createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1725104393008
version3
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee2450.00
emd166500.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose09-09-2024 17:00:00
tenderQueryClose03-09-2024 16:00:59
technicalBidOpen11-09-2024 11:00:00
publishedDate31-08-2024 18:10:16
publishedByPostVJNL_EE_DIV_UBP6_CLK
publishedByUserKPE18908 - MADHUKUMAR P
bidValidityPeriod180
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
denominationTypePERCENTAGE
denominationTypeTextPercentage
retenderedYnNone
percentageRateTypeTextSingle Rate
contactPersonMadhukumar P
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumberNone
mobileNumber9845171283
tenderSupplierListNone
tenderSchedule
createdTs1725104393035
version5
createdDateNone
modifiedDateNone
tenderNumberVJNL/2024-25/BD/WORK_INDENT96
titleImprovement for office of The Executive Engineer, Technical Assistant, Division No.06 Engineers and other establishment staffs Cabins sub-Division No.15 & 16 Assistant Executive Engineer, sub-division section officers and others staff cabins repair and renovation and Construction of Toilet block for Sub division 15 & 16 offices of UBP officeat Challakere, Challakere Taluka, Chitradurga Dist.
descriptionImprovement for office of The Executive Engineer, Technical Assistant, Division No.06 Engineers and other establishment staffs Cabins sub-Division No.15 & 16 Assistant Executive Engineer, sub-division section officers and others staff cabins repair and renovation and Construction of Toilet block for Sub division 15 & 16 offices of UBP officeat Challakere, Challakere Taluka, Chitradurga Dist.
categoryWORKS
categoryTextWorks
ecv9798623.72
deptNameVisvesvaraya Jala Nigam Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location5340
locationNameVJNL Division UBP NO 6 Office Challakere
provisionalAmount9900000.0
groupOverheadTotal1494705.31
fileNumberVJNL/UBP/CLK/2
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17251043930001NoneNoneBuildingsImprovement for office of The Executive Engineer, Technical Assistant, Division No.06 Engineers and other establishment staffs Cabins sub-Division No.15 & 16 Assistant Executive Engineer, sub-division section officers and others staff cabins repair and renovation and Construction of Toilet block for Sub division 15 & 16 offices of UBP officeat Challakere, Challakere Taluka, Chitradurga Dist.8303918.41
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3896348149951None7.49.1Supply and Installation of Multicell Standing Seam polycarbonate panels having flux 7.0 as per EN 16153 & EN ISO 10077 -2. For min joints, panel shall be 1000 - 1200 mm wide with standing seam on both sides. Panels shall have minimum six-seven layers with truss bridge design for higher flexibility and strength. The system shall be secured using suitable connectors with double tooth grip lock locking mechanism and fixed on purlin(to be paid separately) having a pull out load of min 7000N tested as per ISO 6892-1998 and IS 1608-2005. Panels must satisfy impact test as per IS 14443-97 shall show no sign of breakage which have been exposed to UV for 500 Hours (min) as per ASTM G 155. Panels shall have Yellowness Index of not more than 15 units as per ASTM D 1925 when tested on a sample exposed to UV for 500 Hours as per ASTM G 155. Panel shall be closed at the end with additional Aluminium U profile as required. All aluminium should be factory finished mill finished. Panel shall be fixed over MS structural steel / MS purlin (to be paid separately) conforming to the details in the specifications as per direction of Engineer in charge of work. 18mm Thick Multicell Polycarbonate Panels having U value of 1.9 W/m2 K (max) (Comman S.R for the year 2023-24, Vol- 2 , I No:7.49.1 P.No. 31)Sqm4006.74006.7197.62FalseNoneNoneFalseNoneFalse791804.0540
3896349149951None6.8.6Supplying of 2 Ton capacity 5star TR Invertor type split Air conditioners suitable for operation on A/C supply single phase 50 Hz 230 V with hermetically sealed inverter compressor with air cooled condenser, latest R410A / R-32 refrigerant fan motor, start & run capacitors, relay & over load protector internal unit, with one indoor & one outdoor unit The condenser unit will be placed outside the room avoid noise including standard length of suitable size copper tubing covered with nitrile rubber insulation tube. suitable capacity 3 core sheathed/ PVC copper cable and a battery operated wireless remote unit. (PWD Electrical, 2023-24, Part-1, I No:6.8.6 P.No. 31)Each69420.9769420.974.0FalseNoneNoneFalseNoneFalse277683.880
3896350149951None6.6.3Supplying of 2.00 ton capacity 5 Star capacity window type air conditioner confirming to IS specification suitable for operation on 230 V, 50 Hz single phase, AC. supply with all accessories. (PWD Electrical, 2023-24, Part-1, I No:6.6.3 P.No. 30)Each36027.3436027.343.0FalseNoneNoneFalseNoneFalse108082.020
3896351149951None11.4.1Supplying of recess mounting non integrated type LED down light 5-6 W luminaire comprising of pressure decast/ extruded aluminium housing, with spring loaded false ceiling clA, LED of Power/COB with CCT 6500 degree K, CRI 70%. efficacy 100 lumen per W, 120degree beam spread, life 25000 burning hours and Compliance to IS10322/IEC 60598, LM 79 & LM 80. The lamp compartment is enclosed with anti glare opal diffuser which enhances the lighting level. LED's are driven by HF electronic driver integrated in a separate control gear assembly., with PF 0.95, power loss should 5% of lamp Wage, short circuit & open circuit protection to be integrated in the circuit, THD less than 20%, Life as per LM 79. The operating input voltage should be between 130 to 275 V. BIS Approved and Tested by NABL/CPRI accredited laboratory with 2 years Warranty against any manufacturing defect working under standard electrical condition. (PWD Electrical, 2023-24, Part-1, I No:11.4.1 P.No. 44)Each829.15829.1548.0FalseNoneNoneFalseNoneFalse39799.20
3896352149951None11.4.3Supplying of recess mounting non integrated type LED down light 15-18 W luminaire comprising of pressure decast/ extruded aluminium housing, with spring loaded false ceiling clA, LED of Power/COB with CCT 6500 degree K, CRI 70%. efficacy 100 lumen per W, 120degree beam spread, life 25000 burning hours and Compliance to IS10322/IEC 60598, LM 79 & LM 80. The lamp compartment is enclosed with anti glare opal diffuser which enhances the lighting level. LED's are driven by HF electronic driver integrated in a separate control gear assembly., with PF 0.95, power loss should 5% of lamp Wage, short circuit & open circuit protection to be integrated in the circuit, THD less than 20%, Life as per LM 79. The operating input voltage should be between 130 to 275 V. BIS Approved and Tested by NABL/CPRI accredited laboratory with 2 years Warranty against any manufacturing defect working under standard electrical condition. (PWD Electrical, 2023-24, Part-1, I No:11.4.3 P.No. 44)Each1721.131721.1324.0FalseNoneNoneFalseNoneFalse41307.120
3896353149951None1.1.1Supplying heavy gauge PVC conduit pipe 19/20 mm dia 2 mm thick confirming to IS 2509 with suitable size bends, junction boxes, adhesive paste etc , and fixing using inverted wood plugs in case of RCC ceiling and RCC wall/ stone structure or rawl plugs in case of brick walls and cement plastering the damaged portion using heavy gauge saddles at an interval of 700mm using NF screws.(PWD Electrical, 2023-24, Part-1, I No:1.1.1 P.No. 2) (Open Conduit System)m71.0771.07400.0FalseNoneNoneFalseNoneFalse28428.00
3896354149951None3.5.6Supplying and fixing superior quality modular switch mounting polycarbonate plate with necessary supporting back plate with required nos. of machine screws, bolts nuts etc., complete on the existing metal/PVC box. (PWD Electrical, 2023-24, Part-1, I No: 3.5.6 P.No. 8) (16 to 18 Module)Each354.32354.322.0FalseNoneNoneFalseNoneFalse708.640
3896355149951None3.6.1Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.1 P.No. 9) (6A One Way Switch)Each105.06105.0624.0FalseNoneNoneFalseNoneFalse2521.440
3896356149951None3.6.2Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.2 P.No. 9) (6A Two Way Switch)Each170.98170.988.0FalseNoneNoneFalseNoneFalse1367.840
3896357149951None3.6.4Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.4 P.No. 9) (Stepped Fan Regulator Two Module)Each367.71367.712.0FalseNoneNoneFalseNoneFalse735.420
3896358149951None3.6.8Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.8 P.No. 5) (16A One Way Switch)Each185.4185.42.0FalseNoneNoneFalseNoneFalse370.80
3896359149951None3.6.7Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.7 P.No. 9) (6A Bell Push)Each182.31182.3110.0FalseNoneNoneFalseNoneFalse1823.10
3896360149951None3.6.11Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.11 P.No. 9) (TV/Telephone Socket)Each160.68160.682.0FalseNoneNoneFalseNoneFalse321.360
3896361149951None3.1.2Supplying 6A flush type socket and 6 A flush type SP switch either surface/flush mounting in existing gang box or in 4mm thick plastic sheet and fixing over a flush mounted wooden box and wiring using necessary capacity wires as required as per IS 1293 and IS 3654 (PWD Electrical, 2023-24, Part-1, I No: 3.1.2 P.No. 8) (6A 3/5 Way)Each151.41151.412.0FalseNoneNoneFalseNoneFalse302.820
3896362149951None9.24Providing and laying Polished Granite stone flooring in required design and patterns, in linear as well as curvilinear portions of the building all complete as per the architectural drawings with 18 mm thick stone slab over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand) laid and jointed with cement slurry and pointing with white cement slurry admixed with pigment of matching shade including rubbing, curing and polishing etc. all complete as specified and as directed by the Engineer-in-Charge. ** Polished Granite stone slab Black, Cherry Red, Brown, Cat Eye, River Pink or equivalent. (Comman S.R for the year 2023-24, Vol- 2 , I No:9.24 P.No. 63)Sqm2937.562937.56338.29FalseNoneNoneFalseNoneFalse993747.17240
3896363149951None12.90Providing & fixing of 3-track x 2 panel sliding windows made out of multi chambered UPVC Matching to RAL-9016 sections and with minimum Ti O2 Titanium Dioxide at 6PHR with TPE Thermo Plastic Elastomer and lead free, gaskets grey colour having isolated drainage and reinforced with Galvanized Iron profile through out the window frame. The outer frame having an overall size of 108mm width x 45mmheight with reinforcement of 1mm thickness and Sash with overall size of 39mm x 75mm with GI reinforcement of 2mm and mesh sash of size 37mm x 58mm. Coextruded Glazing bead for fixing of glass shall be of size 20mm x 24 mm. Windows shall be provided with 6mm plain float glass, standard hardware& Multi point locking system with touch lock. Wall thickness of frame & sash shall be of 2mm-2.5mm. Maximum possible size 2419mm x 2200mm. (The cost is inclusive of all fixtures and separate charges for minor T&P's shall not be made) (Comman S.R for the year 2023-24, Vol- 2 , I No:12.90 P.No. 112)Each6936.026936.0282.21FalseNoneNoneFalseNoneFalse570210.20420
3896364149951None12.17Providing and fixing in position fully panelled Honne wood shutters for doors with , stiles and rails of 35mm. thick with bottom and lock rails 180mm wide top rail and stiles 100mm wide as per drawing and panels of 25mm thick including cost of materials, labour, usage charges complete as per specifications. (excluding cost of fixtures) (Comman S.R for the year 2023-24, Vol- 2 , I No:12.17 P.No. 100)Sqm7297.557297.5531.4FalseNoneNoneFalseNoneFalse229143.070
3896365149951None12.51Fixing of door frame in an existing opening including embedding frame in floor and walls after cutting masonry for holdfasts for embedding holdfast in cement concrete 1:3:6 of 20mm and down size granite metal painting two coats of coal tar to sides of frame, making good the damages to walls and floor as required and disposal of the debris with lead upto 50 m. including cost of materials, labour charges, complete as per specifications. (Comman S.R for the year 2023-24, Vol- 2 , I No:12.51 P.No. 104)Sqm1046.481046.487.0FalseNoneNoneFalseNoneFalse7325.360
3896366149951None14.10.1Providing and fixing Stainless Steel A ISI 304 (18/8) kitchen sink as per IS:13983 with C.I. brackets and stainless steel plug 40 mm, including painting of fittings and brackets, cutting and making good the walls wherever required : Kitchen sink with drain board, 510x1040 mm bowl depth 250 mm (Comman S.R for the year 2023-24, Vol- 2 , I No:14.10.1.1 P.No. 133)Each5786.545786.541.0FalseNoneNoneFalseNoneFalse5786.540
3896367149951None7.51Providing and supplying 'Acoustical Wall Paneling' with square edges made of fibre glass substrate 25mm thick and wrapped on the front side with an acoustically transparent and classified for Fire reaction Class A, as per ASTM E-84, fabric with option of colors - as per the choice of the Architect/Engineer incharge of the size 600x600mm, 600x1200mm & 600x1800mm providing a minimum sound absorption level of 0.85 NRC to be affixed to wall using Wall panel lmpaler sand construction adhesives as per the instructions laid down by the certified anufacturer. (Comman S.R for the year 2023-24, Vol- 2 , I No:7.51 P.No. 32)Sqm5898.815898.817.08FalseNoneNoneFalseNoneFalse41763.57480
3896368149951None5.39Supplying, fixing and wiring Automatic Power Factor controller circuit unit fully, static units controlled by 14 stage microprocessor operation, relays LED display, self programming function for power stages and operating logic checking facility for healthy and efficient of each individual capacitor bank, measurement of network harmonics with indication when limit values are exceeded, Comprehensive displays with large, three phase LED display, Long term memory for settings, protection for over voltage, power factor correction fault and no voltage, to connect/ disconnect banks, with automatic recognition or with standard programs (PWD Electrical, 2023-24, Part-1, I No: 5.39 P.No. 19)Each22289.222289.21.0FalseNoneNoneFalseNoneFalse22289.20
3896369149951None34.2Fixed Camera Specifications Lens type Bi focal auto iris with 10 digital zoom Mode Day Night Image size 720 486 NTSC Streaming High speed Weather Proof IP 66 compliant Network Protocol: TCP IP should be compliant of any other protocol required Connectivity Cat 6 Optical fibre Ethernet 10 Baset 100Base TX RJ45 Power source both self powered and externally powered. PWD common SR, KPTCL SCHEDULE OF RATES 2023-24 2022-23, Vol-6, I No: 34.2 P.No. 52No12346.6112346.6116.0FalseNoneNoneFalseNoneFalse197545.760
3896370149951None29 (I)(e)(ii)Erection, Installation and commissioning of CCTV Surveillance system, Fixed Camera. (PWD common SR, KPTCL SCHEDULE OF RATES 2023-24, 2022-23, Vol-6, I No: 29 (I)(e)(ii), P.No. 128)No1246.31246.316.0FalseNoneNoneFalseNoneFalse19940.80
3896371149951None7.49.1Supply and Installation of Multicell Standing Seam polycarbonate panels having flux 7.0 as per EN 16153 & EN ISO 10077 2. For min joints, panel shall be 1000 1200 mm wide with standing seam on both sides. Panels shall have minimum six seven layers with truss bridge design for higher flexibility and strength. The system shall be secured using suitable connectors with double tooth grip lock locking mechanism and fixed on purlin(to be paid separately having a pull out load of min 7000N tested as per ISO 6892 1998 and IS 1608 2005. Panels must satisfy impact test as per IS 14443-97 shall show no sign of breakage which have been exposed to UV for 500 Hours (min) as per ASTM G 155. Panels shall have Yellowness Index of not more than 15 units as per ASTM D 1925 when tested on a sample exposed to UV for 500 Hours as per ASTM G 155. Panel shall be closed at the end with additional Aluminium U profile as required. All aluminium should be factory finished mill finished. Panel shall be fixed over MS structural steel MS purlin to be paid separately conforming to the details in the specifications as per direction of Engineer in charge of work. 18mm Thick Multicell Polycarbonate Panels having U value of 1.9 W/m2 K (max) (Comman S.R for the year 2023-24, Vol- 2 , I No:7.49.1 P.No. 31)Sqm4006.74006.7336.36FalseNoneNoneFalseNoneFalse1347693.6120
3896372149951None6.8.6Supplying of 2 Ton capacity 5star TR Invertor type split Air conditioners suitable for operation on A/C supply single phase 50 Hz 230 V with hermetically sealed inverter compressor with air cooled condenser, latest R410A / R-32 refrigerant fan motor, start & run capacitors, relay & over load protector internal unit, with one indoor & one outdoor unit The condenser unit will be placed outside the room avoid noise including standard length of suitable size copper tubing covered with nitrile rubber insulation tube. suitable capacity 3 core sheathed/ PVC copper cable and a battery operated wireless remote unit. (PWD Electrical, 2023-24, Part-1, I No:6.8.6 P.No. 31)Each69420.9769420.976.0FalseNoneNoneFalseNoneFalse416525.820
3896373149951None11.4.1Supplying of recess mounting non integrated type LED down light 5 6 W luminaire comprising of pressure decast/ extruded aluminium housing, with spring loaded false ceiling clA, LED of Power/COB with CCT 6500 degree K, CRI 70%. efficacy 100 lumen per W, 120degree beam spread, life 25000 burning hours and Compliance to IS10322/IEC 60598, LM 79 & LM 80. The lamp compartment is enclosed with anti glare opal diffuser which enhances the lighting level. LED's are driven by HF electronic driver integrated in a separate control gear assembly., with PF 0.95, power loss should 5% f lamp Wage, short circuit & open circuit protection to be integrated in the circuit, THD less than 20%, Life as per LM 79. The operating input voltage should be between 130 to 275 V. BIS Approved and Tested by NABL/CPRI accredited laboratory with 2 years Warranty against any manufacturing defect working under standard electrical condition. (PWD Electrical, 2023-24, Part-1, I No:11.4.1 P.No. 44)Each829.15829.1578.0FalseNoneNoneFalseNoneFalse64673.70
3896374149951None11.4.3Supplying of recess mounting non integrated type LED down light 15-18 W luminaire comprising of pressure decast/ extruded aluminium housing, with spring loaded false ceiling clA, LED of Power/COB with CCT 6500 degree K, CRI 70%. efficacy 100 lumen per W, 120degree beam spread, life 25000 burning hours and Compliance to IS10322/IEC 60598, LM 79 & LM 80. The lamp compartment is enclosed with anti glare opal diffuser which enhances the lighting level. LED's are driven by HF electronic driver integrated in a separate control gear assembly., with PF 0.95, power loss should 5% of lamp Wage, short circuit & open circuit protection to be integrated in the circuit, THD less than 20%, Life as per LM 79. The operating input voltage should be between 130 to 275 V. BIS Approved and Tested by NABL/CPRI accredited laboratory with 2 years Warranty against any manufacturing defect working under standard electrical condition. (PWD Electrical, 2023-24, Part-1, I No:11.4.3 P.No. 44)Each1721.131721.1344.0FalseNoneNoneFalseNoneFalse75729.720
3896375149951None1.1.1Supplying heavy gauge PVC conduit pipe 19/20 mm dia 2 mm thick confirming to IS 2509 with suitable size bends, junction boxes, adhesive paste etc , and fixing using inverted wood plugs in case of RCC ceiling and RCC wall/ stone structure or rawl plugs in case of brick walls and cement plastering the damaged portion using heavy gauge saddles at an interval of 700mm using NF screws.(PWD Electrical, 2023-24, Part-1, I No:1.1.1 P.No. 2) (Open Conduit System)m71.0771.07475.0FalseNoneNoneFalseNoneFalse33758.250
3896376149951None3.5.6Supplying and fixing superior quality modular switch mounting polycarbonate plate with necessary supporting back plate with required nos. of machine screws, bolts nuts etc., complete on the existing metal/PVC box. (PWD Electrical, 2023-24, Part-1, I No: 3.5.6 P.No. 8) (16 to 18 Module)Each354.32354.324.0FalseNoneNoneFalseNoneFalse1417.280
3896377149951None3.6.1Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.1 P.No. 9) (6A One Way Switch)Each105.06105.0616.0FalseNoneNoneFalseNoneFalse1680.960
3896378149951None3.6.2Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.2 P.No. 5) (6A Two Way Switch)Each170.98170.981.0FalseNoneNoneFalseNoneFalse170.980
3896379149951None3.6.4Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.4 P.No. 9) (Stepped Fan Regulator Two Module)Each367.71367.712.0FalseNoneNoneFalseNoneFalse735.420
3896380149951None3.6.8Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.8 P.No. 5) (16A One Way Switch)Each185.4185.42.0FalseNoneNoneFalseNoneFalse370.80
3896381149951None3.6.7Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2023-24, Part-1, I No: 3.6.7 P.No. 9) (6A Bell Push)Each182.31182.312.0FalseNoneNoneFalseNoneFalse364.620
3896382149951None3.6.11Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293.(PWD Electrical, 2023-24, Part-1, I No: 3.6.11 P.No. 9) (TV/Telephone Socket)Each160.68160.682.0FalseNoneNoneFalseNoneFalse321.360
3896383149951None3.1.2Supplying 6A flush type socket and 6 A flush type SP switch either surface/flush mounting in existing gang box or in 4mm thick plastic sheet and fixing over a flush mounted wooden box and wiring using necessary capacity wires as required as per IS 1293 and IS 3654 (PWD Electrical, 2023-24, Part-1, I No: 3.1.2 P.No. 8) (6A 3/5 Way)Each151.41151.4117.0FalseNoneNoneFalseNoneFalse2573.970
3896384149951None9.24Providing and laying Polished in required design and patterns, in linear as well as curvilinear portions of the building all complete as per the architectural drawings with 18 mm thick stone slab over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand) laid and jointed with cement slurry and pointing with white cement slurry admixed with pigment of matching shade including rubbing, curing and polishing etc. all complete as specified and as directed by the Engineer-in-Charge. ** Polished Granite stone slab Black, Cherry Red, Brown, Cat Eye, River Pink or equivalent. (Comman S.R for the year 2023-24, Vol- 2 , I No:9.24 P.No. 63)Sqm2937.562937.56248.56FalseNoneNoneFalseNoneFalse730159.91360
3896385149951None12.90Providing & fixing of 3 track x 2 panel sliding windows made out of multi chambered UPVC Matching to RAL 9016 sections and with minimum Ti O2 Titanium Dioxide at 6PHR with TPE Thermo Plastic Elastomer and lead free, gaskets grey colour having isolated drainage and reinforced with Galvanized Iron profile through out the window frame. The outer frame having an overall size of 108mm width x 45mm height with reinforcement of 1mm thickness and Sash with overall size of 39mm x 75mm with GI reinforcement of 2mm and mesh sash of size 37mm x 58mm. Coextruded Glazing bead for fixing of glass shall be of size 20mm x 24 mm. Windows shall be provided with 6mm plain float glass, standard hardware& Multi point locking system with touch lock. Wall thickness of frame & sash shall be of 2mm-2.5mm. Maximum possible size 2419mm x 2200mm. The cost is inclusive of all fixtures and separate charges for minor T&P s shall not be made Comman S.R for the year 2023-24, Vol- 2 , I No:12.90 P.No. 112Each6936.026936.0274.21FalseNoneNoneFalseNoneFalse514722.04420
3896386149951None12.17Providing and fixing in position fully panelled Honne wood shutters for doors with stiles and rails of 40mm. thick with bottom and lock rails 180mm wide top rail and stiles 100mm wide as per drawing and panels of 25mm thick including cost of materials, labour, usage charges complete as per specifications. ( excluding cost of fixtures ) (Comman S.R for the year 2023-24, Vol- 2 , I No:12.17 P.No. 100)Sqm7297.557297.5534.3FalseNoneNoneFalseNoneFalse250305.9650
3896387149951None12.51Fixing of door frame in an existing opening including embedding frame in floor and walls after cutting masonry for holdfasts for embedding holdfast in cement concrete 1:3:6 of 20mm and down size granite metal painting two coats of coal tar to sides of frame, making good the damages to walls and floor as required and disposal of the debris with lead upto 50 m. including cost of materials, labour charges, complete as per specifications. (Comman S.R for the year 2023-24, Vol- 2 , I No:12.51 P.No. 104)Sqm1046.481046.481.0FalseNoneNoneFalseNoneFalse1046.480
3896388149951None7.51Providing and supplying 'Acoustical Wall Paneling' with square edges made of fibre glass substrate 25mm thick and wrapped on the front side with an acoustically transparent and classified for Fire reaction Class A, as per ASTM E-84, fabric with option of colors - as per the choice of the Architect/Engineer incharge of the size 600x600mm, 600x1200mm & 600x1800mm providing a minimum sound absorption level of 0.85 NRC to be affixed to wall using Wall panel lmpaler sand construction adhesives as per the instructions laid down by the certified anufacturer. (Comman S.R for the year 2023-24, Vol- 2 , I No:7.51 P.No. 32)Sqm5898.815898.812.64FalseNoneNoneFalseNoneFalse15572.85840
3896389149951None5.39Supplying, fixing and wiring Automatic Power Factor controller circuit unit fully, static units controlled by 14 stage microprocessor operation, relays LED display, self programming function for power stages and operating logic checking facility for healthy and efficient of each individual capacitor bank, measurement of network harmonics with indication when limit values are exceeded, Comprehensive displays with large, three phase LED display, Long term memory for settings, protection for over voltage, power factor correction fault and no voltage, to connect/ disconnect banks, with automatic recognition or with standard programs (PWD Electrical, 2023-24, Part-1, I No: 5.39 P.No. 19)Each22289.222289.22.0FalseNoneNoneFalseNoneFalse44578.40
3896390149951None11.5.1Providing and fixing 1mm thick M.S. sheet door with frame of 40x40x6 mm angle iron and 3 mm M.S. gusset plates at the junctions and corners, all necessary fittings complete, including applying a priming coat of approved steel primer. Using M.S. angels 40x40x6 mm for diagonal braces including cost of materials, labour, usage charges of machinery complete as per specifications and as per directions of the Engineer-in Charge. (PWD common SR, 2023-24, Vol-2, I No: 11.5.1 P.No. 77)Sqm4612.344612.3450.58FalseNoneNoneFalseNoneFalse233292.15720
3896391149951None11.4.1Supplying of recess mounting non integrated type LED down light 5 6 W luminaire comprising of pressure decast/ extruded aluminium housing, with spring loaded false ceiling clA, LED of Power/COB with CCT 6500 degree K, CRI 70%. efficacy 100 lumen per W, 120degree beam spread, life 25000 burning hours and Compliance to IS10322/IEC 60598, LM 79 & LM 80. The lamp compartment is enclosed with anti glare opal diffuser which enhances the lighting level. LED's are driven by HF electronic driver integrated in a separate control gear assembly., with PF 0.95, power loss should 5% of lamp Wage, short circuit & open circuit protection to be integrated in the circuit, THD less than 20%, Life as per LM 79. The operating input voltage should be between 130 to 275 V. BIS Approved and Tested by NABL/CPRI accredited laboratory with 2 years Warranty against any manufacturing defect working under standard electrical condition. (PWD Electrical, 2022-23, Part-1, I No:11.4.1 P.No. 44)Each829.15829.156.0FalseNoneNoneFalseNoneFalse4974.90
3896392149951None1.1.1Supplying heavy gauge PVC conduit pipe 19/20 mm dia 2 mm thick confirming to IS 2509 with suitable size bends, junction boxes, adhesive paste etc , and fixing using inverted wood plugs in case of RCC ceiling and RCC wall/ stone structure or rawl plugs in case of brick walls and cement plastering the damaged portion using heavy gauge saddles at an interval of 700mm using NF screws.(PWD Electrical, 2022-23, Part-1, I No:1.1.1 P.No. 2) (Open Conduit System)m71.0771.0780.0FalseNoneNoneFalseNoneFalse5685.60
3896393149951None3.5.6Supplying and fixing superior quality modular switch mounting polycarbonate plate with necessary supporting back plate with required nos. of machine screws, bolts nuts etc., complete on the existing metal/PVC box. (PWD Electrical, 2022-23, Part-1, I No: 3.5.6 P.No. 8) (16 to 18 Module)Each354.32354.321.0FalseNoneNoneFalseNoneFalse354.320
3896394149951None3.6.1Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2022-23, Part-1, I No: 3.6.1 P.No. 9) (6A One Way Switch)Each105.06105.0612.0FalseNoneNoneFalseNoneFalse1260.720
3896395149951None3.6.2Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2022-23, Part-1, I No: 3.6.2 P.No. 9) (6A Two Way Switch)Each170.98170.981.0FalseNoneNoneFalseNoneFalse170.980
3896396149951None3.6.4Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2022-23, Part-1, I No: 3.6.4 P.No. 9) (Stepped Fan Regulator Two Module)Each367.71367.712.0FalseNoneNoneFalseNoneFalse735.420
3896397149951None3.6.8Supplying and fixing of modular switch & connected accessories on existing modular switch plate as per IS 3854 and IS 1293. (PWD Electrical, 2022-23, Part-1, I No: 3.6.8 P.No. 5) (16A One Way Switch)Each185.4185.41.0FalseNoneNoneFalseNoneFalse185.40
3896398149951None3.1.2Supplying 6A flush type socket and 6 A flush type SP switch either surface/flush mounting in existing gang box or in 4mm thick plastic sheet and fixing over a flush mounted wooden box and wiring using necessary capacity wires as required as per IS 1293 and IS 3654 (PWD Electrical, 2022-23, Part-1, I No: 3.1.2 P.No. 8) (6A 3/5 Way)Each151.41151.411.0FalseNoneNoneFalseNoneFalse151.410
3896399149951None12.90Providing & fixing of 3 track x 2-panel sliding windows made out of multi chambered UPVC Matching to RAL 9016 sections and with minimum Ti O2 Titanium Dioxide at 6PHR with TPE Thermo Plastic Elastomer and lead free, gaskets grey colour having isolated drainage and reinforced with Galvanized Iron profile through-out the window frame. The outer frame having an overall size of 108mm width x 45mmheight with reinforcement of 1mm thickness and Sash with overall size of 39mm x 75mm with GI reinforcement of 2mm and mesh sash of size 37mm x 58mm. Coextruded Glazing bead for fixing of glass shall be of size 20mm x 24 mm. Windows shall be provided with 6mm plain float glass, standard hardware& Multi point locking system with touch lock. Wall thickness of frame & sash shall be of 2mm-2.5mm. Maximum possible size 2419mm x 2200mm. The cost is inclusive of all fixtures and separate charges for minor T&P's shall not be made (Comman S.R for the year 2021-22, Vol- 2 , I No:12.90 P.No. 112)Each6936.026936.026.6FalseNoneNoneFalseNoneFalse45777.7320
3896400149951None12.17Providing and fixing in position fully panelled Honne wood shutters for doors with , stiles and rails of 35mm. thick with bottom and lock rails 180mm wide top rail and stiles 100mm wide as per drawing and panels of 25mm thick including cost of materials, labour, usage charges complete as per specifications. (excluding cost of fixtures) (Comman S.R for the year 2021-22, Vol- 2 , I No:12.17 P.No. 100)Sqm7297.557297.559.45FalseNoneNoneFalseNoneFalse68961.84750
3896401149951None12.51Fixing of door frame in an existing opening including embedding frame in floor and walls after cutting masonry for holdfasts for embedding holdfast in cement concrete 1:3:6 of 20mm and down size granite metal painting two coats of coal tar to sides of frame, making good the damages to walls and floor as required and disposal of the debris with lead upto 50 m. including cost of materials, labour charges, complete as per specifications. (Comman S.R for the year 2021-22, Vol- 2 , I No:12.51 P.No. 104)Sqm1046.481046.485.0FalseNoneNoneFalseNoneFalse5232.40
3896402149951None6.4Providing Brick work with common burnt clay modular bricks of class designation 3.5 in foundation and plinth in Cement mortar 1:6 (1 cement : 6 coarse sand) including cost of all materials, labour, scaffolding and usage charges of machinery & other incidental charges complete as per the direction of engineer incharge of work (PWD common SR, 2022-23, Part-II, I No: 6.4 P.No. 13)Sqm8920.838920.8384.9FalseNoneNoneFalseNoneFalse757378.4670
3896403149951None8.4.1Providing 12 mm cement plaster finished with a floating coat of neat cement of mix :1:3 (1 cement: 3 fine sand) to brick masonry including rounding off corners wherever required smooth rendering, providing and removing scaffolding, including cost of materials, labour, curing complete as per specifications and as per directions of Engineer-in-charge. (PWD common SR, 2022-23, Part-II, I No: 8.4.1 P.No. 41)Sqm332.69332.69169.8FalseNoneNoneFalseNoneFalse56490.7620
3896404149951None8.33.1Finishing with Deluxe Multi surface paint system for interiors and exteriors using Primer as per manufacturers specifications: Two coats applied on walls @ 1.25 ltr/10 m² over and including one coat of Special primer applied @ 0.75 ltr /10 m² with paint of approved quality to give an even shade, after thoroughly brooming the surface to remove all dirt, dust, mortar drops and foreign matter including preparing the surface even and sand paper smooth, cost of materials, labour complete as per specifications and as per directions of Engineer-in-charge. (PWD common SR, 2022-23, Part-II, I No: 8.33.1 P.No. 46)Sqm162.74162.74182.3FalseNoneNoneFalseNoneFalse29667.5020
3896405149951None14.5.4Providing and fixing white vitreous china flat back half stall urinal of size 580x380x350 mm with white PVC automatic flushing cistern,with fittings, standard size C.P. brass flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting as per IS : 2556, C.I. trap with outlet grating and other couplings in C.P. brass, including painting of fittings and cutting and making good the walls and floors wherever required : Range of four half stall urinals with 10 litre P.V.C. automatic flushing cistern (PWD common SR, 2022-23, Vol-II, I No: 14.5.4 P.No. 132)Each19537.0419537.041.0FalseNoneNoneFalseNoneFalse19537.040
3896406149951None14.3.1Providing and fixing white vitreous china pedestal type water closet (European type) with seat and lid, 10 litre low level white vitreous china flushing cistern & C.P. flush bend with fittings & C.I. brackets, 40 mm flush bend, overflow arrangement with specials of standard make and mosquito proof coupling of approved municipal design complete, including painting of fittings and brackets, cutting and making good the walls and floors wherever required :W.C. pan with ISI marked white solid plastic seat and lid (PWD common SR, 2022-23, Part-II, I No: 14.3.1 P.No. 123)Each6156.316156.318.0FalseNoneNoneFalseNoneFalse49250.480
3896407149951None14.31Providing and fixing 600 450 mm beveled edge mirror of superior glass of approved quality complete with 6 mm thick hard board ground fixed to wooden cleats with CP brass screws and washers complete pwd common SR 2022 23 Part II I No 14 31 P No 128Each1256.61256.63.0FalseNoneNoneFalseNoneFalse3769.80
3896408149951None14.25.1Providing and fixing white vitreous china wash basin including making all connections but including the cost of fittings :Flat back wash basin of size 630x450 mm (PWD common SR, 2022-23, Part-II, I No: 14.25.1 P.No. 128)Each1015.581015.584.0FalseNoneNoneFalseNoneFalse4062.320
3896409149951None6.2.1Supplying of 1440rpm heavy duty exhaust fan with bracket blades suitable to operate on 230V 50Hz, AC Supply complete.s 12" Sweep (300 mm) (PWD Electrical, 2022-23, Part-1, I No: 6.2.1 P.No. 30)Each3058.073058.074.0FalseNoneNoneFalseNoneFalse12232.280
3896410149951None12.92Providing& fixing of Openable door made out of multi chambered UPVC (Matching to RAL 9016) sections and with minimum TiO2 (Titanium Dioxide) at 6PHR with TPV (Thermo Plastic Vulcanized) and lead free with gaskets grey colour having isolated drainage and reinforced with Galvanized Iron profile through-out the openable frame. The frame having overall size of 60mm x 55mm with GI reinforcement of 1mm thickness and openable sash with overall size of 60mm x 102mm and GI reinforcement of 2mm thickness. Coextruded Glazing bead for fixing of glass shall be of size 20mm x 34 mm. Windows shall be provided with 6mm plain float glass, Standard hardware with 2D/3D hinge & Multi point locking system with Handle. Wall thickness of frame & sash shall be of 2mm-2.5mm. Maximum possible size 900mm x 2400mm. (The cost is inclusive of all fixtures and separate charges for minor T&P's shall not be made) (PWD common SR, 2022-23, Vol-II, I No: 12.92 P.No. 111)Sqm6432.356432.356.3FalseNoneNoneFalseNoneFalse40523.8050
3896411149951None10.1.1Supplying PVC ringtite pipes conforming to IS 4985:2000 with latest amendments and conveying to worksite, rolling and lowering into trenches, laying true to line and level and perfect linking at joints, testing and commissioning, including loading unloading at both destinations and cuts of pipes wherever necessary including jointing of PVC pipes and specials (excluding cost of specials) with jointing of approved type, with all labour with all lead & lift including encasing the pipe alround to a depth of not less than 15 cms. with soft gravel or selected earth available from the excavation etc. complete and giving necessary hydraulic test to the required pressure as per ISS (Contractor will make his own arrangements for procuring water for testing) etc. for: PVC pipes 25mm dia, 10 kg/sqcm & class 5 ( common SR, 2021-22, Vol- 5, SR It No: 10.1.1 P.No. 113)m49.4449.4480.0FalseNoneNoneFalseNoneFalse3955.20
3896412149951None10.8.1Supply and delivery at site special moulded variety PVC couplers as per IS 7834/ 1987 and fabricated as per IG124/ 1984 with ISI mark and with its latest amendments: 25mm dia PVC couplers ( common SR, 2021-22, Vol- 5, SR It No:10.8.1 P.No. 116)Each12.3612.3640.0FalseNoneNoneFalseNoneFalse494.40
3896413149951None10.9.1Supply and delivery at site special moulded variety PVC elbows as per IS 7834/ 1987 and fabricated as per IG124/ 1984 with ISI mark with its latest amendments: 25 mm dia PVC Elbows ( common SR, 2021-22, Vol- 5, SR It No: 10.9.1 P.No. 117)Each16.4816.4840.0FalseNoneNoneFalseNoneFalse659.20
3896414149951None10.10.1Supply and delivery at site special moulded variety PVC tee as per IS 7834/ 1987 and fabricated as per IG124/ 1984 with ISI mark with its latest amendments: 25 mm dia PVC Tee ( common SR, 2021-22, Vol- 5, SR It No: 10.10.1 P.No. 117)Each21.6321.6330.0FalseNoneNoneFalseNoneFalse648.90
3896415149951None10.11.1Supply and delivery at site special moulded variety PVC bend as per IS 7834/ 1987 and fabricated as per IG124/ 1984 with ISI mark with its latest amendments: 25 mm dia PVC BEND ( common SR, 2021-22, Vol- 5, SR It No: 10.11.1 P.No. 118)Each24.7224.7240.0FalseNoneNoneFalseNoneFalse988.80
3896416149951None10.1Supply and delivery at site special moulded variety PVC service saddles as per IS 7834/ 1987 and fabricated as per IG124/ 1984 with ISI mark with its latest amendments : 25 mm dia PVC SERVICE SADDLES ( common SR, 2021-22, Vol- 5, 10.12.1 It No: 10.1 P.No. 118)Each39.1439.1440.0FalseNoneNoneFalseNoneFalse1565.60
3896417149951None9.24Providing and laying Polished Granite stone flooring in required design and patterns, in linear as well as curvilinear portions of the building all complete as per the architectural drawings with 18 mm thick stone slab over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand) laid and jointed with cement slurry and pointing with white cement slurry admixed with pigment of matching shade including rubbing, curing and polishing etc. all complete as specified and as directed by the Engineer-in-Charge. ** Polished Granite stone slab Black, Cherry Red, Brown, Cat Eye, River Pink or equivalent. (Comman S.R for the year 2021-22, Vol- 2 , I No:9.24 P.No. 63)Sqm2937.562937.5624.0FalseNoneNoneFalseNoneFalse70501.440
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17251043940000NoneNoneELIGIBILITYTenders from Joint ventures are not acceptable.None
17251043940000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17251043940000NoneNoneELIGIBILITYBidders 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
17251043940000NoneNoneELIGIBILITYIt 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
17251043940000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17251044210000NoneNoneELIGIBILITYJoint venture/Tie-up is not acceptableNone
17251045430000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17251053470000NoneNoneELIGIBILITYIt 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
17251053830000NoneNoneELIGIBILITYThe 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 e-Procurement portal due to internet connectivity issues and technical glitches at bidder s end.None
17251053950000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17251054120000NoneNoneELIGIBILITYBidder shall pay Contract Management Module processing fees as per e-procurement norms.None
17251054320000NoneNoneELIGIBILITYConditional tenders will not be accepted.None
17251054550000NoneNoneELIGIBILITYThe under signed reserves the right to either postpone or to cancel the entire process of the tender without assigning any reasons.None
17251054770000NoneNoneELIGIBILITYDefect liability period will be 12months from the date of satisfactory completion of work and all item of work maintain the O & M of 3 years from the completion of work without any extra cost.None
17251054930000NoneNoneELIGIBILITYThe tenderer shall bear all costs associated with the preparation and submission of his tender, and the employer will in no case be responsible and liable for those costs.None
17251055090000NoneNoneELIGIBILITYThe Tender processing fee shall not be refundableNone
17251055220000NoneNoneELIGIBILITYRoyalty on construction materials and other taxes will be deducted as per prevailing Govt orders/ circulars during execution of work.None
17251055440000NoneNoneELIGIBILITYAll Government orders/circulars prevailing and issued from time to time related to tenders shall be applicable.None
17251055730000NoneNoneELIGIBILITYAs per Karnataka state Government order LD/300/LET/2006 Bangalore dated 01.01.2007 and Government letter no PW/134/BMS/2007 dated 27.07.2007, a sum amounting to 1% of the bill amount will be deducted towards constructions labour welfare fund.None
17251055960000NoneNoneELIGIBILITYAll scanned documents to be uploaded shall be in original with self attested and the Executive Engineer reserves the right to verify the documents before approval.None
17251056090000NoneNoneELIGIBILITYThe employer reserves the rights to Reject or accept any or all the tenders without assigning any reasonsNone
17251056280000NoneNoneELIGIBILITYThe intending bidders should note that, if any of lands either in part/parts or whole required for the work is not acquired by the Nigam, it shall be the responsibility of the bidder to take possession of such land and start the work by consent of land owners at no extra cost to the Nigam and no claim whatsoever relating to non-availability of land would be entertained. Further, Nigama shall co-operate in getting the land required for the work before commencement of work besides, initiating LAQ proposals as per land Acquisition Act.None
17251056440000NoneNoneELIGIBILITYIn the case of the death of the contractor after executing the agreement / commencement of the work, his legal heir, if is an eligible registered contractor and willing, can execute and complete the work at the accepted tender rates irrespective of the cost of the work.None
17251056650000NoneNoneELIGIBILITYContractor has to make his own arrangement for procurement of all materials required for the work. There is no departmental supply of materials. Contractor should procure only ISI mark materials and submit necessary quality control certificates from the authorized quality control authority, before execution.None
17251057120000NoneNoneELIGIBILITYAll safety precautions, warning signs, night illumination, reflectors, deployment of security guards has to be ensured so that no untoward incident happens on account of negligence or any project activity. Contractor should indemnify the client to that extent.None
17251057380000NoneNoneELIGIBILITYMaterials like steel, cement, blasting material etc., required for the work shall be procured by the tenderer themselves. The materials like steel, cement should got tested by the quality control authority before use on the work at their own cost.None
17251057730000NoneNoneELIGIBILITYThe contractor s assessed available tender capacity will be calculated as per the clause 3.6 of STD Attached.None
17251057940000NoneNoneELIGIBILITYAll the items in the tender include all lead, lifts, loading unloading, transportation, dewatering and desilting labor, hire charges of machinery curing for concrete works, cost and conveyance of all material and all other such incidental charges necessary for successful completion of works as per the detailed technical specification and direction of Engineer in charge of this work.None
17251058130000NoneNoneELIGIBILITYAll precautions should be taken by the contractor so that there are no damages to such public/ private properties.None
17251058290000NoneNoneELIGIBILITYContractor should take all precautionary measures to avoid any damage to the utilities during excavation as well as utility shifting. To that extent the contractor should indemnify the client.None
17251058440000NoneNoneELIGIBILITYContractor should follow strictly the prevailing rules of labor act.None
17251058600000NoneNoneELIGIBILITYFurther particulars, if any, required by the Contractor can be had from the office of the office of the Executive Engineer, VJNL, UBP, Division No.06, Challakere during office hours on all working days.None
17251058740000NoneNoneELIGIBILITYContractor should take all precautions to ensure that no damage is caused to the existing structures which have been constructed by other agencies/Nigam during project execution. If any damage is caused, it has to be rectified at his own risk and cost.None
17251058900000NoneNoneELIGIBILITYAmount put to tender includes cost of cement, Steel and other materials for finished item of work including labor charges.None
17251059030000NoneNoneELIGIBILITYThe intending bidders are requested to note that they should abide by the detailed instructions and conditions contained in the Standard Tender documents.None
17251059180000NoneNoneELIGIBILITYThe Bid validity shall be for a minimum period of 180 days from the date of submission of tenders. E.M.D. shall be valid for 45 days beyond the validity of the tender.None
17251059320000NoneNoneELIGIBILITYContractor having a valid copy of the Registration certificates as KPWD Class-III (Civil) & above and KPWD/CEIG Class-III (Electrical) & above both.None
17251059490000NoneNoneELIGIBILITYIf the percentage quoted by the contractor for the work is below 90% of the estimated amount put to tender or recast amount put to tender of the department, then the contractor shall furnish an additional performance security in the form of bank guarantee for an amount equivalent to the difference between the cost as per quoted percentage and 90% of the estimated amount put to tender or recast amount put to tender. In case of contractor quotes rates above 125% of the estimated rates then the amount over and above 125 % will be withheld during the progress of work. The additional performance security will be released proportionately to the bill amount till the contractor achieves progress of the entire cost of the work as per the agreement.None
17251059810000NoneNoneELIGIBILITYThe necessary certificates/ documents in support fulfilling qualification criteria stipulated separately shall be scanned and attached to e-procurement document. The original document shall be produced at the time of opening of tender/during evaluation of tender Technical Bid for verification.None
17251060040000NoneNoneELIGIBILITYThe evaluation of the technical bid will be done based on the information provided by the contractor as per uploaded documents, duly verified if necessary. If the employer finds that any certificates/ information furnished is false, such bidders will be disqualified, barred from participation in the bid and his EMD will be forfeited.None
17251060440000NoneNoneELIGIBILITYValid Employees Provident Fund Registration Certificate along with latest paid challan copy shall be uploaded.None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneBanker Details for referenceNoneNone
NoneNoneNoneNoneConstruction equipment owned by the tenderer and equipment proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneReports on the financial standing of the tenderer, such as profit and loss statements and auditor’s reports for the last five yearsNoneNone
NoneNoneNoneNoneQualification and experience of the key technical and management personnel in permanent employment with the tenderer and those that are proposed to be deployed on this contract, if awardedNoneNone
NoneNoneNoneNoneList of Financial Resources with CertificatesNoneNone
NoneNoneNoneNoneContractor having a valid copy of the Registration certificates as KPWD Class-III (Civil) or above and KPWD/CEIG Class-III (Electrical) or above (both Civil and Electrical).Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Registration certificates
NoneNoneNoneNoneBidder should have satisfactorily completed at least 90 Percent of the Contract Value, as prime contractor, at least one similar nature of work such as Supply and installation of Electrical items, such as air conditions, Computer, Xerox & printer, UPS & Streetlight of value not less than 50 Percent of estimated value of Contract for each work costing not less than Rs.9.57 Lakhs from 2019-20 to 2023-24. The work done certificate should be obtained from competent authority not below the rank of EEPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneThe intending bidder should have satisfactorily completed at least 90 Percent of the Contract Value , as prime contractor, at least one similar nature of work such as granite stone/cobble /interlocking stones/pavers blocks of value not less than 50 Percent of estimated value of civil works Contract for each work costing not less than Rs.31.95 Lakhs from 2019-20 to 2023-24. The work done certificate should be obtained from competent authority not below the rank of EEPast ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneThe intending bidder should have satisfactorily executed in any one financial year in previous five years 1. Supply and installation of Electrical work such as Air Conditioners 8 No., and Providing and laying of Granite Stone 488.68 Sqm.Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneValid GST Registration Certificate with June-2024 Month/Quarter ending GST-3B Final ReturnCapabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneGST Registration
NoneNoneNoneNoneEMD Rs.1,66,500.00(The requisite Earnest Money Deposit (EMD) through e-cash or e Bank Guarantee only)Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- EMD
NoneNoneNoneNoneThe intending bidder should have in the last 5 years i.e., from 2019-20 to 2023-24 achieved in at least two financial years a minimum financial turnover of Rs.83.04 Lakhs. Audited Profit and Loss account statement certified by a practicing Chartered Accountant with their Unique Identification number UIDN generated by ICAI portal. A weightage of 10 each year will be added to bring it to present price level.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneThe bidder should provide Liquid assets or availability of credit facilities of not less Rs.24.91 lakhs Credit Lines LOC / Letters of credit/ Certificates from banks for meeting the fund requirement etc., for 30 Percent of amount put to tender from scheduled or nationalized bank.Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneValid EPF Registration certificate with recent paid challan and Confirmation certificate of EPF for the year 2023-24 from concerned Assistant PF Commissioner.OthersEPF
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- EPF
NoneNoneNoneNoneTenderers who meet the above specified minimum qualifying criteria, will only be qualified, if their available tender capacity is more than the total tender value of Rs.83.04 Lakhs. The available tender capacity will be calculated as under Assessed available tender capacity A x N x 2.5 - B for details please refer tender notification.OthersBid capacity
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Bid Capacity
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Contractor having a valid copy of the Registration certificates as KPWD Class-III Civil or above and KPWD/CEIG Class-III Electrical or above both Civil and ElectricalTrueTechnical Bid
EMD Rs.1,66,500.00 The requisite Earnest Money Deposit - EMD through e-cash or e Bank Guarantee onlyTrueTechnical Bid
Valid GST Registration Certificate with June-2024 Month/Quarter ending GST-3B Final ReturnTrueTechnical Bid
Valid EPF Registration certificate with recent paid challan and Confirmation certificate of EPF for the year 2023-24 from concerned Assistant PF Commissioner.TrueTechnical Bid
Bidder should have satisfactorily completed at least 90 Percent of the Contract Value, as prime contractor, at least one similar nature of work such as Supply and installation of Electrical items, such as air conditions, Computer, Xerox & printer, UPS & Streetlight of value not less than 50 Percent of estimated value of Contract for each work costing not less than Rs.9.57 Lakhs from 2019-20 to 2023-24. The work done certificate should be obtained from competent authority not below the rank of EETrueTechnical Bid
The intending bidder should have satisfactorily completed at least 90 Percent of the Contract Value , as prime contractor, at least one similar nature of work such as granite stone/cobble /interlocking stones/pavers blocks of value not less than 50 Percent of estimated value of civil works Contract for each work costing not less than Rs.31.95 Lakhs from 2019-20 to 2023-24. The work done certificate should be obtained from competent authority not below the rank of EETrueTechnical Bid
The intending bidder should have satisfactorily executed in any one financial year in previous five years 1. Supply and installation of Electrical work such as Air Conditioners 8 No., and Providing and laying of Granite Stone 488.68 Sqm.TrueTechnical Bid
The intending bidder should have in the last 5 years i.e., from 2019-20 to 2023-24 achieved in at least two financial years a minimum financial turnover of Rs.83.04 Lakhs. Audited Profit and Loss account statement certified by a practicing Chartered Accountant with their Unique Identification number UIDN generated by ICAI portal. A weightage of 10 each year will be added to bring it to present price level.TrueTechnical Bid
The bidder should provide Liquid assets or availability of credit facilities of not less Rs.24.91 lakhs Credit Lines LOC / Letters of credit/ Certificates from banks for meeting the fund requirement etc., for 30 Percent of amount put to tender from scheduled or nationalized bank.TrueTechnical 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 of Rs.83.04 Lakhs. The available tender capacity will be calculated as under Assessed available tender capacity A x N x 2.5 - B for details please refer tender notification.TrueTechnical Bid
tenderWorkLocationList
tenderAddressNone
tenderRecallDTONone