createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1721915776243
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee1250.00
emd100000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose08-08-2024 17:00:00
tenderQueryClose01-08-2024 17:00:00
technicalBidOpen09-08-2024 17:01:00
publishedDate30-07-2024 20:34:40
publishedByPostCNNL_EE_DIV_HC_YED
publishedByUserKPE15752 - S T SREENIVASA
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonSreenivasa S T
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber7338590199
tenderSupplierListNone
tenderSchedule
createdTs1721915776273
version4
createdDateNone
modifiedDateNone
tenderNumberCNNL/2024-25/IW/WORK_INDENT1895
titleConstruction of causeway near Nagalapuara under Distributary No.10 Of Nagamanagala Branch Canal
descriptionConstruction of causeway near Nagalapuara under Distributary No.10 Of Nagamanagala Branch Canal
categoryWORKS
categoryTextWorks
ecv4973829.21
deptNameCauvery Neeravari Nigam Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location5722
locationNameCNNL HC Div Yediyur
provisionalAmount5000000.0
groupOverheadTotal0.0
fileNumberCNNL/4701/23-24
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17219157760000NoneNoneIrrigation and Other WorksConstruction of causeway near Nagalapuara under Distributary No.10 Of Nagamanagala Branch Canal4973829.21
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3624363131680NoneSR 23-24Vol 3 PGNo 09 I.No 2.5 ii b)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 thicknessb In area of (b) thorny jungle100 Sqm599.68599.6897.8FalseNoneNoneFalseNoneFalse58648.7040
3624364131680NoneSR-2023-24 Vol 4Page No 105 I.No 8.25.1)Removing and hauling all kinds of soil / soft rock including boulders upto 0.6 m diameter slipped due to natural causes and disposing off the same in specified dump area or as directed by mechanical means including cost of all materials, machinery, labour, rampways and all other ancillary operations completeCum132.57132.575565.0FalseNoneNoneFalseNoneFalse737752.050
3624365131680NoneSR-2023-24, Volume 1, Page No 08, I.No 1.14.1)Earth work excavation for Foundation by mechanical means for all works & depth upto 3 m, 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 in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenaces required to complete the work In ordinary/soft rock without blasting upto 1.5 m depthCum449.76449.76105.8FalseNoneNoneFalseNoneFalse47584.6080
3624366131680NoneSR-2023-24, Volume 3, Page No 163, I.No 17c)Earth work excavation for Foundation by mechanical means for all works & depth upto 3 m, 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 in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenaces required to completeEach126.38126.38105.8FalseNoneNoneFalseNoneFalse13371.0040
3624367131680NoneSR-2023-24, Volume 1, Page No 08, I.No 1.15.1)Providing and laying in position Cement Concrete for levelling course forall works in foundation. The granite/ trap/ basalt crushed graded coarseaggregates 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 specificationsMix 1:3:6 Using 40 mm nominal size graded crushed coarse aggregatesCum7420.377420.3734.8FalseNoneNoneFalseNoneFalse258228.8760
3624368131680NoneSR-2023-24, Volume 1, Page No 18, I.No 2.11h)Supplying, Fitting and Placing TMT Fe 500 & above ReinforceSupplying, fitting and placing TMT FE 550 / 550D Steel Reinforcement including cost of all materials, machinery, labour, cleaning, straightening, cutting, bending, 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 (I no 2.11 (h) page no 18 of Volume-I Common SR 2023-24)ment in Foundation / Substructure / Superstructure complete as per Drawing and Technical Specifications.Tonne97894.6397894.632.87FalseNoneNoneFalseNoneFalse280957.58810
3624369131680NoneSR-2023-24, Volume 1, Page No 16, I.No 2.4.2)Providing and laying in position Reinforced cement concrete 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. (The cost of steel reinforcement & formwork to be paid separately) appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork to be paid separately) M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregatesCum7834.27834.2225.5FalseNoneNoneFalseNoneFalse1766612.10
3624370131680NoneSR-2023-24, Volume 3, Page No 146, I.No 16.15a)Providing and laying Reinforced Cement Concrete Pipe NP3 as per design in Single row Providing and laying reinforced cement concrete 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 1200mm diaCum10438.5810438.5850.0FalseNoneNoneFalseNoneFalse521929.00
3624371131680NoneSR-2023-24, Volume 1, Page No 07, I.No 1.8)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 workCum587.29587.29439.89FalseNoneNoneFalseNoneFalse258342.99810
3624372131680NoneSR-2023-24, Volume 3, Page No 23, I.No 4.1v)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 -V MaterialCum2922.82922.859.4FalseNoneNoneFalseNoneFalse173614.320
3624373131680NoneSR-2023-24, Volume 3, Page No 149, I.No 16.28)Providing 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, 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.Cum8368.218368.2159.4FalseNoneNoneFalseNoneFalse497071.6740
