createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1725024150648
version4
createdDateNone
modifiedDateNone
tenderTypeRFQ
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
taxTypeINCLUSIVE_TAX
tenderFee5000.00
emd380000.00
bidValueTypeITEM_WISE
bidValueTypeTextItem wise
tenderReceiptClose23-09-2024 16:00:00
tenderQueryClose09-09-2024 11:00:00
technicalBidOpen24-09-2024 16:30:00
publishedDate02-09-2024 19:32:29
publishedByPostKNNL_EE_DIV_KP_KNP
publishedByUserKPE15196 - SUBHASH VISHWANATH NAIK
bidValidityPeriod180
noOfCalls1
preBidMeetingDate09-09-2024 11:00:00
preBidMeetingYnTrue
preQualificationBidOpenNone
denominationTypePERCENTAGE
denominationTypeTextPercentage
retenderedYnNone
percentageRateTypeTextSingle Rate
contactPersonSubhash V. Naik
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedFalse
highestBidderSelectionFalse
isVariableEmdAllowedNone
qcbsTenderYnNone
itemwiseEmdRequiredYnNone
sampleSubmissionDateNone
officeNumber08336222163
mobileNumber9482932066
tenderSupplierListNone
tenderSchedule
createdTs1725024150676
version6
createdDateNone
modifiedDateNone
tenderNumberKNNL/2024-25/RD/WORK_INDENT1431
titleConstruction / Improvement of road at Dhanagarawadi village in Belagavi Taluka
descriptionConstruction / Improvement of road at Dhanagarawadi village in Belagavi Taluka
categoryWORKS
categoryTextWorks
ecv29965176.00
deptNameKarnataka Neeravari Nigam Limited
statusPUBLISHED
statusTextPublished
remarksNone
csrValueNone
ecvtenderYnTrue
location4123
locationNameKNNL Division Kalasa Project Div Khanapur
provisionalAmount30000000.0
groupOverheadTotal4570959.05
fileNumberKNNL/BELAGAVI13/ROADS/2024-25/13
tenderSubEstimateList
createdTsversioncreatedDatemodifiedDateworkCategoryNamesubEstimateNameestimateTotalitemList
17250241510000NoneNoneRoadsConstruction / Improvement of road at Dhanagarawadi village in Belagavi Taluka25394216.95
idtenderSubEstimateIdcategoryNameitemCodedescriptionuomNamebaseRatefinalRatequantitymodifyQuantityYnminQuantitymaxQuantitybuyBackYnbuyBackValuehideYnnetAmounttaxCount
3890245149521NoneKNNL-01Removal of Unserviceable Soil with Disposal upto a suitable distance as directed by the Engineer incharge of work.as per the direction of Engineer InchargeCum95.295.2225.0FalseNoneNoneFalseNoneFalse21420.00
3890246149521NoneKNNL-02Clearing and grubbing road land including uprooting rankvegetation, 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.201. (ii) By Mechanical Means (A)In area of non-thorny jungle. as per the direction of Engineer Incharge (Unit Per 100 Sqm)Per 100542.08542.0843.9875FalseNoneNoneFalseNoneFalse23844.7440
3890247149521NoneKNNL-03Surface Drains in Soil - Construction of unlined surface drains of average crosssectional area 0.40 m2 in soil to specified lines, grades, levels and dimensions. Excavated material to be used in embankment with a lift upto 3m and lead of 50 m (average lead 25 m) as per Technical Specification Clause 307.as per the direction of Engineer Inchargem28.028.03519.0FalseNoneNoneFalseNoneFalse98532.00
3890248149521NoneKNNL-04Loosening, 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 InchargeCum117.6117.62854.38FalseNoneNoneFalseNoneFalse335675.0880
3890249149521NoneKNNL-05Construction 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 InchargeCum552.16552.1610559.39FalseNoneNoneFalseNoneFalse5830472.78240
3890250149521NoneKNNL-06Construction 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 for Grading-I material as per the direction of Engineer Incharge.Cum2643.22643.22508.98FalseNoneNoneFalseNoneFalse6631735.9360
3890251149521NoneKNNL-07Providing, 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 InchargeCum2866.082866.081889.06FalseNoneNoneFalseNoneFalse5414197.08480
3890252149521NoneKNNL-08Providing and applying primer coat with SS1 grade Bitumen Emulsion on prepared surface of granular base including cleaning of road surface and spraying primer at the rate of 0.70 kg per m2 using mechanical means. as per the direction of Engineer InchargeSqm13.4413.447331.25FalseNoneNoneFalseNoneFalse98532.00
3890253149521NoneKNNL-09Providing and applying tack coat with RS1 Bituminous Emulsion using emulsion pressure distributor at the rate of 0.20 kg/m2 on the prepared bituminous surface cleaned with mechanical broom as per the direction of Engineer InchargeSqm45.9245.927331.25FalseNoneNoneFalseNoneFalse336651.00
