createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1721303957592 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 2370.00 emd 189500.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 19-08-2024 16:00:00 tenderQueryClose 16-08-2024 16:00:00 technicalBidOpen 20-08-2024 17:00:00 publishedDate 02-08-2024 17:22:02 publishedByPost CNNL_EE_DIV_KC_NGD publishedByUser KPE14181 - KRISHNA A C bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson Krishnamurthy 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 08221226261 mobileNumber 9902298494 tenderSupplierList None tenderSchedule
createdTs 1721303957621 version 4 createdDate None modifiedDate None tenderNumber CNNL/2024-25/OW/WORK_INDENT921 title Construction of balance protective work besides Karepura, village in Nanjangud taluk. description Construction of balance protective work besides Karepura, village in Nanjangud taluk. category WORKS categoryText Works ecv 9465661.34 deptName Cauvery Neeravari Nigam Limited status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 5695 locationName CNNL KC Div Nanjungud provisionalAmount 9500000.0 groupOverheadTotal 0.0 fileNumber 455/2023-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1721303959000 0 None None Other Works Construction of balance protective work besides Karepura, village in Nanjangud taluk. 9465661.34
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3544292 127995 None CODE01 Earth work excavation by manual means for drains,canals, waste weir draft, approach channels, key trench, foundation of Bridges and such similar works in all kinds of soils , as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter, excavated surface leveled and sides neatly dressed disposing off the excavated stuff or sorting & stacking the selected stuff for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools & other appurtenaces required to complete the work etc., complete with all lead and lifts and as directed by the Engineer in charge. Cum 285.56 285.56 570.0 False None None False None False 162769.2 0 3544293 127995 None CODE02 Providing rubble and sand filling in layers of 250 to 300 mm including cost of all materials, machinery, labour, watering, rammingetc., complete with all lead and lifts and as directed by the Engineer in charge. Cum 2478.0 2478.0 142.5 False None None False None False 353115.0 0 3544294 127995 None CODE03 Providing and laying in position plain cement concrete for levelling course for all works in foundation. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant ISCodes machine mixed, laid in layers not exceeding 150 mm thickness,well compacted using plate vibrators, including all lead & lifts, cost ofall materials of quality, labour, Usage charges of machineries, curing,and all the other appurtenances required to complete the work as pertechnical specifications. Mix 1:3:6 (M10) Using 40 mm nominal size graded crushed coarse aggregates etc., complete with all lead and lifts and as directed by the Engineer in charge. Cum 7067.02 7067.02 95.0 False None None False None False 671366.9 0 3544295 127995 None CODE04 Supplying, 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 etc., complete with all lead and lifts and as directed by the Engineer in charge. Kgs 106.21 106.21 45000.0 False None None False None False 4779450.0 0 3544296 127995 None CODE05 Providing and laying in position Cement Concrete for all Foundation works. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticizers laid in finished layers, well compacted using needle vibrators, including all lead & lifts, costof all materials, quality confirming to the requirements of relevant IS codes, labour, Usagecharges of machinery, curing and all the other appurtenances required to complete the work as per technical specifications. M25 Design Mix Using 20 mm nominal size graded crushed coarse aggregates etc., complete with all lead and lifts and as directed by the Engineer in charge. Cum 7850.3 7850.3 109.38 False None None False None False 858665.814 0 3544297 127995 None CODE06 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. M25 Design Mix Using 20 mm nominal size graded crushed coarse aggregates etc., complete with all lead and lifts and as directed by the Engineer in charge. Cum 10093.25 10093.25 229.38 False None None False None False 2315189.685 0 3544298 127995 None CODE07 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 etc., complete with all lead and lifts and as directed by the Engineer in charge. Cum 559.32 559.32 581.25 False None None False None False 325104.75 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1721303961000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1721303961000 1 None None ELIGIBILITY The intending bidder should furnish the relevant class certificate of registration issued by State/Central PWD. None 1721303961000 1 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory. None 1721303961000 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 1721303961000 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 1721304082000 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 Karnataka public procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1721304093000 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 1721304101000 0 None None ELIGIBILITY Conditional tenders will not be accepted. None 1721304110000 0 None None ELIGIBILITY The 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 costs. None 1721304119000 0 None None ELIGIBILITY The tender processing fee will neither be refunded nor will be transferred to other works. None 1721304129000 0 None None ELIGIBILITY Royalty on construction materials and other taxes will be deducted as per prevailing Govt orders. None 1721304141000 0 None None ELIGIBILITY As per Karnataka state Government order LD/300/LET/2006 Bangalore dated 01.01.2007 and Government letter no PW/134/BMS/2007 dated 27.07.2007, a sum amounting to 1% of the bill amount will be deducted towards constructions labour welfare fund. None 1721304149000 0 None None ELIGIBILITY All scanned documents to be uploaded shall be in original and the Executive Engineer reserves the right to verify the documents before approval. None 1721304157000 0 None None ELIGIBILITY The employer reserves the rights to Reject or accept any or all the tenders without assigning any reasons. None 1721304165000 0 None None ELIGIBILITY In the case of the death of the contractor after executing the agreement / commencement of the work, his legal heir, if is an eligible registered contractor and is willing can execute and compete the work at the accepted tender rates irrespective of the cost of the work. None 1721304175000 0 None None ELIGIBILITY The successful Tenderer, within 20 days of the receipt of the letter shall deliver to the Employer a Security deposit in the form of NSC/DD/FDR in the name of the Executive Engineer, KC Division,Nanjanagud, given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced tenders in accordance with the Conditions of Contract. None 1721304184000 0 None None ELIGIBILITY All safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity. Contractor should indemnify the client to that extent. None 1721304192000 0 None None ELIGIBILITY Materials like steel, cement etc., required for the work shall be procured by the tenderer themselves and should got tested by the quality control authority before use on the work at their own cost. None 1721304204000 0 None None ELIGIBILITY The contractors assessed available tender capacity will be calculated as per the clause 3.1 of STD tender document Attached. None 1721304226000 0 None None ELIGIBILITY All the items in the tender include all lead, lifts, loading, unloading, transportation, labour, hire charges of machinery curing for concrete works, cost and conveyance of all material and all other such incidental charges necessary for successful completion of works as per the detailed technical specification and direction of Engineer in charge of this work None 1721304235000 0 None None ELIGIBILITY All precautions should be taken by the contractor so that there are no damages to such public/ private properties. None 1721304248000 0 None None ELIGIBILITY Contractor should take all precautionary measures to avoid any damage to the utilities during excavation as well as utility shifting. To that extent the contractor should indemnify the client. None 1721304257000 0 None None ELIGIBILITY Contractor should follow strictly the prevailing rules of labour act. None 1721304275000 0 None None ELIGIBILITY Further particulars, if any, required by the Contractor can be had from the office of the Executive Engineer, KC Division, Nanjanagud, during office hours on all working days. None 1721304283000 0 None None ELIGIBILITY Contractor should adhere to HSE (Health Safety Environment) policy applicable for similar projects. Contractor to that extent should submit HSE document defining all the procedure including the policies before execution of the project. None 1721304292000 0 None None ELIGIBILITY Contractor 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 cost. None 1721304301000 0 None None ELIGIBILITY The intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents KW-3. None 1721304319000 0 None None ELIGIBILITY Defect liability period depending upon nature / type of work is as under-For all the cross drainage works aqueducts/ embankment and other works costing less than Rs. 50 Lakhs the defect liability period is 3 years from the date of completion of the entire work. None 1721304339000 0 None None ELIGIBILITY Defect liability period depending upon nature / type of work is as under-For all cross drainage works/aqueducts/embankment and other works costing more than Rs. 50 Lakhs the defect liability period is 5 years from the date of completion of the entire work. None 1721304360000 0 None None ELIGIBILITY Defect liability period depending upon nature / type of work is as under-For all types lining and other works the defect liability period is 3 years from the date of completion of the entire work. None 1721304380000 0 None None ELIGIBILITY Defect liability period depending upon nature / type of work is as under-For works like road, silt and other small works which will be taken up out of maintenance grant the defect liability period shall be 3 months from the date of completion certificate and shall not be later than 6 months from physical completion of the entire work. None 1721304400000 0 None None ELIGIBILITY Employees Provident Fund Registration certificate-In respect of Contractors who are not registered with the EPF (Employees Provident Fund) authorities, the contractors should produce an undertaking that he shall within 7 days of the close of every month submit to the Executive Engineer, a statement showing the recoveries of contributions in respect of employees employed are through in and shall also furnish under the provision of the scheme to the commissioner, EPF. None 1721304416000 0 None None ELIGIBILITY Employees Provident Fund Registration certificate-However, having given an undertaking to this effect if the contractor does not furnish the information, the Nigama will deduct the necessary amount from the amount due to the contractor. Notwithstanding the above, the contractor will be liable for any consequential penalty /damages levied by the EPF authorities. None 1721304424000 0 None None ELIGIBILITY The intending bidders should note that if any of the land 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 bidder to take possession of such land and start the work by obtaining necessary consent of the land owners before commencement of work at no extra cost to the Nigama and no claim what so ever relating to non-availability of land will be entertained. Any delay in obtaining consent of the land owners shall not be considered for any extension of time and additional compensation. None 1721304444000 0 None None ELIGIBILITY The rates quoted by the contractor must be inclusive of all Taxes, etc., (including GST). The contractor is also required to pay quarry Fees, Royalties, Octroi 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 1721304456000 0 None None ELIGIBILITY GST will be deducted as per the prevailing Govt Orders from time to time in running bill None 1721304462000 0 None None ELIGIBILITY The Bidder should provide valid present postal address and contact number for Communication. None 1721304468000 0 None None ELIGIBILITY The bidder/firm/company should furnish original documents within 3 days from date of opening of tenders, if required. None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None Satisfactorily completed (at least 90% of the contract value), as prime contractor, at least one similar work such as Similar nature of works like Construction of C.C Road and Drain of value not less than Rs. 47.50 Lakhs at 2024-25 price level in the preceding last five years. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Each bidder/firm/company/ should have executed in any one year of the last five years (2019-20 to 2023-24) the following minimum quantities of work (80% of expected peak rate of construction for 4 to 5 critical items which account for more than 60% of the total cost of the work. 1).EWE / Embankment-921.00 Cum 2).Cement Concrete of all Grade-347.00 Cum 3).Steel-36,000 Kg, Note-Certificate regarding the same duly signed by an officer not below the rank of the Executive Engineer should be submitted along with the technical bid. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- work done certificate along with year wise break up of quantities None None None None Liquid assets and or availability of credit facilities of not less than Rs 28.50 Lakhs (Credit lines/ letter of credit/ certificates from nationalized/Scheduled banks for meeting the fund requirement etc. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None List of Key Minimum Technical personal required for the work are as under and should be enrolled in company/firm/company should Employment register and document should be uploaded. Civil Engineer-BE Civil with Minimum 3 Years Exprnc-1 No Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Technical staff details None None None None Tenderers 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 (AxNx2.5-B) where A Maximum value of civil engineering works executed in any one year during the last five years (updated to 2024-25 price level) taking into account the completed as well as works in progress, N Number of years prescribed for completion of the works for which tenders are invited, i.e.3/12 B Value at 2024-25 price level of existing commitments and on-going works to be completed during the next 0.25 year. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Bid Capacity 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, 2020-21, 2021-22, 2022-23, 2023-24 a).Achieved in at least two financial years an average annual financial turnover in all classes of civil engineering construction works only of Rs. 95.00 Lakhs NOTE:- Turnover certificate duly certified by Chartered accountant should be uploaded. Financial turnover of previous years will be given a weightage of 10% per year based on the rupee value to bring them to current price value. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NILL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL None None None None NIL Others Not applicable
createdTs version createdDate modifiedDate documentName None None None None Others -- NIL tenderCriterionDocumentList
documentName optional documentTypeText Annual Turnover Certificate with audited profit & loss account certificates issued by CA. True Technical Bid Contractor Registration Certificates True Technical Bid Existing commitments & ongoing works details signed by Executive Engineer True Technical Bid Similar Nature Work done certificate certified by not less than EE. True Technical Bid Work done certificate with required quantities executed along with yearwise breakup of quantities True Technical Bid Line of Credit issued by Bank True Technical Bid Technical person documents True Technical Bid tenderWorkLocationList tenderAddress None tenderRecallDTO None