createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1722516268415 version 5 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 500.00 emd 49250.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 17-08-2024 17:30:00 tenderQueryClose 16-08-2024 17:28:00 technicalBidOpen 19-08-2024 11:30:00 publishedDate 02-08-2024 13:21:47 publishedByPost RDPR_EE_DIV_BGV publishedByUser KPE10440 - SUNDAR B KOLI bidValidityPeriod 90 noOfCalls 2 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn True percentageRateTypeText None contactPerson Executive Engineer 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 08312407230 mobileNumber 6366647977 tenderSupplierList None tenderSchedule
createdTs 1722516268418 version 12 createdDate None modifiedDate None tenderNumber RDPR/2023-24/RD/WORK_INDENT5188/CALL-2 title Construction of CC road from Appanna Hakki house to Balappa Chigari house at Nesargi village in Bailhongal Taluka description Construction of CC road from Appanna Hakki house to Balappa Chigari house at Nesargi village in Bailhongal Taluka category WORKS categoryText Works ecv 1658678.41 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 800 locationName RDPR Division Office Belagavi provisionalAmount 1970000.0 groupOverheadTotal None fileNumber PREBHL-61 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1722516268000 0 None None Roads Construction of CC road from Appanna Hakki house to Balappa Chigari house at Nesargi village in Bailhongal Taluka 1658678.41
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3670134 134032 None code01 Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter 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 appurtenances required to complete the work.. 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 incharge of the work. Cum 95.0 95.0 334.8 False None None False None False 31806.0 0 3670135 134032 None code02 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 work 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 incharge of the work. Cum 474.0 474.0 167.4 False None None False None False 79347.6 0 3670136 134032 None code03 Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with vibratory roller in stages to proper grade and camber, applying and brooming requisite type of screening/ binding Materials to fill up the interstices of coarse aggregate, watering and compacting to the required density.By Manual Means Using Screening Crushable type such as Moorum or Gravel 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 incharge of the work. Cum 2523.0 2523.0 83.7 False None None False None False 211175.1 0 3670137 134032 None code04 Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with vibratory roller in stages to proper grade and camber, applying and brooming requisite type of screening/ binding Materials to fill up the interstices of coarse aggregate, watering and compacting to the required density.By Manual Means Grading-II (53 mm to 22.4 mm) Using Screening Type B (11.2mm agg) 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 incharge of the work. Cum 2749.0 2749.0 52.31 False None None False None False 143800.19 0 3670138 134032 None code05 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:383:2016:, 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 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 incharge of the work. Cum 6754.0 6754.0 104.63 False None None False None False 706671.02 0 3670139 134032 None code06 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) 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 incharge of the work. Cum 1161.0 1161.0 418.5 False None None False None False 485878.5 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1722516268000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1722516268000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1722516268000 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 KPPP portal on or before the last date and time of bid submission. None 1722516268000 0 None None ELIGIBILITY EMD Payments through KPPP portal mode shall be made as one single transaction and payments made in part are liable for rejection None 1722516268000 0 None None ELIGIBILITY Bidder shall pay Contract Management Module processing fees of 0.025% of the contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to bidder None 1722516268000 0 None None ELIGIBILITY The Tenderer shall obtain the workdone certificate 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 1722516268000 0 None None ELIGIBILITY All the documents to be uploaded shall be neatly scanned and the documents scanned shall be in original. None 1722516268000 0 None None ELIGIBILITY The 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 portal due to internet connectivity issues and technical glitches at bidders end None 1722516268000 0 None None ELIGIBILITY All materials required for the work shall be procured by the tenderer himself and should be got tested by the quality control authorities at his own cost before use on work. None 1722516268000 0 None None ELIGIBILITY If any date in the tender time table is government holiday, next working date will be considered None 1722516268000 0 None None ELIGIBILITY Incomplete / conditional tenders will not be accepted. None 1722516268000 0 None None ELIGIBILITY Tenderer must submit his present accurate postal address and phone / cell phone number None 1722516268000 0 None None ELIGIBILITY The cost of the Tender form shall not be refundable. None 1722516268000 0 None None ELIGIBILITY Unique Document Identification Number (UDIN) from Practicing Chartered Account Must Preferred None 1722516268000 0 None None ELIGIBILITY Work shall be executed as per KTPP Act & KW-1 Conditions. None 1722516268000 0 None None ELIGIBILITY The Rates Quoted In The Estimates Are Exclusive of GST Taxes. None 1722516268000 0 None None ELIGIBILITY The GST will be Paid Separately to the Contractors as per the Guidelines of the Government Time to Time. None 1722516268000 0 None None ELIGIBILITY Successful 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 1722516268000 0 None None ELIGIBILITY As 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 1722516268000 0 None None ELIGIBILITY The 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 1722516268000 0 None None ELIGIBILITY To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 achieved in One financial year should be more than financial turnover of Rs. 16.58Lakhs (in all classes of civil engineering construction works only) None 1722516268000 0 None None ELIGIBILITY The Tenderer shall obtain similar the workdone certificate Works within the financial years of 2018-19 to 2022-23 (50% of the Amount Put to Tender) i.e Rs.8.30lakhs 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 1722516268000 0 None None ELIGIBILITY Tenderer 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.4.98 Lakhs (LOC letter should be unconditional format) None 1722516268000 0 None None ELIGIBILITY This work is Randomized as OTHERS Category. Hence any Category of Contractor can bid. None 1722516268000 0 None None ELIGIBILITY Tenderers must have valid PRED/PWD registration and must submit PRED/PWD registration copy. None 1722516268000 0 None None ELIGIBILITY Single Tender Will Not Be Accepted None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Annual Turnover Certificate for at least last five years Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None PRED/PWD Registration 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 UDIN is Preferred Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None Name and Address of Contractor for Communication Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Name and Address of Contractor for Communication None None None None Work done certificate for similar nature of Work from Competent authority Rank of Executive Engineer & above Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Tenderer must Submit PAN & GST Certificate. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None GST Registration None None None None Assessed available Tender capacity AX2.5XN-B Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Assessed available Tender capacity AX2.5XN-B None None None None Line of Credit Should be in the Bank Letter Head Format Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate for at least last five years True Technical Bid PRED/PWD Registration Certificate True Technical Bid UDIN is Preferred True Technical Bid Name and Address of Contractor for Communication True Technical Bid Work done certificate for similar nature of Work from Competent authority Rank of Executive Engineer & above True Technical Bid Tenderer must Submit PAN & GST Certificate. True Technical Bid Line of Credit Should be in the Bank Letter Head Format True Technical Bid Assessed available Tender capacity AX2.5XN-B True Technical Bid Work orders /commitments of ongoing works issued by an officer not below the rank of Executive Engineer True Technical Bid tenderWorkLocationList tenderAddress None tenderRecallDTO None