createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1722586699679 version 4 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 1250.00 emd 100000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 17-08-2024 17:28:00 tenderQueryClose 16-08-2024 17:00:00 technicalBidOpen 19-08-2024 11:00:00 publishedDate 02-08-2024 17:03:03 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 1722586699721 version 6 createdDate None modifiedDate None tenderNumber RDPR/2024-25/RD/WORK_INDENT5617 title Construction of Asphalt road from NH-4 to highway to Yalamma temple at Hirebagewadi village in Belagavi Taluka description Construction of Asphalt road from NH-4 to highway to Yalamma temple at Hirebagewadi village in Belagavi Taluka category WORKS categoryText Works ecv 4996192.43 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 5000000.0 groupOverheadTotal 762131.05 fileNumber PRED/SD/BGM/5054/GRAMEEN/HIREBAGEWDI/NH-4/2023-24 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1722586700000 0 None None Roads Construction of Asphalt road from NH-4 to highway to Yalamma temple at Hirebagewadi village in Belagavi Taluka 4234061.38
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3674484 134412 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 5045.0 False None None False None False 30270.0 0 3674485 134412 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 105.0 105.0 504.5 False None None False None False 52972.5 0 3674486 134412 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 474.0 474.0 756.75 False None None False None False 358699.5 0 3674487 134412 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 2560.0 504.5 False None None False None False 1291520.0 0 3674488 134412 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 2559.0 567.5625 False None None False None False 1452392.4375 0 3674489 134412 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 413.0 413.0 189.1875 False None None False None False 78134.4375 0 3674490 134412 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 3783.75 False None None False None False 155133.75 0 3674491 134412 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 3783.75 False None None False None False 45405.0 0 3674492 134412 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 3783.75 False None None False None False 563778.75 0 3674493 134412 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 3783.75 False None None False None False 196755.0 0 3674494 134412 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 1722586701000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1722586701000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1722586701000 1 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 1722586701000 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 1722586701000 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 1722586824000 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 1722586829000 0 None None ELIGIBILITY All the documents to be uploaded shall be neatly scanned and the documents scanned shall be in original. None 1722586841000 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 1722586862000 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 1722586871000 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 1722586876000 0 None None ELIGIBILITY If any date in the tender time table is government holiday, next working date will be considered None 1722586880000 0 None None ELIGIBILITY Incomplete / conditional tenders will not be accepted. None 1722586884000 0 None None ELIGIBILITY Tenderer must submit his present accurate postal address and phone / cell phone number None 1722586890000 0 None None ELIGIBILITY The cost of the Tender form shall not be refundable. None 1722586894000 0 None None ELIGIBILITY Unique Document Identification Number (UDIN) from Practicing Chartered Account Must Preferred None 1722586898000 0 None None ELIGIBILITY Work shall be executed as per KTPP Act & KW-2 Conditions. None 1722586905000 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 1722586910000 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 1722586914000 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 1722586922000 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. 50.00Lakhs (in all classes of civil engineering construction works only) None 1722586932000 0 None None ELIGIBILITY The Tenderer shall obtain similar the workdone certificate within the financial years of 2019-20 to 2023-24 (50% of the Amount Put to Tender) i.e Rs.25.00 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 1722586948000 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.15.00Lakhs (LOC letter should be unconditional format) None 1722586952000 0 None None ELIGIBILITY This work is Randomized as OTHERS Category. Hence any Category of Contractor can bid. None 1722586956000 0 None None ELIGIBILITY Tenderers must have valid PRED/PWD registration and must submit PRED/PWD registration copy. None 1722586960000 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. 50.00Lakhs (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 similar the workdone certificate within the financial years of 2019-20 to 2023-24 (50% of the Amount Put to Tender) i.e Rs.25.00 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.15.00Lakhs (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 Work shall be executed as per KTPP Act & KW-2 Conditions. Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- KW-2 Conditions. None None None None Work done certificate for similar nature of Work fromCompetent 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 Work orders / commitments of ongoing works issued by an officer not below the rank of Executive Engineer Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate 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 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 Accurate postal address and phone / cell phone number Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- Accurate postal address and phone / cell phone number 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 Line of Credit WITH Bank Letter Head Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit tenderCriterionDocumentList
documentName optional documentTypeText Work done certificate for similar nature of Work fromCompetent authority Rank of Executive Engineer & above True Technical Bid Work orders / commitments of ongoing works issued by an officer not below the rank of Executive Engineer True Technical Bid UDIN is Preferred True Technical Bid Annual Turnover Certificate for at least last five years True Technical Bid PRED/PWD Registration Certificate True Technical Bid Accurate postal address and phone / cell phone number True Technical Bid Tenderer must Submit PAN & GST Certificate True Technical Bid Line of Credit WITH Bank Letter Head True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Belagavi Belagavi Belgaum BELGAUM Hirebagewdi None None None None None None tenderAddress None tenderRecallDTO None