3624374131680NoneSR-2023-24, Volume 3, Page No 117, I.No 12.3B)Back filling behind abutment, wing wall and return wall complete including compaction as per drawing and Technical Specification etc., Complete with all lead and lifts as directed by EIC of Work A. Granular materialCum1447.151447.15126.0FalseNoneNoneFalseNoneFalse182340.90
3624375131680NoneSR-2023-24, Volume 3, Page No 67, I.No 8.18)Reinforced cement concrete M15 grade boundary pillars of standard design as per IRC:25, fixed in position including finishing and lettering but excluding paintingEach926.77926.7740.0FalseNoneNoneFalseNoneFalse37070.80
3624376131680NoneSR-2023-24, Volume 4, Page No 54, I.No 3.44.1)Providing and constructing dry size stone pitching using 200 to 250 mm size stones with pin headers at 2 per m2 using stones and stone chips from approved source including cost of cost of all materials, labour, hand packing / wedging stone chips into joints, finishing and all other ancillary operations complete. (300 mm thick)Sqm480.73480.7392.0FalseNoneNoneFalseNoneFalse44227.160
3624377131680NoneSR-2023-24, Volume 1, Page No 08, I.No 1.15.1)forwork for levelling coarseCum222.61222.6134.8FalseNoneNoneFalseNoneFalse7746.8280
3624378131680NoneSR-2023-24, Volume 1, Page No16 I.No 2.4.2)formwork for m20Cum391.71391.71225.5FalseNoneNoneFalseNoneFalse88330.6050
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17219157770001NoneNoneELIGIBILITYThe tenders should be submitted in two electronic documents.a)COVER I(Technical Bid) shall contain the following documents.b)A copy of certificate of registration issued by KPWD.None
17219157770001NoneNoneELIGIBILITYThe Intending bidders / tenderers are advised to visit the site of work and also access the tender documents well in advanceNone
17219157770001NoneNoneELIGIBILITYConditional tenders will not be acceptedNone
17219157770000NoneNoneELIGIBILITYIt 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
17219157770000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17222569820000NoneNoneELIGIBILITYThe tenderer shall bear all costs associated with the preparation and submission of his tender, and the employer will in no case be responsible and liable for those costsNone
17222569940000NoneNoneELIGIBILITYThe TENDER PROCEESING FEE will not be refundedNone
17222570080000NoneNoneELIGIBILITYThe employer is not responsible for any delay in accessing Karnataka public PortalNone
17222570220000NoneNoneELIGIBILITYAll the formats prescribed in the bid document shall be filled by the bidders in a complete manner. Incomplete formats may constitute sufficient reason at the discretion of CNNL for rejection of the bidNone
17222570370000NoneNoneELIGIBILITYAll scanned documents to be uploaded shall be in original and the Executive Engineer will verify the original documents at any stage before recommending for approval. Bidders should produce their original documents for verification during office hours related to uploaded documents in Karnataka public procurement portal immediately after opening of technical BidNone
17222570500000NoneNoneELIGIBILITYFurther particulars, if any, required by the bidders can be had from the office of the Executive Engineer, H.C. Division, Yediyur during office hours on all working days. It may be noted that if any of the calendar of any event mentioned above happen to be General Holiday / Declared holiday, the next working day will hold good for the respective eventsNone
17222570650000NoneNoneELIGIBILITYThe intending bidders should note that, if any of the lands (either in part/parts or in whole) required for the work is not yet acquired by the Nigama, it shall be the responsibility of the successful bidderto take possession of such land by consent of the owners before commencement of work at no extra cost to the Nigam and no claims whatsoever relating to non-availability of land would be entertainedNone
17222570780000NoneNoneELIGIBILITYDefect liability period will be 03 years from the date of completion of entire work and 1 years for Sl no 08 from the date of completion of entire workNone
17222570900000NoneNoneELIGIBILITYTenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Government of KarnatakaNone
17222571040000NoneNoneELIGIBILITYThe Tenderer should furnish the Name of the individual / firm/ Company with address and telephone number with place of registration, year of incorporation etcNone
17222571150000NoneNoneELIGIBILITYThe application made by the firm / company shall be signed by a person holding the power of attorney, in which case the Tenderer should furnish a copy of power of attorney signed by the board of directors in Karnataka Public portal along with their bid.None
17222571270000NoneNoneELIGIBILITYThe scanned signature of the bidders / authorized representatives of the bidders shall be attached while uploading the Bid documentNone
17222571410000NoneNoneELIGIBILITYNecessary certificates should be signed by an officer not below the rank of the Executive Engineer or equivalent competent authority and should be countersigned by the superior officer not below the rank of Superintending Engineer or equivalent competent authorityNone
17222571570000NoneNoneELIGIBILITYThe intending Bidder/firm/company should furnish list of man power available with him for taking up above workNone
