createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1722593823783 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy RESERVED invitingStrategyText Reserved taxType INCLUSIVE_TAX tenderFee 1350.00 emd 53800.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 17-08-2024 17:28:00 tenderQueryClose 16-08-2024 17:28:00 technicalBidOpen 19-08-2024 11:30:00 publishedDate 02-08-2024 17:07:49 publishedByPost RDPR_EE_DIV_BGV publishedByUser KPE10440 - SUNDAR B KOLI bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None 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 08312476148 mobileNumber 6366647977 tenderSupplierList None tenderSchedule
createdTs 1722593823828 version 4 createdDate None modifiedDate None tenderNumber RDPR/2024-25/RD/WORK_INDENT5613 title Construction of Asphalt road from Kalarkoppa road to Raju Roti feld at Hirebagewadi village in Belagavi Taluka description Construction of Asphalt road from Kalarkoppa road to Raju Roti feld at Hirebagewadi village in Belagavi Taluka category WORKS categoryText Works ecv 5379407.94 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 5380000.0 groupOverheadTotal 820587.65 fileNumber PRED/SD/BGM/5054/GRAMEEN/HIREBAGEWADI/2023-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1722593824000 0 None None Roads Construction of Asphalt road from Kalarkoppa road to Raju Roti feld at Hirebagewadi village in Belagavi Taluka 4558820.29
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3675563 134491 None code01 Scarifying the existing bituminous road surface to a depth of 50 mm and disposal of scarified material by Mechanical Means using Hydraulic excavator with in all lifts and lead (PWD SR 2023-24, V-3, Pg No-17 ,I No-305.4.3) Sqm 6.0 6.0 5248.5 False None None False None False 31491.0 0 3675564 134491 None code02 Compacting Original Ground Compacting original ground supporting embankment Loosening, 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 for embankment construction. (PWD SR 2023-24, V-3, Pg No-144 ,I No-16.8) Cum 105.0 105.0 393.63 False None None False None False 41331.15 0 3675565 134491 None code03 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. (PWD SR 2023-24, V-1, Pg No-7 ,I No-1.8) Cum 474.0 474.0 787.27 False None None False None False 373165.98 0 3675566 134491 None code04 Granular Sub-Base A Plant Mix Method 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 -II Material (PWD SR 2023-24, V-3, Pg No-23 ,I No-4.1) Cum 2560.0 2560.0 787.27 False None None False None False 2015411.2 0 3675567 134491 None code05 Providing, 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.(PWD SR 2023-24, I.No.4.17, Pg.No.26, vol-3) (PWD SR 2023-24, V-3, Pg No-26 ,I No-4.13) Cum 2559.0 2559.0 393.63 False None None False None False 1007299.17 0 3675568 134491 None code06 Construction of Subgrade and Earthen Shoulders Construction 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 (PWD SR 2023-24, V-3, Pg No-17 ,I No-3.6 Cum 413.0 413.0 196.81 False None None False None False 81282.53 0 3675569 134491 None code07 Prime Coat over WMM/WBM (i) Providing and applying primer coat with SS1 grade Bitumen Emulsion on prepared surface of granular base including cleaning of road surface and spraying primer at the rate of 0.70 kg/m2 using mechanical means.(PWD SR 2023-24, Pg No.31, V-3, I No.5.1) Sqm 41.0 41.0 3936.375 False None None False None False 161391.375 0 3675570 134491 None code08 Tack coat on Bituminous surface Providing and applying tack coat with RS1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.20 kg/m2 on the prepared bituminous surface cleaned with mechanical broom(PWD SR 2023-24, Pg No.31, V-3, I No.5.3) Sqm 12.0 12.0 3936.375 False None None False None False 47236.5 0 3675571 134491 None code09 Open - Graded Premix Surfacing Providing, laying and rolling of open - graded premix surfacing of 20 mm thickness composed of 13.2 mm to 5.6 mm aggregates either using viscosity grade bitumen VG-30 to required line, grade and level to serve as wearing course on a previously prepared base, including mixing in a suitable Hot mix plant of capacity not less than 40/60 TPH laying and rolling with a smooth wheeled roller, finished to required level and grades.. (PWD SR 2023-24, Pg No.39, V-3, I No.5.19) Sqm 149.0 149.0 3936.375 False None None False None False 586519.875 0 3675572 134491 None code10 Seal Coat Providing and laying seal coat sealing the voids in a bituminous surface laid to the specified levels, grade and cross fall using Type A and B seal coats with bituminous binder VG-30 (ii) Case - II : Type B Premix Seal coat Sqm 52.0 52.0 3936.375 False None None False None False 204691.5 0 3675573 134491 None code11 Providing and fixing board displaying information, such as 'Name of work, Tender cost, Name of Contractor, Work completion and liability period etc', having rectangular shape of 1.20m x 0.90m size made out 18 gauge (1.25mm) thick mild steel sheet painted with one coat of Zinc chromate stoving primer and two coats of enamel paint on front side and grey stove enamel on back side and border / messages / symbols etc. with approved colour shade paint complete, on M.S.angle of size 35 x 35 x 3 mm frame with properly cross braced M.S. angles of size 35mmx35mmx3mm duly painted including Two M.S. angle iron posts of size 65 mm x 65 mm x 6 mm, 3.65 m long painted with alternate black and white bands of 25 cm width including all fixtures etc.and fixing the boards in 1:4:8 concrete block of size 60 cm x 60 cm x 75 cm including, excavation, refilling, transportation, and labour etc complete. Spec. No. As directed by Engineer in Charge & MoRTH specification 804 Each 9000.0 9000.0 1.0 False None None False None False 9000.0 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1722593825000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1722593825000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1722593825000 0 None None ELIGIBILITY Bidders 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 1722593825000 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 1722593825000 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 1722594143000 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-Procurement portal due to internet connectivity issues and technical glitches at bidders end. None 1722594148000 0 None None ELIGIBILITY For Details Refer Tender Notification And Conditions In The Bid Documents. None 1722594152000 0 None None ELIGIBILITY All materials should be in good quality as per specification, quality certificate for the same should be obtained from the concerned authority at their own cost. None 1722594156000 0 None None ELIGIBILITY Acceptence / Cancellation of the works are reserved by under signed without any reasons for the same. None 1722594160000 0 None None ELIGIBILITY All the scanned documents pertaining to bidder to be uploaded shall be in original and same originals should be produced to the Executive Engineer (at the time of Technical Bid Opening) who reserves right to verify the original documents before approval. None 1722594165000 0 None None ELIGIBILITY To qualify for award of this contract, each tenderer should give all details and documents as per Technical and Financial bid attached to this tender. None 1722594170000 0 None None ELIGIBILITY All the materials to be utilised for the work must be tested in PRED labs and Quality control test reports must be enclosed to the bills. All type of Pipes and Pumping Machinary with accessories must be tested in M/s. SGS India LTD, CIPET & AIPS institutes. Cost of all QC test must be borne by contractor. None 1722594174000 0 None None ELIGIBILITY If any date in the tender time table is government holiday, next working date will be considered None 1722594179000 0 None None ELIGIBILITY Incomplete / conditional tenders will not be accepted. None 1722594183000 0 None None ELIGIBILITY Executive Engineer PRED Belgaum has authority to accept or reject any tender without assigning reason None 1722594189000 0 None None ELIGIBILITY Tenderer must submit his present accurate postal address and phone / cell phone number None 1722594194000 0 None None ELIGIBILITY The tender may be cancelled at any stage without assigning any reason None 1722594198000 0 None None ELIGIBILITY Tenderers must have valid PRED/PWD registration and must submit PRED/PWD registration copy None 1722594203000 0 None None ELIGIBILITY Any objection regarding the tender must be submitted directly to Executive Engineer , not in inward. None 1722594207000 0 None None ELIGIBILITY For interpretations of clauses, conditions, spelling mistakes, etc. decision of Executive Engineer, PRED, Belgaum is final. None 1722594211000 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 1722594216000 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 1722594220000 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 1722594235000 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., 2019-20, 2020-21, 2021-22, 2022-23 & 2023-24 achieved in One financial year should be more than financial turnover of Rs.53.80 Lakhs (in all classes of civil engineering construction works only) None 1722594249000 1 None None ELIGIBILITY The Tenderer shall obtain Any Nature of Work done certificate will be Considered financial years of 2019-20 to 2023-24 (25% of the Amount Put to Tender) i.e Rs.13.45 lakhs 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 1722594261000 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.16.14 Lakhs (LOC letter should be unconditional format) None 1722594591000 1 None None ELIGIBILITY To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24 executed the following minimum quantities of work 1) Embankment-629.82Cum 2)WMM-314.91Cum 3)GSB-629.82Cum 4)Subgrade/Shoulder-157.45Cum 5) Asphalting-3149.10Sqm None 1722594653000 0 None None ELIGIBILITY THIS WORK IS RANDOMISED AS SC CATEGORY OF WORK. HENCE ONLY SC CATEGORY OF CONTRACTOR SHOULD BID. OTHER BIDDERS MAY BE CONSIDERED AS FRAUDULANT PRACTICES. None 1722594660000 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 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 achieved in One financial year should be more than financial turnover of Rs.53.80 Lakhs (in all classes of civil engineering construction works only) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None The Tenderer shall obtain Any Nature of Work done certificate will be Considered financial years of 2019-20 to 2023-24 (25% of the Amount Put to Tender) i.e Rs.13.45 lakhs 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. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None 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.16.14 Lakhs (LOC letter should be unconditional format) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e., 2019-20, 2020-21, 2021-22, 2022-23 and 2023-24 executed the following minimum quantities of work 1) Embankment-629.82Cum 2)WMM-314.91Cum 3)GSB-629.82Cum 4)Subgrade/Shoulder-157.45Cum 5) Asphalting-3149.10Sqm Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate 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 SC Reserved Category Certificate Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- SC Reserved Category 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 Any Nature of Work done certificate can be Considered Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Line of Credit Should be in the Bank Letter Head Format Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit 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 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 Quantities of work must have completed Usually 80 Percentage Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate tenderCriterionDocumentList
documentName optional documentTypeText PRED/PWD Registration Certificate True Technical Bid SC Reserved Category Certificate True Technical Bid Tenderer must Submit PAN & GST Certificate. True Technical Bid Any Nature of Work done certificate can be Considered True Technical Bid Line of Credit Should be in the Bank Letter Head Format True Technical Bid Annual Turnover Certificate for at least last five years True Technical Bid UDIN is Preferred True Technical Bid Name and Address of Contractor for Communication True Technical Bid Quantities of work must have completed Usually 80 Percentage True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Belagavi Belagavi Belgaum BELGAUM Hirebagewadi None None None None None None tenderAddress None tenderRecallDTO None