createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1722600062769
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee1870.00
emd150000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose20-08-2024 17:28:00
tenderQueryClose19-08-2024 17:30:00
technicalBidOpen22-08-2024 11:30:00
publishedDate05-08-2024 16:45:16
publishedByPostRDPR_EE_DIV_BGV
publishedByUserKPE10440 - SUNDAR B KOLI
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonExecutive Engineer
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08312476148
mobileNumber6366647977
tenderSupplierListNone
tenderSchedule
createdTs1722600062816
version4
createdDateNone
modifiedDateNone
tenderNumberRDPR/2024-25/RD/WORK_INDENT5505
titleConstruction of CC Road in SC Indira colony from Shri Ningappa Basappa Bhajantri House to Smt Sushilavva Chalawadi House(800 Metres) in Hooli Village of Saundatti Taluk
descriptionConstruction of CC Road in SC Indira colony from Shri Ningappa Basappa Bhajantri House to Smt Sushilavva Chalawadi House in Hooli Village of Saundatti Taluk
categoryWORKS
categoryTextWorks
ecv7476519.65
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location800
locationNameRDPR Division Office Belagavi
provisionalAmount7500000.0
groupOverheadTotal1140486.05
fileNumberPRE/SD/SDT/SCPTSP/1
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17226000630000NoneNoneRoadsConstruction of CC Road in SC Indira colony from Shri Ningappa Basappa Bhajantri House to Smt Sushilavva Chalawadi House(800 Metres) in Hooli Village of Saundatti Taluk6336033.6
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3676839134593Nonecode01Scarifying 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 leadSqm6.06.04453.0FalseNoneNoneFalseNoneFalse26718.00
3676840134593Nonecode02Construction 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 workCum474.0474.0696.9FalseNoneNoneFalseNoneFalse330330.60
3676841134593Nonecode03Wet Mix Macadam (Plant Mix Method) 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.Cum2559.02559.0493.6FalseNoneNoneFalseNoneFalse1263122.40
3676842134593Nonecode04Providing 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 workCum6754.06754.0696.9FalseNoneNoneFalseNoneFalse4706862.60
3676843134593Nonecode05Providing 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 804Cum9000.09000.01.0FalseNoneNoneFalseNoneFalse9000.00
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17226000640000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17226000640000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17226000640001NoneNoneELIGIBILITYBidder 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 bidderNone
17226000640000NoneNoneELIGIBILITYIt 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
17226000640000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17226005050000NoneNoneELIGIBILITYThe 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 endNone
17226005090000NoneNoneELIGIBILITYAll 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
17226005140000NoneNoneELIGIBILITYIf any date in the tender time table is government holiday, next working date will be consideredNone
17226005180000NoneNoneELIGIBILITYIncomplete / conditional tenders will not be accepted.None
17226005220000NoneNoneELIGIBILITYTenderer must submit his present accurate postal address and phone / cell phone numberNone
17226005260000NoneNoneELIGIBILITYThe cost of the Tender form shall not be refundable.None
17226005300000NoneNoneELIGIBILITYUnique Document Identification Number (UDIN) from Practicing Chartered Account Must PreferredNone
17226005380000NoneNoneELIGIBILITYWork shall be executed as per KTPP Act & KW-3 Conditions.None
17226005430000NoneNoneELIGIBILITYSuccessful 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
17226005470000NoneNoneELIGIBILITYAs 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
17226005520000NoneNoneELIGIBILITYThe 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
17226005560001NoneNoneELIGIBILITYTo 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. 75.00Lakhs (in all classes of civil engineering construction works only)None
17226005900000NoneNoneELIGIBILITYThe Tenderer shall obtain similar the workdone certificate Construction Road Works within the financial years of 2019-20 to 2023-24 (50% of the Amount Put to Tender) i.e Rs.37.50 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
17226006030000NoneNoneELIGIBILITYTenderer 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. 22.50Lakhs (LOC letter should be unconditional format)None
17226007040001NoneNoneELIGIBILITYTo 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-557.52Cum, 2) WMM-394.88Cum, 3) RCC (M-30)-557.52Cum.None
17226007140000NoneNoneELIGIBILITYThis work is Randomized as OTHERS Category. Hence any Category of Contractor can bid.None
17226007180000NoneNoneELIGIBILITYSingle tender will not be acceptedNone
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
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 One financial year should be more than financial turnover of Rs. 75.00Lakhs (in all classes of civil engineering construction works only)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneThe Tenderer shall obtain similar the workdone certificate Construction Road Works within the financial years of 2019-20 to 2023-24 (50% of the Amount Put to Tender) i.e Rs.37.50 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 VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTenderer 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. 22.50Lakhs (LOC letter should be unconditional format)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneTo 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-557.52Cum, 2) WMM-394.88Cum, 3) RCC (M-30)-557.52Cum.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneAnnual Turnover Certificate for at least last five yearsCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNonePRED/PWD Registration CertificateCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNonePWD Registration Certificate (Class I/II/III/IV)
NoneNoneNoneNoneUDIN is PreferredCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneName and Address of Contractor for CommunicationCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Name and Address of Contractor for Communication
NoneNoneNoneNoneTenderer must Submit PAN & GST Certificate.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
NoneNoneNoneNoneQuantities of work must have completed Usually 80 PercentageCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneWork done certificate for similar nature of Work from Competent authority Rank of Executive Engineer & aboveCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneAssessed available tender capacity equal to (AxNx2.5 - B)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Assessed available tender capacity equal to (AxNx2.5 - B)
NoneNoneNoneNoneWork shall be executed as per KTPP Act & KW-3 Conditions.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- KW-3 Conditions.
NoneNoneNoneNoneWork orders / commitments of ongoing works issued by an officer not below the rank of Executive EngineerCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneLine of Credit Should be in the Bank Letter Head FormatFinancial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover Certificate for at least last five yearsTrueTechnical Bid
PRED/PWD Registration CertificateTrueTechnical Bid
UDIN is PreferredTrueTechnical Bid
Name and Address of Contractor for CommunicationTrueTechnical Bid
Work done certificate for similar nature of Work from Competent authority Rank of Executive Engineer & aboveTrueTechnical Bid
Tenderer must Submit PAN & GST Certificate.TrueTechnical Bid
Line of Credit Should be in the Bank Letter Head FormatTrueTechnical Bid
Quantities of work must have completed Usually 80 PercentageTrueTechnical Bid
Work orders / commitments of ongoing works issued by an officer not below the rank of Executive EngineerTrueTechnical Bid
tenderWorkLocationList
tenderSubEstimateNamedistrictNametaluqNameloksabhaContNameassemblyContNamelocationDescriptionlatitudeDegreeslatitudeMinuteslatitudeSecondslongitudeDegreeslongitudeMinuteslongitudeSeconds
RoadsBelagaviSavadattiBelgaumBELGAUMHOOLINoneNoneNoneNoneNoneNone
tenderAddressNone
tenderRecallDTONone