createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1722279249713
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeONE_COVER
evaluationTypeTextOne Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee610.00
emd48600.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose08-08-2024 16:30:00
tenderQueryClose07-08-2024 11:00:00
technicalBidOpenNone
publishedDate01-08-2024 11:25:13
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
createdTs1722279249749
version6
createdDateNone
modifiedDateNone
tenderNumberDMA/2024-25/OW/WORK_INDENT23367
titleCMC Rabkavi-Banahatti 15th Finance Untied Grants Scheme 2022-23 Saving Amount Package No 6
descriptionConstruction of CC Road from Mahadevappa Bangale to Okali honda in Banahatti (Rs 24.30 lakh)
categoryWORKS
categoryTextWorks
ecv2430000.00
deptNameDirectorate of Municipal Administration
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location2217
locationNameDMA City Municipal Council Rabkavi Banhatti
provisionalAmount2430000.0
groupOverheadTotal370725.43
fileNumberCMCRB/15FC/2021/22/SA/06
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17222792500000NoneNoneOther WorksConstruction of CC Road from Mahadevappa Bangale to Okali honda in Banahatti (Rs 24.30 lakh)2059274.57
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3641276132636Nonecode01Construction 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 3Cum507.79507.7944.1FalseNoneNoneFalseNoneFalse22393.5390
3641277132636Nonecode02Providing 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 1:4:8 Using 40 mm nominal size graded crushed coarse aggregates.Vol-1 SR 2023-24, It.No.2.1.2, P.No 13Cum5833.925833.9248.0FalseNoneNoneFalseNoneFalse280028.160
3641278132636Nonecode03Providing 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 151.2.2 M20 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. Item no.16.27. PWD SR 2023-24 Volume 3Cum6565.226565.22267.6FalseNoneNoneFalseNoneFalse1756852.8720
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17222792520000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17222792520000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17222792520000NoneNoneELIGIBILITYBidders 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
17222792520000NoneNoneELIGIBILITYIt 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
17222792520000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17222792520001NoneNoneELIGIBILITYBidder/Contractor must attach Valid Civil PWD Class-II and above registration licence CertificateNone
17222792520001NoneNoneELIGIBILITYBidder/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 two financial years a minimum financial turnover of usually not less than two times the estimate cost.None
17222792520001NoneNoneELIGIBILITYBidder/Contractor to qualify for award of this contract must attach similar 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 50 percentage of the contract value, as prime contractor, i.e.,2018-19, 2019-20 ,2020-21, 2021-22 and 2022-23None
17222792520001NoneNoneELIGIBILITYBidder/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
17222792520001NoneNoneELIGIBILITYBidder/Contractor must attach all other required documents as per KW-2None
17222792520001NoneNoneELIGIBILITYBidder/Contractor must read carefully all the qualification criteria and bid documents and attach all the needful documents without fail.None
17222792520001NoneNoneELIGIBILITYBidder/Contractor must have liquid assets and /or availability of credit facilities of not less than 30 PERCENT amount Put to Tender Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc. for three months of Rs.729000 LOC letter should be unconditional formatNone
17222792520001NoneNoneELIGIBILITYThe 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
17222792520001NoneNoneELIGIBILITYThe contractors assessed available tender capacity will be calculated as per the clause 3.6 of STD tender document Attached.None
17222792520001NoneNoneELIGIBILITYThe intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents KW2None
17222792520001NoneNoneELIGIBILITYDeletedNone
17222792520001NoneNoneELIGIBILITYDeletedNone
preQualCriterionListNone
technicalCriterionListNone
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Bidder/Contractor must attach Valid Civil PWD Class-II 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 two financial years a minimum financial turnover of usually not less than two times the estimate cost.TrueTechnical Bid
Bidder/Contractor to qualify for award of this contract must attach similar 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 50 percentage 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-2TrueTechnical Bid
Bidder/Contractor must have liquid assets and /or availability of credit facilities of not less than 30 PERCENT amount Put to Tender Credit lines/ letter of credit/ certificates from banks for meeting the fund requirement etc. for three months of Rs.729000 LOC letter should be unconditional formatTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone