createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1724045719841 version 3 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy RESERVED invitingStrategyText Reserved taxType INCLUSIVE_TAX tenderFee 1880.00 emd 63416.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 29-08-2024 17:30:00 tenderQueryClose 28-08-2024 17:30:00 technicalBidOpen 31-08-2024 11:00:00 publishedDate 19-08-2024 13:46:32 publishedByPost RDPR_EE_DIV_BGK publishedByUser KPE18661 - MALLANAGOUDA R BIRADAR bidValidityPeriod 90 noOfCalls 1 preBidMeetingDate None preBidMeetingYn False preQualificationBidOpen None denominationType RUPEES denominationTypeText Rupees retenderedYn None percentageRateTypeText None contactPerson EE PRED BAGALKOTE 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 08354235042 mobileNumber 8660966508 tenderSupplierList None tenderSchedule
createdTs 1724045719881 version 4 createdDate None modifiedDate None tenderNumber RDPR/2024-25/RD/WORK_INDENT7682 title Construction of CC Road from Mallapur PJ Main Road to New Yaragudri in Mudhol Taluk of Bagalkote District (Ch- 0.00 Km to 0.50 Km) description Construction of CC Road from Mallapur PJ Main Road to New Yaragudri in Mudhol Taluk of Bagalkote District (Ch- 0.00 Km to 0.50 Km) category WORKS categoryText Works ecv 7483120.24 deptName Rural Development and Panchayat Raj Department status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 796 locationName RDPR Division Office Bagalakote provisionalAmount 7500000.0 groupOverheadTotal 1141492.92 fileNumber AEE/PRESD/MDL/5054/2022-23/EE65/07-2024-25 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1724045720000 0 None None Roads Construction of CC Road from Mallapur PJ Main Road to New Yaragudri in Mudhol Taluk of Bagalkote District (Ch- 0.00 Km to 0.50 Km) 6341627.32
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3804914 144490 None MAL01 Clearing and grubbing road land including uprooting rank vegetation, grass, bushes, shrubs, saplings and trees girth up to 300 mm, removal of stumps of trees cut earlier and disposal of unserviceable materials and stacking of serviceable material to be used or auctioned, including removal and disposal of top organic soil not exceeding 150 mm in thickness. By Mechanical Means using Dozer In area of thorny jungle with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. 100 Sqm 508.2 508.2 9.12 False None None False None False 4634.784 0 3804915 144490 None MAL02 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 with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Cum 110.25 110.25 627.0 False None None False None False 69126.75 0 3804916 144490 None MAL03 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 with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Cum 497.7 497.7 1497.25 False None None False None False 745181.325 0 3804917 144490 None MAL04 Water Bound Macadam Providing, laying, spreading and compacting stone aggregates of specific sizes to water bound macadam specification including spreading in uniform thickness, hand packing, rolling with vibratory roller in stages to proper grade and camber, applyingand brooming requisite type of screening/ binding Materials to fill up the interstices of coarse aggregate, watering and compacting to the required density. Using Screening Type B (11.2mm agg) with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Cum 2886.45 2886.45 256.5 False None None False None False 740374.425 0 3804918 144490 None MAL05 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a preparedsub base, with 43 grade cement or any other type as perClause 1501.2.2 M20 (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. with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Cum 6692.7 6692.7 684.0 False None None False None False 4577806.8 0 3804919 144490 None MAL06 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 with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Cum 517.65 517.65 209.0 False None None False None False 108188.85 0 3804920 144490 None MAL07 Providing and laying reinforced cement concrete pipe NP3 for culverts on first class bedding of granular material in single row including fixing collar with cement mortar 1:2but excluding excavation, protection works, backfilling, concrete and masonry works in head walls and parapets Clause 1101.6. 750 mm dia with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Mtr 3501.75 3501.75 24.0 False None None False None False 84042.0 0 3804921 144490 None MAL08 Kilometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc Ordinary kilometer stone (precast) with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Each 3073.35 3073.35 1.0 False None None False None False 3073.35 0 3804922 144490 None MAL09 Kilometre Stone Reinforced cement concrete M15grade kilometre stone of standard design as per IRC:8-1980, fixing in position including painting and printing etc 200 m stone (precast) with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Each 884.1 884.1 3.0 False None None False None False 2652.3 0 3804923 144490 None MAL10 Providing and fixing of retro- reflectorised cautionary, mandatory and informatory sign as per IRC:67:2022 made of Class B Type IV retro reflective sheeting fixed over 2 mm thick aluminium sheeting vide clause 803.1, 3mm/4mm thick Aluminium composite material sheet depending on the size of the sign fixed over the back support frame of min 25 x 25 x 3mm angle mounted on a mild steel circular pipe 65 NB, 3.2 mm thickness firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing.The sign shall be maintained as per section 12 of IRC:67:2022.120 cm equilateral triangle with all lead and lift complete. as per the directions of the Engineer-in-charge of the work. Each 6546.75 6546.75 1.0 False None None False None False 6546.75 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1724045721000 0 None None ELIGIBILITY Tenders from Joint ventures are not acceptable. None 1724045721000 0 None None ELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None 1724045721000 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 1724045721000 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 1724045721000 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 1724047621000 0 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 1724047625000 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 1724047630000 0 None None ELIGIBILITY The contractor should provide daily there staff members on site None 1724047634000 0 None None ELIGIBILITY if there is any objection regarding tender, eligibility of contractors, documents etc. The objection must be submitted before last date & time of submission of tender directly to Executive Engineer, PRE Dn, Bagalkot. (Not in inward). None 1724047637000 0 None None ELIGIBILITY All the scanned documents pertaining to bidder to be uploaded shall be in original & same original should be produced to The Executive Engineer (at the time of technical opening) who reserves right to verify the original documents before approval. None 1724047642000 0 None None ELIGIBILITY The work subjected to third party inspection and inspection by other govt agencies third party inspection cost is borne by the contractor at the rate of 0.5% of the gross amount of the bill third party agency is appointed by the dept None 1724047648000 0 None None ELIGIBILITY Tenderer must have achieved in at least two financial years an average minimum financial Turn over (in all classes of civil construction works only) per financial year (ABSTRACT STATEMENT FROM CA OF 5 YEARS) None 1724047681000 0 None None ELIGIBILITY The original documents should be produced for verification at any stage of tender process as and when sought for, failing which the bidders are liable for disqualification. None 1724047687000 0 None None ELIGIBILITY Aspiring bidders/ contractors who have not obtained the user ID & Password for participating in https://kppp.karnataka.gov.in in PRED,, may now obtain the same from the website https://kppp.karnataka.gov.in through link contractors can contact Helpdesk HP-080 25201227 & 080 25501216 None 1724047692000 0 None None ELIGIBILITY Bidders/ Contractors can access tender document on the website, fill them and submit the completed tender document into electronic tender on the website itself with in the stipulated date. The blank tender document can be obtained through our website www.epro.karnataka.gov.in where electronic tender form is provided. Additional conditions and information also can be obtained through the above mentioned site. None 1724047696000 0 None None ELIGIBILITY Incase of Cancellation of Tender, tender application fee will not be refunded or adjusted in any case. None 1724047701000 0 None None ELIGIBILITY Bidders/contractors should attach all the scanned copies of the certificates along with their registration copy with documents pertaining to the prequalification as mentioned above(as per condition No 3 on or before the last date and time mentioned through electronic tender in the website. None 1724047720000 0 None None ELIGIBILITY Any arbitrary clause is not applicable to the above works. Conditional tenders are liable for rejection. None 1724047725000 0 None None ELIGIBILITY 1percent of the tender amount will be deducted from the work bill towards Construction Workers Welfare cess besides the other statutory deductions None 1724047730000 0 None None ELIGIBILITY corrigendums/modificationscorrections, if any, will be published only in the website individual letters,information to bidders will not be sent by post, courier.All information will be on the web site. However in case of any clarification required you are directed to contact the under signed during office hours on all working days None 1724047741000 0 None None ELIGIBILITY Conditional tenders, incomplete tenders, tenders without EMD, tenders not properly uploaded and late submission of tenders, shall be rejected. None 1724047776000 0 None None ELIGIBILITY If any of the dates mentioned above is declared as holiday, the next working day will hold good without any change in the timings indicated. None 1724047781000 0 None None ELIGIBILITY The Executive Engineer deserves the right to accept/reject any or all tenders without assigning any reasons. None 1724047786000 0 None None ELIGIBILITY Further details of work can be obtained in the office of the undersigned all working days. None 1724047790000 0 None None ELIGIBILITY Tenderer can inspect site before quoting rates. Quoted rates are inclusive statutory deduction as per Government order. None 1724047794000 0 None None ELIGIBILITY E.M.D in the form of NEFT of RTGS drawn before the last date for submission of tender . The request for the bid document through NEFT/ RTGS challan shall be made atleast two days prior to closing time and date for receipt of requisitions for the bid. None 1724047806000 0 None None ELIGIBILITY The successful bidder during the executing of the work must produce the quality test certificates for all the materials such as cement steel Pipes pump valves used for work used for work certified by the concerned authority at his own cost. None 1724047810000 0 None None ELIGIBILITY The contractor should countercheck all the designs of the scheme before execution procurement of materials and bring to the notice of the dept officers for rectification None 1724047814000 0 None None ELIGIBILITY The contractor should provide daily there staff members on site None 1724047818000 0 None None ELIGIBILITY Participating bidders contractors in the tender should submit the following documents along with Technical Bid in addition to documents details required as per KW-3. None 1724047822000 0 None None ELIGIBILITY Videography and photographs in three stages should be taken and submitted along with the bill before starting, during execution and after completion of work in the presence of the section officer None 1724047829000 0 None None ELIGIBILITY Materials to be utiliszed for the work must be tested in PRED labs and quality control test reports must be enclosed to the bills. Cost of quality control tests must be borne by the contractor None 1724047847000 0 None None ELIGIBILITY After Completion of Work Third Party/SQM/DQM Inspection Reports Submitt with the Bills None 1724047852000 0 None None ELIGIBILITY The Eligible Contractor Should Agree the KW-3 Bid Document Conditions. None 1724047855000 0 None None ELIGIBILITY The Tenderer should submit the line of credit from Banker of a nationalized Bank / liquid assets amounting to 30% of tender price None 1724047859000 0 None None ELIGIBILITY The Building constructed under this programme shall be of very high standard, requiring no major repairs for three (3)years after completion of construction the contractors shall have to give guarantee for 3 years maintenance None 1724047863000 0 None None ELIGIBILITY The successful tenderer shall maintain the Building work during the defect liability period of 2 years and for three years maintenance for major construction repairs after completion of the project None 1724047866000 0 None None ELIGIBILITY THE CONTRACTORS ARE INSTRUCTED TO SUBMIT ONLY RELEVENT AND ACCURTE INFORMATION WITH RECORDS AS REQUIRED AND SPECIFIED IN QUALIFICATION CRITERIA.ANY JUNK ,SUPERFLUOS AND UNNECESARY DOCUMENTS IF UPLOADED WILL TREATED AS MISLEADING AND SUCH TENDERS ARE LIABLE TO BE REJECTED None 1724047870000 0 None None ELIGIBILITY The item rates are excluding GST but inclusive of all other charges. None 1724047875000 0 None None ELIGIBILITY GST shall be paid to the tendered amount separately. None 1724047878000 0 None None ELIGIBILITY The Increase in GST shall not be paid in the extended period of contract for which the contractor alone is responsible for delays as determined by the authority while granting the extension of time. None 1724047882000 0 None None ELIGIBILITY For SC & ST Category of contractors the provision of Exemption under KW-1& KW-2 has been provided as per Govt Order No: FD 876 EXP-12/2017, Bangalore, Dated: 10-10-2017. The contractor belonging to SC & ST category shall be Domicile of the state of Karnataka for more than 10 years and should submit valid caste certificate. None 1724047886000 0 None None ELIGIBILITY Mandating satisfactory completion as a prime contractor for at least one similar nature of work to an extent of 50% of tender price for General Category and 25% for SC,ST Category in last five years . And the work done certificate must be issued by executive engineer or equivalent. None 1724047895000 0 None None ELIGIBILITY This work is Randomized under LOT4471 Sl No.05 and which is classified as :SC Category work. Hence this work is purely reserved for ST Category Bidders only. None 1724047938000 0 None None ELIGIBILITY For this work only eligible SC contractor (with cast certificate) should apply None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None 3.2 b) Mandating satisfactory completion as a prime contractor for at least one any construction of work with 25 percent work done value not less than Rs.15.85 Lakhs. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Tenderer must have completed physical work done as prescribed in bid document KW-3 Executed in any year the following 80 Percentage quantities of work during last 5 years i.e. 2019-20 to 2023-24 provided in BOQ 1. Earthwork Embankment 1365.00 Cum 2.WBM GRADE-II-128.25 Cum.3.CC PAVEMENT-547.20 Cum Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- QUNTITYWISE WORKDONE None None None None KPWD/PRED Class-I & above Registration Certificate Past Experience None
createdTs version createdDate modifiedDate documentName None None None None PWD Registration Certificate (Class I/II/III/IV) None None None None 3.1 Qualification of the Tenderer: All Tenderers shall provide the requested information accurately and in sufficient detail in Section 3: Qualification information. 3.2 To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e. 2019-20 To -2023-24. (a) achieved in atleast one financial years a minimum financial turnover (in all classes of civil engineering construction works only) of Rs.63.42 Lakhs (usually not less than two times the estimated annual payments under this contract) With UDIN No certified by Authorized Charted Accountant Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None 3.3 b)liquid assets and/or availability of credit facilities of no less than Rs.19.02 Lakhs (Credit lines/letter of credit/certificates from any Nationalized bank for meeting the fund requirement etc. (usually the equivalent of the estimated cash flow for three months in the peak construction period) should be of unconditional nature. LOC issued by such a banks Should be of UNCONDITIONAL Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Assessed available tender capacity (A x N x5-B) where A-Maximum value of civil engineering works executed in any one year during the last five years (updated to ------- 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. B-Value, at 2023-24 price level, of existing commitments and on-going works to be completed during the next.......years (period of completion of the works for which Tenders are invited) Note- a)The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Employer in charge, not below the rank of an Executive Engineer or equivalent. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- BID CAPACITY None None None None Reserved Category Certificate-SC CASTE CERTFICATE AND Domicile Certificate Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- SC RESERVED CERTIFICATE None None None None Work orders / commitments of ongoing works issued by an officer not below the rank of Executive Engineer Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- ONGOIND WORKS None None None None Accurate postal address and phone / cell phone number Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Others -- ADDRESS PROOF tenderCriterionDocumentList
documentName optional documentTypeText PWD/KPWD Registration Certificate- Class I and above True Technical Bid work done certificate- 25 percent True Technical Bid Quantity of Work Done True Technical Bid Reserved Category Certificate- SC True Technical Bid Bid Capacity True Technical Bid UNCONDITIONAL LINE OF Credit True Technical Bid Annual Turnover Certificate WITH UDIN NO True Technical Bid tenderWorkLocationList
tenderSubEstimateName districtName taluqName loksabhaContName assemblyContName locationDescription latitudeDegrees latitudeMinutes latitudeSeconds longitudeDegrees longitudeMinutes longitudeSeconds Roads Bagalkote Mudhol Bagalkot MUDHOL (SC) CC Road from Mallapur PJ Main Road to New Yaragudri None None None None None None tenderAddress None tenderRecallDTO None