createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1721368450806
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee2470.00
emd197500.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose19-08-2024 16:00:00
tenderQueryClose16-08-2024 16:00:00
technicalBidOpen20-08-2024 17:00:00
publishedDate02-08-2024 17:18:29
publishedByPostCNNL_EE_DIV_KC_NGD
publishedByUserKPE14181 - KRISHNA A C
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonKrishnamurthy
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08221226261
mobileNumber9902298494
tenderSupplierListNone
tenderSchedule
createdTs1721368450852
version4
createdDateNone
modifiedDateNone
tenderNumberCNNL/2024-25/RD/WORK_INDENT925
titleConstruction of CC road and drain in S.C Colony and General streets of Aluthuru hundi , village in Nanjangud taluk.
descriptionConstruction of CC road and drain in S.C Colony and General streets of Aluthuru hundi , village in Nanjangud taluk.
categoryWORKS
categoryTextWorks
ecv9852465.99
deptNameCauvery Neeravari Nigam Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location5695
locationNameCNNL KC Div Nanjungud
provisionalAmount9900000.0
groupOverheadTotal0.0
fileNumber459/2023-24
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17213684510000NoneNoneRoadsConstruction of CC road and drain in S.C Colony and General streets of Aluthuru hundi , village in Nanjangud taluk.9852465.99
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3546658128163NoneCODE01Loosening, 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 etc., complete with all lead and lifts and as directed by the Engineer in charge.Cum123.9123.991.35FalseNoneNoneFalseNoneFalse11318.2650
3546659128163NoneCODE02Earth 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.Cum285.56285.561065.9FalseNoneNoneFalseNoneFalse304378.4040
3546660128163NoneCODE03Providing 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.Cum7067.027067.02177.65FalseNoneNoneFalseNoneFalse1255456.1030
3546661128163NoneCODE04Providing 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. M20 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.Cum7789.597789.59182.54FalseNoneNoneFalseNoneFalse1421911.75860
3546662128163NoneCODE05Providing 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. M20 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.Cum10072.5410072.54277.05FalseNoneNoneFalseNoneFalse2790597.2070
3546663128163NoneCODE06Construction 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.Cum559.32559.321370.7FalseNoneNoneFalseNoneFalse766659.9240
3546664128163NoneCODE07Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density etc., complete with all lead and lifts and as directed by the Engineer in charge.Cum3019.623019.6291.35FalseNoneNoneFalseNoneFalse275842.2870
3546665128163NoneCODE08Providing 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 with all lead and lifts and as directed by the Engineer in chargeCum7969.727969.7285.05FalseNoneNoneFalseNoneFalse677824.6860
3546666128163NoneCODE09Supplying, 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 chargeKgs93.2393.2324622.41FalseNoneNoneFalseNoneFalse2295547.28430
3546667128163NoneCODE10Providing and laying 60mm thick factory made precast M -30 grade Cement Concrete Paver Block as per IRC SP 63:2018 & IS 15658 for Cycle Tracks & Pedestrian Footpaths of approved shape and colour, laid in required pattern and including over 30mm thick compacted bed of coarse sand, filling the joints with fine sand etc., complete with all lead and lifts and as directed by the Engineer in charge.Sqm1260.241260.2442.0FalseNoneNoneFalseNoneFalse52930.080
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17213684520000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17213684520000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17213684520001NoneNoneELIGIBILITYThe intending bidder should furnish the relevant class certificate of registration issued by State/Central PWD.None
17213684520000NoneNoneELIGIBILITYIt 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
17213684520000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17213701130000NoneNoneELIGIBILITYThe 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
17213701330000NoneNoneELIGIBILITYBidder 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
17213701480000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17213701650000NoneNoneELIGIBILITYThe 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
17213701830000NoneNoneELIGIBILITYThe tender processing fee will neither be refunded nor will be transferred to other works.None
17213702010000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt orders.None
17213702230000NoneNoneELIGIBILITYAs 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
17213702420000NoneNoneELIGIBILITYAll scanned documents to be uploaded shall be in original and the Executive Engineer reserves the right to verify the documents before approval.None
17213702610000NoneNoneELIGIBILITYThe employer reserves the rights to Reject or accept any or all the tenders without assigning any reasons.None
17213702840000NoneNoneELIGIBILITYIn 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
17213703040000NoneNoneELIGIBILITYThe 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
17213703200000NoneNoneELIGIBILITYAll 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
17213703530000NoneNoneELIGIBILITYMaterials 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
17213703890000NoneNoneELIGIBILITYThe contractors assessed available tender capacity will be calculated as per the clause 3.1 of STD tender document Attached.None
17213704290000NoneNoneELIGIBILITYAll 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
17213704450000NoneNoneELIGIBILITYAll precautions should be taken by the contractor so that there are no damages to such public/ private properties.None
17213704650000NoneNoneELIGIBILITYContractor 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
17213704810000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labour act.None
17213705000000NoneNoneELIGIBILITYFurther 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
17213705180000NoneNoneELIGIBILITYContractor 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
17213705440000NoneNoneELIGIBILITYContractor 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
17213705610000NoneNoneELIGIBILITYThe 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
17213706480000NoneNoneELIGIBILITYThe 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
17213706660000NoneNoneELIGIBILITYThe 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
17213706810000NoneNoneELIGIBILITYGST will be deducted as per the prevailing Govt Orders from time to time in running billNone
17213706950000NoneNoneELIGIBILITYThe Bidder should provide valid present postal address and contact number for Communication.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneSatisfactorily completed 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. 49.25 Lakhs at 2024-25 price level in the preceding last five years. NOTE:-1) The financial figures mentioned above is at 2024-25 price levels. Financial turnover and cost of completed works of previous years will be given a weightage of 10% per year based on the rupee value to bring them to current price levels.2) The criteria above applies to the individual bidder/firm/company. 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 ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Work done certificate issued by an officer not below the rank of the Executive Engineer with yearwise breakup of quantities executed
NoneNoneNoneNoneEach 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-1949.00 Cum 2) Cement Concrete of all Grade-578.00 Cum 3) Steel-19698.00 KgPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Work done certificate issued by an officer not below the rank of the Executive Engineer with yearwise breakup of quantities executed
NoneNoneNoneNoneList 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 VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Technical staff details
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 (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 VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bid Capacity
NoneNoneNoneNoneTo 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 Achieved in at least two financial years an average annual financial turnover (in all classes of civil engineering construction works only) of Rs. 98.50 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 StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneLiquid assets and /or availability of credit facilities of not less than Rs 30.00 Lakhs (Credit lines/ letter of credit/ certificates from nationalized/Scheduled banks for meeting the fund requirement etc.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneNILLOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
NoneNoneNoneNonenillOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
NoneNoneNoneNonenillOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
NoneNoneNoneNonenillOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
NoneNoneNoneNonenillOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
NoneNoneNoneNonenillOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
NoneNoneNoneNonenillOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
NoneNoneNoneNonenilOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
NoneNoneNoneNonenilOthersNot applicable
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- NIL
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover Certificate with audited profit & loss account certificate issued by CA.TrueTechnical Bid
Contractor/Company Registration CertificateTrueTechnical Bid
Similar Nature Work done certificate certified by not less than EE in prescribed format.TrueTechnical Bid
Work done certificate with required quantities executed along with yearwise breakup of quantitiesTrueTechnical Bid
On hand works & proposed for acceptence works details.TrueTechnical Bid
Line of Credit issued by BankTrueTechnical Bid
Technical person documentsTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone