createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1722856679690
version2
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeONE_COVER
evaluationTypeTextOne Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee500.00
emd14459.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose12-08-2024 17:30:00
tenderQueryClose11-08-2024 17:30:00
technicalBidOpenNone
publishedDate05-08-2024 17:01:31
publishedByPostRDPR_EE_DIV_BGK
publishedByUserKPE18661 - MALLANAGOUDA R BIRADAR
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypeRUPEES
denominationTypeTextRupees
retenderedYnNone
percentageRateTypeTextNone
contactPersonEEPREDBAGALKOTE
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedNone
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber083542350442
mobileNumber8660966508
tenderSupplierListNone
tenderSchedule
createdTs1722856679744
version4
createdDateNone
modifiedDateNone
tenderNumberRDPR/2024-25/WT/WORK_INDENT7146
titleConstruction of drain and Wetland from bus stand to KEB station at Tolamatti village in Bilagi taluka.
descriptionConstruction of drain and Wetland from busstand to KEB station at Tolamatti village in Bilagi taluka.
categoryWORKS
categoryTextWorks
ecv578377.54
deptNameRural Development and Panchayat Raj Department
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location796
locationNameRDPR Division Office Bagalakote
provisionalAmount579000.0
groupOverheadTotal88226.75
fileNumberPRED/SUB-DIVISION/BILAGI/SBM/2024-25/03
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17228566800000NoneNoneWater /sewage treatment tanksConstruction of drain and Wetland from bus stand to KEB station at Tolamatti village in Bilagi taluka.490150.79
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3694084135811Nonecode01Earth work excavation by manual means for drains,canals and similar works in all kinds of soils , as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, re moval of stumps and other deleterious matter, excavated surface lev eled and sides neatly dressed disposing off the excavated stuff or sort ing & 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 workCum254.1254.1307.13FalseNoneNoneFalseNoneFalse78041.7330
3694085135811Nonecode02Providing 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 IS Codes machine mixed, laid in layers not exceeding 150 mm thickness, well compacted using plate vibrators, including all lead & lifts, cost of all materials of quality, labour, Usage charges of machineries, curing, and all the other appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork shall be paid separately)Mix 1:4:8( M5) Using 40 mm nominal size graded crushed coarse aggregatesCum6527.856527.8518.19FalseNoneNoneFalseNoneFalse118741.59150
3694086135811Nonecode03Providing and laying Pitching on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment complete as per drawing and Technical specificationsCum1816.41816.4139.73FalseNoneNoneFalseNoneFalse253805.5720
3694087135811Nonecode04Supplying S&S RCC SPUN / VIBRATED CAST PIPES (REINFORCED) pipes NP-3 Class conforming to IS:458-1988 with latest amentments using ordinary portland cement, for sanitary works and conveying to work site, rolling and lowering into trenches, laying true to line and level including loading and unloading at both destinations and jointing of pipes and specials, perfect linking of joints with jack to correct position including cost of jointing materials, i.e, rubber rings conforming to IS: 5382 for S&S RCC pipes, with all leads and lifts as directed and giving necessary hydraulic test as per ISS to the required pressure and commissioning etc. complete. (Contractor will make his own arrangements for procuring water for testing). Before the execution of the work, the contractor shall carry out the survey RCC NP3 Class pipe of 600 mm dia.Rmtr3297.03297.010.0FalseNoneNoneFalseNoneFalse32970.00
3694088135811Nonecode05onstructing brick masonry chamber for underground C.I. inspection chamber and bends with bricks in cement mortar 1:4 (1 cement : 4 coarse sand) C.I. cover with frame (light duty) 500X700 mm internal dimensions, total weight of cover with frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg), R.C.C. top slab with 1:1.5:3 mix (1 cement : 1.5 fine sand : 3 graded stone aggregate 20 mm nominal size), foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand), finished smooth with a floating coat of neat cement on walls and bed concrete etc. complete as per standard design: Inside dimensions 500x700 mm and 45 cm deep for pipe line with one or two inlets :With common burnt clay (non modular) bricks of class designation 3.5 Extra for depth beyond 45 cm of brick masonry chamber : For 500x700 mm size With common burnt clay (non modular) bricks of class designation 3.5Each6591.96591.91.0FalseNoneNoneFalseNoneFalse6591.90
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17228566810000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17228566810000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17228566810000NoneNoneELIGIBILITYBidders 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
17228566810000NoneNoneELIGIBILITYIt 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