17222571750000NoneNoneELIGIBILITYThe intending Bidder/firm/company shall provide accurate information on the related form about any litigation or Arbitration resulting from contracts completed or ongoing under its execution over the last five years. The consisting history of awards against the tenderer may result in failure of the applicationNone
17222571860000NoneNoneELIGIBILITYTenderer should furnish a copy of the Income Tax Return for the preceding five financial year (2019-20 to 2023-24)None
17222572020000NoneNoneELIGIBILITYThe intending Bidder/firm/company shall provide the audited balance sheets or other financial statements acceptable to the employer for the last five years (2019-20 to 2023-24) and must demonstrate the current soundness of the applicants financial position and indicate its prospective long term profitability. If deemed necessary the employer shall have the authority to make enquiries with the applicants bankers.None
17222572170000NoneNoneELIGIBILITYThe Tenderer should furnish a valid copy of GST Registration Certificate along with updated GST clearance copiesNone
17222572300000NoneNoneELIGIBILITYThe intending bidders are advised to visit the site of work before before submitting the tendersNone
17222572440000NoneNoneELIGIBILITYRoyalty Recovery from the contractors bill will be made as per Government Circular Dt:-03.07.2020 & further any Orders/Circulars issued by Government of Karnataka from time to time.None
17222572640000NoneNoneELIGIBILITYThe bidders should follow the instructions issued in the circular Dated:07/11/2023 of the Mines and Geology department regarding procurement of material from the licensed mines contractor. Any violation in this regard action will be taken as per the circular.None
17222572790000NoneNoneELIGIBILITYThe rates quoted by the contractor must be including GST. The contractor is also required to pay quarry Fees, Royalties, Dues levied by the state Government or any Local body or an authority and ground rent, if any, charged by the Executive Engineer for stacking materials. No Extra Payment on this account will be made to the contractor.None
17222572960000NoneNoneELIGIBILITYApplicable GST will be paid separately & GST will be deducted as per the prevailing Government Orders from time to time.None
17222573130000NoneNoneELIGIBILITYIncrease in GST shall not be paid in extended period of contract for which the contractor alone is responsible for delay as determined by the authority while granting the extension of timeNone
17222573350000NoneNoneELIGIBILITYMaterials required for the work shall be procured by the Contractor themselves and should get the same tested by the quality control authority of CNNL before use in this work.The work includes all lead and lift / de lift and work shall be carried out as per instruction of engineer-in-charge of the work. And all the specification as per Indian road congress and all relevant Indian codes. The rate for the specifications in the Schedule-B includes all lead and lift, irrespective of distance and height. No extra claim will be entertained for additional lead and lifts.None
17222578940000NoneNoneELIGIBILITYThe intending bidder/firm/Company is advised to inspect the site in detail before participating in the tenderNone
17222579450000NoneNoneELIGIBILITYPerformance security:Within 20 days of receipt of the letter of acceptance, successful tenderer shall deliver to the employer a security deposit for an amount equivalent to 5.00% of the contract price & additional performance security for unbalanced tenders if quoted below in accordance with the clauses of the concerned tender document.Successful bidder should execute work agreement within 20 days from the date of issue of Letter of acceptance, failing which his tender will be cancelled & EMD will be forfeited.If the rate (s) quoted by Tenderer for any item (s) of work is / are above 125% of the estimated rates, then the amount over and above 125% will be withheld during the progress of workNone
17222579610000NoneNoneELIGIBILITYSecurity Deposit Will be released after the completion of the defect liability periodNone
17222579800000NoneNoneELIGIBILITYBuilding and other construction workers welfare cess: The contractor shall subscribe 1.00% of gross amount of each bill payable to him in respect of contract to the building and other construction workers welfare cess as per GO No: LD 300 LET 2006, Bangalore, dated: 18-01-2007. The amount of subscription will be recovered out of payable amount to him in each bill. This component is deemed to have been included in the quoted rate / Item rateNone
17222579910000NoneNoneELIGIBILITYSuccessful Bidder should submit the PERT Chart at the time of Execution of Agreement& should adhere to the accepted programme submitted by him under any circumstances without linking to the pending payment of the workNone
17222579990000NoneNoneELIGIBILITYTendering by the joint venture will not be permittedNone
17222580150000NoneNoneELIGIBILITYSub leasing /subcontracting in any form is prohibited. Bids of bidders with track record of Subleasing/subcontracting are liable for rejectionNone
17222624870000NoneNoneELIGIBILITYThe intending bidders shall visit the site, identify the quarries, ascertain availability for the quantity and quality of the materials required for he work and shall quote his rates accordingly. No extra claim whatsoever will be entertained in this regardNone
17222625120000NoneNoneELIGIBILITYAll precautions should be taken by the contractor so that there are no damages to such public/private properties& to avoid any damage to the utilities during excavation as well as utility shiftingNone
17222625210000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labour act.None
17222625300000NoneNoneELIGIBILITYContractor should adhere to HSE (Health Safety Environment) policy applicable for similar projectsNone
17222625440000NoneNoneELIGIBILITYContractor to that extent should submit HSE document defining all the procedure including the policies before execution of the projectNone
17222625570000NoneNoneELIGIBILITYContractor 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 damage is caused, it has to be rectified at his own risk and costNone
17222625710000NoneNoneELIGIBILITYThe intending bidders should inspect & get confirm regarding availability of materials and has to make own arrangements to get the construction materials. There is no extra claims will be entertained from NigamNone
17222625820000NoneNoneELIGIBILITYUploading of NSIC Certificate or Other certificate for relaxation of EMD Payment is not accepted as per government Order Dated 26.03.2019None
17222625900000NoneNoneELIGIBILITYCNNL reserves the right of rejecting all or any of the tenders without assigning any reasonsNone
17222625980000NoneNoneELIGIBILITYTypo graphical errors if any will not be the ground for any claims by the contractor.None
17222626120000NoneNoneELIGIBILITYTenders shall remain valid for a period not less than ninety days after the deadline date for tender submission& earnest money deposit for the tender shall be valid for 45 days beyond the validity of the tenderNone
17222626270000NoneNoneELIGIBILITYParticipating tenderers should get Site inspection letters from concerned Assistant Executive EngineersNone
17222626360000NoneNoneELIGIBILITYThe undersigned reserves the right to either postpone or to cancel the entire process of tenderNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneBidder should be registered Civil Contractor of KPWD of Class III and aboveCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneThe intending bidder/firm/company should have Mandatorily satisfactorily completed 90% of work individually executed as prime contractor, for construction of causeway/construction of CD works for value Rs.25.00 lakhs (50% of the cost of work) during the last five financial years from 2019-20 to 2023-24.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTenderers 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 equa to (AxNx2.5 - B)Where,A equal to Maximum value of civil engineering works Executed in anyone year during the last five years (updated to 2024-25 price level) taking into account the completed as well as works in progress.N equal to Number of years prescribed for completion of the works for which tenders are invited equal to 3/12equal to 0.25 Years B equal to Value, at 2024-25 price level, of existing commitments and on-going works to be completed during the next N equal to 3/12 equal to 0.25 Years (Period of completion of the works for which tenders are invited)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bid capacity
NoneNoneNoneNoneAudited balance sheets and Turnover certificate for the preceding 5 years (2019-20 to 2023-24) mentioning UDIN number should be uploaded.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneIncome tax returns for the year 2019-20 to 2023-24 and GST Registration certificate should be furnishedFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneITR Filed Copy (Mentioning PAN)
NoneNoneNoneNoneGST Registration
NoneNoneNoneNoneTo qualify for award of this contract, each Tenderer in his name should have in the last five years i.e. 2019-20 to 2022-23.a) The intending bidder should have achieved an average annual financial turnover for an amount equal to amount put to tender or more in any two financial years during the preceding five years. Audited balance sheet certified by the chartered accountant should be enclosed. (Additional weightage at 10% for each year will be given for turn over to bring it to 2024-25 price level).Required Value of Turnover is Rs.50.00 lakhsFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
NoneNoneNoneNonea..Othersa..
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- a..
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Bidder should be registered Civil Contractor of KPWD of Class III and aboveTrueTechnical Bid
Audited balance sheets and Turnover certificate for the preceding 5 years mentioning UDIN number should be uploadedTrueTechnical Bid
Income tax returns for the year 2019-20 to 2023-24 and GST Registration certificate should be furnishedTrueTechnical Bid
Work done certificates for similar nature of workTrueTechnical Bid
Bid capacity calculation and details of work on handsTrueTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
Irrigation and Other WorksTumakuruTuruvekereTumkurTURUVEKEREnaglapuraNoneNoneNoneNoneNoneNone
tenderAddressNone
tenderRecallDTONone