createdTs None version None createdDate None modifiedDate None noticeInvitingTenderDTO
createdTs 1724395734154 version 7 createdDate None modifiedDate None tenderType RFQ evaluationType TWO_COVER evaluationTypeText Two Cover invitingStrategy OPEN invitingStrategyText Open taxType INCLUSIVE_TAX tenderFee 5000.00 emd 508000.00 bidValueType ITEM_WISE bidValueTypeText Item wise tenderReceiptClose 23-09-2024 16:00:00 tenderQueryClose 09-09-2024 11:00:00 technicalBidOpen 24-09-2024 16:30:00 publishedDate 02-09-2024 19:35:07 publishedByPost KNNL_EE_DIV_KP_KNP publishedByUser KPE15196 - SUBHASH VISHWANATH NAIK bidValidityPeriod 180 noOfCalls 1 preBidMeetingDate 09-09-2024 11:00:00 preBidMeetingYn True preQualificationBidOpen None denominationType PERCENTAGE denominationTypeText Percentage retenderedYn None percentageRateTypeText Single Rate contactPerson Subhash V. Naik 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 08336222163 mobileNumber 9482932066 tenderSupplierList None tenderSchedule
createdTs 1724395734192 version 13 createdDate None modifiedDate None tenderNumber KNNL/2024-25/RD/WORK_INDENT1428 title Construction of CC road at Uchagaon, Basurte, Attiwad, Bekkinakeri, Shindolli and Nilaji villages in Belagavi Taluka description Construction of CC road at Uchagaon, Basurte, Attiwad, Bekkinakeri, Shindolli and Nilaji villages in Belagavi Taluka. category WORKS categoryText Works ecv 39975873.36 deptName Karnataka Neeravari Nigam Limited status PUBLISHED statusText Published remarks None csrValue None ecvtenderYn True location 4123 locationName KNNL Division Kalasa Project Div Khanapur provisionalAmount 40000000.0 groupOverheadTotal 6098014.58 fileNumber KNNL/BELAGAVI13/ROADS/2023-24/10 tenderSubEstimateList
createdTs version createdDate modifiedDate workCategoryName subEstimateName estimateTotal itemList 1724395734000 5 None None Roads Construction of CC road at Uchagaon, Basurte, Attiwad, Bekkinakeri, Shindolli and Nilaji villages in Belagavi Taluka 33877858.78
id tenderSubEstimateId categoryName itemCode description uomName baseRate finalRate quantity modifyQuantityYn minQuantity maxQuantity buyBackYn buyBackValue hideYn netAmount taxCount 3842832 146668 None KNNL-01 Earth work in surface excavation by mechanical means for lowering & leveling the ground for all works other than foundation in all kinds of soils & upto depth not exceeding 300mm as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, removal of stumps and other deleterious matter including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenances required to complete the work. as per the direction of Engineer Incharge. Cum 68.25 68.25 5100.0 False None None False None False 348075.0 0 3842833 146668 None KNNL-02 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 as per the direction of Engineer Incharge. Cum 91.35 91.35 2550.0 False None None False None False 232942.5 0 3842834 146668 None KNNL-03 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. 300-2as per the direction of Engineer Incharge. Cum 433.65 433.65 1869.25 False None None False None False 810600.2625 0 3842835 146668 None KNNL-04 Construction of Granular Sub-Base of required grading as per design spreading in uniform layers with motor grader on prepared surface mixing by mix in place method with front end loader at OMC and compacting with vibratory roller to achieve the desired density, complete as per clause 401 as per the direction of Engineer Incharge. Cum 2346.75 2346.75 1700.0 False None None False None False 3989475.0 0 3842836 146668 None KNNL-05 Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam specification including premixing the Material with water at OMC in mechanical mix plant carriage of mixed Material by tipper to site, laying in uniform layers with paver/grader in sub-base / base course on well prepared surface and compacting with vibratory roller to achieve the desired density as per the direction of Engineer Incharge. Cum 2513.7 2513.7 1275.0 False None None False None False 3204967.5 0 3842837 146668 None KNNL-06 Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M30 (Grade), coarse and fine aggregates conforming to IS:383, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, , primer, sealant , curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work as per the direction of Engineer Incharge. Cum 6837.6 6837.6 3400.0 False None None False None False 23247840.0 0 3842838 146668 None KNNL-07 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 1:2 but excluding excavation, protection works, backfilling, concrete and masonry works in head walls and parapets Clause 1101.6 of 750 mm dia as per the direction of Engineer Incharge. Rmtr 3353.7 3353.7 75.0 False None None False None False 251527.5 0 3842839 146668 None KNNL-08 Providing and fixing of typical Logo board as per specifications and drawing. Two ACP Sheet of 3mm thick, top and Bottom plate duly welded/bolted with MS Square angle 25mm x25mmx 5mm size on back and on the edges. The Top and Bottom plate will be welded/ bolted to 1 nos75x75x6 mm square Hallow section duly embedded in cement concrete M15 Grade of 600*600*600 mm, 450 mm below ground level.Retro-Reflecting Sheet as per IRC:67 made of encapsulated lens type reflective sheeting vide Clause 1701.2.3 fixed over aluminium sheeting.All sections of steel tube will be painted with primer and two coats of epoxy paint as per drawing, Retro Reflective Trafic Sign As per IRC 67 Clause 1701.3.8.1 Class A Type-1 as per the direction of Engineer Incharge. Sqm 9695.7 9695.7 6.0 False None None False None False 58174.2 0 3842840 146668 None KNNL-09 Earth work excavation for Foundation by mechanical means for all works & depth upto 3 m, as per drawing and technical specifications, including setting out, shoring, strutting, barricading, caution lights, including dressing of excavated surfaces, disposing off or levelling the excavated earth or sorting & stacking the selected earth for reuse in a radius of 50 m and lift upto 1.5 m including cost of labour, tools, usage of machinery & other appurtenaces required to complete the workas per the direction of Engineer Incharge. Cum 76.65 76.65 416.0 False None None False None False 31886.4 0 3842841 146668 None KNNL-10 Supplying and filling in plinth with sand under floors, foundation of Bridges including watering, ramming, consolidating and dressing complete.as per the direction of Engineer Incharge. Cum 2285.85 2285.85 34.12 False None None False None False 77993.202 0 3842842 146668 None KNNL-11 Providing 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 1:3:6 (M10) Using 40 mm nominal size graded crushed coarse aggregates as per the direction of Engineer Incharge. Cum 5831.7 5831.7 34.12 False None None False None False 198977.604 0 3842843 146668 None KNNL-12 Providing and laying in position Reinforced cement concrete for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers, laid in layers, well compacted using needle vibrators, providing weep holes wherever necesary, including all lead & lifts, cost of all materials of quality, confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork to be paid separately) M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates as per the direction of Engineer Incharge. Cum 6266.4 6266.4 119.62 False None None False None False 749586.768 0 3842844 146668 None KNNL-13 Providing and laying in position Reinforced cement concrete for all Sub structures of building, Irrigation works, Sub structure works of bridges, Drain works & other parallel works from 0.50m to 3.50 m height. The granite/trap/basalt crushed graded coarse aggregates and fine aggregates as per relevant IS Codes machine mixed with super plasticisers, laid in layers, well compacted using needle vibrators, providing weep holes wherever necesary, including all lead & lifts, cost of all materials of quality, confirming to the requirements of relevant IS codes, labour, Usage charges of machinery, curing and all other appurtenances required to complete the work as per technical specifications. (The cost of steel reinforcement & formwork to be paid separately) M20 Design Mix Using 20 mm nominal size graded crushed coarse aggregates Additionalities for Formwork, Centering & Scaffolding 5 % as per the direction of Engineer Incharge. Cum 328.98 328.98 119.62 False None None False None False 39352.5876 0 3842845 146668 None KNNL-14 Supplying, Fitting and Placing TMT Fe 550 & above Reinforcement in Foundation / Substructure / Superstructure complete as per Drawing and Technical Specifications.as per the direction of Engineer Incharge. Tonne 84311.85 84311.85 7.46 False None None False None False 628966.401 0 3842846 146668 None KNNL-15 Refilling available earth around trenches/pipelines, cables in layers not exceeding 20 cms in depth, compacting each deposited layer by ramming after watering with a lead upto 50 m , and lift upto 1.5 m Including cost of all labour complete as per specifications as per the direction of Engineer Incharge. Cum 128.1 128.1 58.5 False None None False None False 7493.85 0 generalCriterionList
createdTs version createdDate modifiedDate criterionType description tenderEligibilityCriterionDocumentList 1724395735000 1 None None ELIGIBILITY The intending bidders are advised to visit the site of work, before submitting their tender. None 1724395735000 1 None None ELIGIBILITY The contractor who intends to get pre-qualified for taking up the above work under KNNL should submit through kpp portal the details mentioned below along with requisition for blank tender documents. The blank tender documents will be made open to those contractors who meet the pre-qualification criteria for taking up the aforesaid work. The information furnished by the contractor meeting with the prequalification conditions SHOULD BE supported with relevant documents. EACH OF THE SAID DOCUMENT SHOULD BE DULY SIGNED BY THE contractor as a token of genuinity and truthfulness of the documents without self-attested signature of the contractor will not be considered for prequalification. None 1724395735000 1 None None ELIGIBILITY Each of the documents uploaded to the kpp portal should be self-attested by the contractor or an authorized representative in case of firm /company. None 1724395735000 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 1724395735000 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 1725005591000 0 None None ELIGIBILITY Self-attested copies of the documents of all details uploaded to the kpp portal for pre qualification along with the EMD in original should be submitted to the Executive Engineer on or before the date & time specified below in the present notification. None 1725005598000 0 None None ELIGIBILITY The contractor should furnish the name of the individual /firm with address and telephone No with place of registration, year of incorporation etc. None 1725005605000 0 None None ELIGIBILITY The application made by the firm/company, shall be signed by a person holding the power of attorney, in which case a copy of power of attorney shall be submitted. None 1725005613000 0 None None ELIGIBILITY The Bidder should also furnish the list of work on hand with all details. Such as bid cost date of entrustment, stipulated date of completion, actual date of completion, completed cost of work etc., None 1725005620000 0 None None ELIGIBILITY Bidders for the work who have already executed the work and / or who are executing the works under Karnataka Neeravari Nigam Limited should enclose performance certificates from the concerned Executive Engineer for having satisfactorily executed / or satisfactorily executing the works undertaken by them under Karnataka Neeravari Nigam Limited. Such tenders received without performance certificates or with unsatisfactory performance are liable for rejection None 1725005625000 0 None None ELIGIBILITY The bidder at the time of submission of the tender should give a detailed execution plan and fortnightly program to complete the work in full manner in 6 months without fail. The program can be modified with mutual consent. None 1725005632000 0 None None ELIGIBILITY The work will be constantly monitored by the Executive engineer and if there is any slippage in achieving the program/ milestones month wise, a penalty / liquidated damages as indicated in the agreement / tender document would be levied. However, these liquidated damages will be refunded if the contractor makes the good the shortfall in the subsequent months or completes the whole work before the stipulated date of completion. None 1725005638000 0 None None ELIGIBILITY All Contractors must obtain Employee Compensation Act (ECA) policy for the workers engaged under the works. KNNL will not be having any liabilities under the said Act provisions. None 1725005645000 0 None None ELIGIBILITY The contactor / authorized signatory should attach his/her scanned signature to the schedule-B before uploading the documents. None 1725005654000 0 None None ELIGIBILITY Conditional tenders will be rejected. The officer competent to accept tender shall have the right to reject any or all the tender without assigning any reason whatsoever. None 1725005661000 0 None None ELIGIBILITY The intending bidder should note that, if any of the lands either in part / parts or in whole required for the work is not acquired by the Nigam, it shall be responsibility of the bidder to take possession of such lands and start the work by consent of the land owners before commencement of the work at no extra cost to the Nigam and no claims/ delays whatsoever relating to non availability of land would be entertained. None 1725005669000 0 None None ELIGIBILITY If the percentage quoted by the contractor for the work is below ninety percent of 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 quotation 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 agreement. None 1725005677000 0 None None ELIGIBILITY Photo Copies of the work under taken in the stages of before execution Work under progress, and Completion of the work should be produced at the time of submitting the bill by the Contractor on his own cost. None 1725005683000 0 None None ELIGIBILITY Any documents submitted through post / courier is at the risk of contractor (i.e., KNNL is not responsible for postal delay). None 1725005690000 0 None None ELIGIBILITY The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever. None 1725005696000 0 None None ELIGIBILITY The bidder should only submit / upload in kpp portal genuine certificates/ documents, etc., that are as obtained from competent/ concerned authorities against each required eligible criteria. The bidder shall submit originals of all the uploaded documents (hard copy) at the time of Technical bid opening. Otherwise his / bid shall be rejected and also EMD of such bidder shall be forfeited. If any of the submitted / uploaded certificates / documents etc., found to be fake, after verification from issuing authority, then his / her EMD (Earnest Money Deposit) will be forfeited and their tender will be rejected besides such bidders are liable for blacklisting. None 1725005706000 0 None None ELIGIBILITY Bids submitted by all bidders in the process of bid evaluation will be opened even if, the bidder withdraws from the bidding process by not submitting the original documents for verification or for any other reason and the prices quoted by them will be looked into to ascertain if there is collusion amongst the bidders to determine the competitiveness of the L1 price quoted by other bidders, as per the decision by the KNNL Board. None 1725005713000 0 None None ELIGIBILITY The contractor should abide by the directions of government towards recovery of 1% (or as modified by Government from time to time) Cess from the contractors bill under the provision of building and other construction worker welfare cess Act -1996. None 1725005719000 0 None None ELIGIBILITY The contractor should submit the Letter of Acceptance to the under signed office within the stipulated period as per the bid document failing which the tender shall be deemed as cancelled. None 1725005725000 0 None None ELIGIBILITY Corrigendum will be published in the News Papers / Website for all modifications / corrections if any. None 1725005731000 0 None None ELIGIBILITY Typographical errors, if any, will not be the ground for any claims by the contractor. None 1725005747000 0 None None ELIGIBILITY The amount put to tender is exclusive of GST. The Contractor Should Quote the rates without GST. None 1725005754000 0 None None ELIGIBILITY The GST of 18 % shall be paid to the tendered amount as per Govt order No PWD 65 RDF 2017 Dated: 11/10/2018 separately. None 1725005760000 0 None None ELIGIBILITY In case of death of Contractor after execution of the agreement / commencement of work his legal heir if any eligible registered contractor & willing can execute & complete the work as accepted tender rates irrespective of the cost of the work. None 1725005772000 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 delay as determined by the authority while granting the extension of time. None 1725005780000 0 None None ELIGIBILITY Debarment of tenderers: The procurement entity may debar tenderer for a period not exceeding 3 years from participation in its tenders following such procedures as may be prescribed on the ground that tenderer is engaged in corrupt or fraudulent practices in competing or executing the contract including misleading the procuring entity or any stage of procurement activity with a fraudulent intention. ( KTPP Act 26A). None 1725005816000 0 None None ELIGIBILITY As per GO FD 5 EXP-12/2023 dated 15.05.2023 the contractor shall be abide to provide e Bank Guarantee towards Security Deposits None 1725005822000 0 None None ELIGIBILITY The Contractor shall be abide to pay any revision of GST during the tender period. None 1725005828000 0 None None ELIGIBILITY The Contractor shall also abide by the other conditions as laid down in the Bid document. None 1725005835000 0 None None ELIGIBILITY Royalty as per Govt. notification No.CI 115 MMN 2019, Bangalore Dated: 30-06-2020 issued by department of Mines and geology, Government of Karnataka and the subsequent government notification shall be paid by the contractor by the deduction from his bills. The schedule of royalty charges is annexed.The contractor shall produce the Material Dispatch Receipt (MDR) from department of Mines and Geology for exemption. None 1725005882000 0 None None ELIGIBILITY The detailed tender notification can be had from the KNNL website https://kppp.karnataka.gov.in and linking to e tender or in the office of the undersigned. Details can be had from the Office Phone No. 08336 222163 None 1725005891000 0 None None ELIGIBILITY Further information/ Clarifications can be had from the under signed during office hours on telephone no: 08336-222163 None preQualCriterionList None technicalCriterionList
createdTs version createdDate modifiedDate description criterionCategoryText criterionTypeOthersValue tenderTechnicalCriterionDocumentList None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e. 2019-20 to 2023-24. The Contractor should have satisfactorily completed (at least 90% of the contract value) as a prime contractor for at least one similar work (such as construction of Asphalt Roads) of value not less than the 199.88 Lakhs. Work Done Certificate issued by concerned Executive Engineer should be uploaded. (The work done value of previous years shall be given as weightaige of 10% per year to bring them to the price level of the FY- 2024-25). Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e.2019-20 to 2023-24. c. To qualify for award of this contract, executed in any one financial year the minimum quantities of work.(i) Earth work Excavation (Embankment or both put together)-8023.00Cum, ii) GSB-1360.00 Cum, (iii) WMM/WBM-1020.00Cum. iv) RCC/PCC (Minimum M-20 Grade)-2816.00Cum, v) TMT Steel-5.97 Tonnes. Past Experience None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e. 2019-20 to 2023-24.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-(AxNx1.5- B) where A-Maximum value of civil engineering works executed in any one year during the last five years(Updated to 2022-23 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 (5/12)price level, of existing commitments and on-going works to be completed during the next.(5/12)years (period of completion of the works for which Tenders are invited) Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Work Done Certificate None None None None Machineries :Each Tenderer should further demonstrate: Availability by owning at least 50% of the required / specified key and critical equipment for this work and (b) the remaining 50% can be deployed on lease / hire basis for all the works provided, the relevant documents (commitment agreements etc.) for availability for this work are furnished. The following key and critical equipment for the work. Modified as per G.O.No. FD 4 PCL 2008 dated 14/10/2008. List of plant/machinery Sl No Details of Machinery/Equipment Total-Own-Hire/Lease 1. Tippers ( 5.0 m3) 4-2-2, 2. Excavators (JCB/Hitachi) 2-1-1, 3. D-8 Dozer (200 HP) 2-1-1, 4. Needle Vibrators 2-2-2, 5. Water tanker 2-1-1, 6. Concrete Transit mixers1-1,7. Vibro Roller2-1-1, Capabilities of Vendor None
createdTs version createdDate modifiedDate documentName None None None None Others -- List of plant/machinery None None None None To qualify for award of this contract, each Tenderer in his name should have in the last five years i.e. 2019-20 to 2023-24. b. Each tender in his name should have in the last five years period (i.e.2019-20 to 2023-24) achieved in at least two financial years an average annual financial turnover of not less than equivalent to the amount of 799.52 Lakhs. (The financial turnover shall be certified by the registered Chartered Accountant. All documents / certificates issued by Chartered Accountant should have a UDIN generated through the ICAI portal. Any such certificate without UDIN shall not be considered and shall be treated as invalid document). Financial turnover of previous years shall be given a weight of 10% per year to bring them to the price level of the FY 2024-25. Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Audited CA Certificate of Annual Turnover None None None None To qualify for award of this contract, liquid assets and or availability and credit facilities of not less than the Rs. 119.93 Lakhs (credit lines /letter of credit/certificate from banks for meeting the fund requirements, etc). Financial Status None
createdTs version createdDate modifiedDate documentName None None None None Line of Credit None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted None None None None Deleted Others Deleted
createdTs version createdDate modifiedDate documentName None None None None Others -- Deleted tenderCriterionDocumentList
documentName optional documentTypeText Copy of registration certificate in Class-II in KPWD / above with validity. True Technical Bid The requisite Earnest Money Deposit EMD True Technical Bid EPF Registration certificate copy. True Technical Bid EPF Challan Previous month True Technical Bid Copy of Income tax return filed for the financial year 2023-24. True Technical Bid GST Registration Certificate. True Technical Bid Each of the documents uploaded should be self-attested by the contractor or authorized representative in case of firm/company. True Technical Bid tenderWorkLocationList tenderAddress
createdTs 1725089002000 version 0 createdDate None modifiedDate None blockNumber Executive Engineer, KNNL, Kalasa Project Division Khanapur street None city Khanapur state Karnataka pin 591302 tenderRecallDTO None