17228566810000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17228566810000NoneNoneELIGIBILITYDepartment Registration DetailsNone
17228566810000NoneNoneELIGIBILITYTotal value of civl engineering works executed and payments received in the last five years (year-wise)None
17228566810000NoneNoneELIGIBILITYList of existing commitments and ongoing workNone
17228566810000NoneNoneELIGIBILITYList of works for which tenders already submittedNone
17228566810000NoneNoneELIGIBILITYBanker DetailsNone
17228566930000NoneNoneELIGIBILITYBidder 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
17228566980000NoneNoneELIGIBILITYThe 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
17228567050000NoneNoneELIGIBILITYAll the documents to be uploaded shall be neatly scanned and the documents scanned shall be in original.None
17228567090000NoneNoneELIGIBILITYThe 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
17228567150000NoneNoneELIGIBILITYAll 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
17228567210000NoneNoneELIGIBILITYAcceptence / Cancellation of the works are reserved by under signed without any reasons for the same.None
17228567250000NoneNoneELIGIBILITYIf any date in the tender time table is government holiday, next working date will be consideredNone
17228567300000NoneNoneELIGIBILITYIncomplete / conditional tenders will not be accepted.None
17228567350000NoneNoneELIGIBILITYTenderer must submit his present accurate postal address and phone / cell phone numberNone
17228567390000NoneNoneELIGIBILITYThe cost of the Tender form shall not be refundable.None
17228567430000NoneNoneELIGIBILITYUnique Document Identification Number (UDIN) from Practicing Chartered Account Must PreferredNone
17228567470000NoneNoneELIGIBILITYWork shall be executed as per KTPP Act & KW-1&2 Conditions.None
17228567500000NoneNoneELIGIBILITYThe Rates Quoted In The Estimates Are Exclusive of GST Taxes.None
17228567540000NoneNoneELIGIBILITYThe GST will be Paid Separately to the Contractors as per the Guidelines of the Government Time to Time.None
17228567580000NoneNoneELIGIBILITYSuccessful 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 Bagalkote 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
17228567630000NoneNoneELIGIBILITYAs 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
17228567660000NoneNoneELIGIBILITYThe 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
17228567700000NoneNoneELIGIBILITYTo 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 a minimum financial turnover in all classes of civil engineering construction works only of Amount Put Tender (Turn over With compulsory UDIN Number) (in all classes of civil engineering construction works only)None
17228567770000NoneNoneELIGIBILITYTenderer 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 (LOC letter should be unconditional format)None
17228567800000NoneNoneELIGIBILITYThis work is Randomized as OTHERS Category. Hence any Category of Contractor can bid.None
17228568080000NoneNoneELIGIBILITYTenderers must have valid PRED/PWD registration CLASS-III AND ABOVE and must submit PRED/PWD registration copy.None
17228568120000NoneNoneELIGIBILITYNOTE : ONLY RELEVANT SCANNED COPY OF THE ORIGINAL DOCUMENT TO BE ATTACHED FOR THE CORRESPONDING CONDITIONS MENTIONED.None
17228568720000NoneNoneELIGIBILITYPeriod for completion of work is 3 MonthsNone
17228568760000NoneNoneELIGIBILITYThe Project Completion period is 3 Months and the defect liability period of the work is (2) TWO year after successful completion of the work. (including Monsoon).None
17228568810000NoneNoneELIGIBILITYTenderer must have valid Class-III & Above contractor (Civil) registered in KPWD / PRED Bangalore and must submit the registration copyNone
17228568850000NoneNoneELIGIBILITYTenderer must submit copies of documents according to KW-1&2 documentNone
17228568880000NoneNoneELIGIBILITYLot No:1798 Sl No.50 OthersNone
preQualCriterionListNone
technicalCriterionListNone
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Tenderer must have valid KPWD/PRED Class-III & above civil contractor registration certificateTrueTechnical Bid
Tenderer must Submit PAN & GST CertificateTrueTechnical Bid
Tenderer must have of value 2019-20 to 2023-24 satisfactorily completed, as a prime contractor at least one Similar nature of work of 50 Percent of the Amount Put to Tender not less than Rs.2.89 lakhs issued by the officer not below the rank of Executive Engineer For Similer nature/Building works work done certificate with works shoud be produced Workdone with indent NoTrueTechnical Bid
Work orders commitments of ongoing works issued by an officer not below the rank of Executive EngineerTrueTechnical Bid
Annual Turnover Certificate for at least last five yearsTrueTechnical Bid
To qualify for award of this contact each tenderer in his name should have in the 2019-20 to 2023-24 years period achieved in at least two financial years an average financial turnover of Rs .5.78 Lakhs usually not less than amount put to tender fromfrom C.A. on Letter Head with UDIN No. otherwise bid will be directly disqualifiedTrueTechnical Bid
Accurate postal address and phone / cell phone numberTrueTechnical Bid
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 A X N X 2.5 BTrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone