 0 | | 3560411 | 128937 | None | PWD SR 2023-24 Vol:1 P.NO.15 I.No: 2.1.1 | 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. Mix 1:5:10 Using 40 mm nominal size graded crushed coarse aggregates | Sqm | 5498.14 | 5498.14 | 3.5 | False | None | None | False | None | False | 19243.49 | 0 | | 3560412 | 128937 | None | PWD SR 2023-24 Vol:3 P.NO.63 I.No: 8.2 | Construction of cement concrete kerb with channel with top and bottom width 115 and 165 mm respectively, 250 mm high in M 20 grade PCC on M10 grade foundation 150 mm thick, kerb channel 300 mm wide, 50 mm thick in PCC M20 grade, sloped towards the kerb, kerb stone with channel laid with kerb laying machine, foundation concrete laid manually, all complete as per clause 409 PCC M20 grade for kerb Cast in Situ | m | 382.13 | 382.13 | 140.0 | False | None | None | False | None | False | 53498.2 | 0 |
|
|
|---|
| generalCriterionList | | createdTs | version | createdDate | modifiedDate | criterionType | description | tenderEligibilityCriterionDocumentList |
|---|
| 1721450237000 | 1 | None | None | ELIGIBILITY | The Tenders/ Bids are invited as per Standard tender Bid Document KW-1The contractor shall attach all the requisite documents as required in the standard bid document. The Bidders shall abide as per the detailed instructions and conditions contained in standard bid document KW-1 | None | | 1721450237000 | 1 | None | None | ELIGIBILITY | The Department is not responsible for any delay caused in accessing the e-procurement portal. | None | | 1721450237000 | 1 | None | None | ELIGIBILITY | The Employer reseves the right to accept or reject any tender and to cancel the tender process and reject all tenders at any time prior to the award of contract without there by incurring any liability to the affected tendere or tenderers or any obligation to inform the affected Tenderer or Tenderers of the grounds for the Emplyoers action | None | | 1721450237000 | 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 | | 1721450237000 | 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 | | 1721450346000 | 0 | None | None | ELIGIBILITY | Conditional tenders will not be accepted | None | | 1721450353000 | 0 | None | None | ELIGIBILITY | Blacklisted agencies are not eligible to participate in the tender | None | | 1721450361000 | 0 | None | None | ELIGIBILITY | The Applicable GST shall be paid separately | None | | 1721450369000 | 0 | None | None | ELIGIBILITY | Any discrepancies observed in the documents uploaded by the tenderer the submitted tender bid shall be liable to be rejected | None | | 1721450376000 | 0 | None | None | ELIGIBILITY | Royalty on construction materials and other taxes will be deducted as per prevailing Govt, orders as may be modified from time to time | None | | 1721450383000 | 0 | None | None | ELIGIBILITY | The tenderer shall scan original Workdone certificates/Turnover Statements and any other documents specified by the employer and attach the scanned file to the Bid. The Original Documents shall be produced for physical verification within one week from the date of Technical bid opening. | None | | 1721450392000 | 0 | None | None | ELIGIBILITY | The earnest money deposit will be forfeited if the documents submitted by the tenderer found to be misleading/forged or fake. | None | | 1721450398000 | 0 | None | None | ELIGIBILITY | The contractors shall collect necessary samples as required & all relevant requisite tests to be got done by the registered institution or firms with consultants with the Third Party. | None | | 1721450406000 | 0 | None | None | ELIGIBILITY | The payments for the wok will be made depending upon the availability of funds. | None | | 1721450416000 | 0 | None | None | ELIGIBILITY | Others terms and conditions as per the KW-1 Document | None | | 1721450423000 | 0 | None | None | ELIGIBILITY | Bid Validity is 90 Days | None |
|
|---|
| preQualCriterionList | None |
|---|
| technicalCriterionList | | createdTs | version | createdDate | modifiedDate | description | criterionCategoryText | criterionTypeOthersValue | tenderTechnicalCriterionDocumentList |
|---|
| None | None | None | None | To qualify for award of this contract, each tenderer in its name should have in the last five years i.e., 2019-20 to 2023-24 Satisfactory completed, at least one similar work of value not less than Rs. 6.52 Lakhs. as prime contractor. without considering GST | Past Experience | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Work Done Certificate |
| | None | None | None | None | Quantity wise work done cerificates duly signed by ee | Past Experience | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Work Done Certificate |
| | None | None | None | None | Valid Contarctor Registration Certificate in PWD/CPWD Govt depts | 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 | Tenderer in his name should have in the last five years achieved in at least two financial years minimum annual financial turnover in all classes of civil engineering construction works only of Rs13.04lakhs Financial Turnover certificate obtained from certified by the Registered Valid Chartered Accountant i.e. 2019 to 2023-24 indicating the Registration no of chartered accountant with UDIN Number Details along with profit and loss statement tallying the Annual Turn Over | Financial Status | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Audited CA Certificate of Annual Turnover |
| | None | None | None | None | Specified line of credit as per tender document | Financial Status | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Line of Credit |
| | None | None | None | None | Valid GST and Pancard certificates | Financial Status | None | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | GST Registration |
| | None | None | None | None | Self Attested Document Agreeing that for items bearing same item code and same specifications, the same rates shall be entered, if different rates are entered, bidder Agreeing that the least of the rates shall be considered for financail evaluation and that the bidder agrees for financial evaluation and comparison , if the quoted rates are different, the least shall be considered for financial evaluation, self affadavit in the same regard is to be attached. | Others | OTHERS | | createdTs | version | createdDate | modifiedDate | documentName |
|---|
| None | None | None | None | Others -- OTHERS |
|
|
|---|
| tenderCriterionDocumentList | | documentName | optional | documentTypeText |
|---|
| Valid Contarctor Registration Certificate in PWD/CPWD Govt depts | True | Technical Bid | | Tenderer in his name should have in the last five years achieved in at least two financial years minimum annual financial turnover in all classes of civil engineering construction works only of Rs13.04lakhs Financial Turnover certificate obtained from certified by the Registered Valid Chartered Accountant i.e. 2019 to 2023-24 indicating the Registration no of chartered accountant with UDIN Number Details along with profit and loss statement tallying the Annual Turn Over | True | Technical Bid | | To qualify for award of this contract, each tenderer in its name should have in the last five years i.e., 2019-20 to 2023-24 Satisfactory completed, at least one similar work of value not less than Rs. 6.52 Lakhs. as prime contractor. without considering GST | True | Technical Bid | | Specified line of credit as per tender document | True | Technical Bid | | Quantity wise work done cerificates duly signed by ee | True | Technical Bid | | Valid GST and Pancard certificates | True | Technical Bid | | Self Attested Document Agreeing that for items bearing same item code and same specifications, the same rates shall be entered, if different rates are entered, bidder Agreeing that the least of the rates shall be considered for financail evaluation and that the bidder agrees for financial evaluation and comparison , if the quoted rates are different, the least shall be considered for financial evaluation, self affadavit in the same regard is to be attached. | True | Technical Bid |
|
|---|
| tenderWorkLocationList | | tenderSubEstimateName | districtName | taluqName | loksabhaContName | assemblyContName | locationDescription | latitudeDegrees | latitudeMinutes | latitudeSeconds | longitudeDegrees | longitudeMinutes | longitudeSeconds |
|---|
| Other Works | Dharwad | Annigeri | Dharwad South | NAVALGUND | ANNIGERI | None | None | None | None | None | None |
|
|---|
| tenderAddress | | createdTs | 1721450946000 |
|---|
| version | 0 |
|---|
| createdDate | None |
|---|
| modifiedDate | None |
|---|
| blockNumber | TMC Annigeri |
|---|
| street | None |
|---|
| city | Annigeri |
|---|
| state | Karnataka |
|---|
| pin | 582201 |
|---|
|
|---|
| tenderRecallDTO | None |
|---|