3890254149521NoneKNNL-10Providing and laying Bituminous Macadam with 120 tph capacity hot mix plant batch type using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 3.3% by weight of mix, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per clauses 501.6 and 501.7 to achieve the desired compaction as per the direction of Engineer InchargeCum8357.448357.44366.56FalseNoneNoneFalseNoneFalse3063503.20640
3890255149521NoneKNNL-11Providing and laying Semi Dense Bituminous Concrete with 40/60 TPH capacity hot mix plant batch type using crushed aggregates of specified grading premixed with bituminous binder VG-30 @ 5% by weight of mix and filler, transported to site, laid over a previously prepared surface with mechanical paver finisher to the required grade, level and alignment and rolled as per MoRTH V revision. as per the direction of Engineer InchargeCum11370.2411370.24183.28FalseNoneNoneFalseNoneFalse2083937.58720
3890256149521NoneKNNL-12Reinforced cement concrete M15grade Ordinary kilometer stone (precast) of standard design as per IRC:8-1980, fixing in position including painting and printing etc as per the direction of Engineer InchargeNos3278.243278.243.0FalseNoneNoneFalseNoneFalse9834.720
3890257149521NoneKNNL-13Reinforced cement concrete M15grade 200 mtr stone (precast) of standard design as per IRC:8-1980, fixing in position including painting and printing etc iii) 200 m Stone (Precast).as per the direction of Engineer InchargeNos943.04943.048.0FalseNoneNoneFalseNoneFalse7544.320
3890258149521NoneKNNL-14Boundary Pillar - Reinforced cement concrete M15 grade boundary pillars of standard design as per IRC:25, fixed in position including finishing and lettering but excluding painting as per the direction of Engineer InchargeNos837.76837.7630.0FalseNoneNoneFalseNoneFalse25132.80
3890259149521NoneKNNKL-15Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflectorising glass beads @ 250 g/ m2 area, thickness of 2.5 mm is exclusive of surface applied glass beads as per IRC:35:2015.The finished surface to be level, uniform and free from streaks and holes.as per the direction of Engineer InchargeSqm593.6593.6391.0FalseNoneNoneFalseNoneFalse232097.60
3890260149521NoneKNNL-16Providing and constructing un-reinforced plain cement concrete pavement, thickness as per design, over a prepared sub base, with 43 grade cement or any other type as per Clause 1501.2.2 M30 (Grade), coarse and fine aggregates conforming to IS:383:2016:, maximum size of coarse aggregate not exceeding 25 mm, mixed in a concrete mixer of not less than 0.2 cum capacity and appropriate weigh batcher using approved mix design, laid in approved fixed side formwork (steel channel, laying and fixing of 125 micron thick polythene film, wedges, steel plates including levelling the formwork as per drawing), spreading the concrete with shovels, rakes, compacted using needle, screed and plate vibrators and finished in continuous operation including construction joints, primer, sealant, curing of concrete slabs for 14-days, and water finishing to lines and grade as per drawing and technical specification clause 1501 with all lead, lifts, loading & unloading charges, cost and conveyance of all materials, labour, equipments etc., complete. as per the directions of the Engineer-in-charge of the work.(PWD Common SR 2023-24 Vol-3, Page No-149, I No-16.28)Cum7564.487564.48150.0FalseNoneNoneFalseNoneFalse1134672.00
3890261149521NoneKNNL-17Providing 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 InchargeRmtr3735.23735.210.0FalseNoneNoneFalseNoneFalse37352.00
3890262149521NoneKNNL-18Providing and erecting direction and place identification retro-reflectorised sign as per IRC:67:2012 made of high intensity grade sheeting vide clause 801.3, fixed over aluminium sheeting, 2 mm thick or Aluminium composite material sheet with overall thickness of 4mm with area not exceeding 0.9 m2 fixed over back support frame of min 35x 35 x 3mm angle mounted on a mild steel circular pipe 65 NB, firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 x 45 x 60 cm, 60 cm below ground level as per approved drawing as per the direction of Engineer InchargeSqm10091.210091.20.9FalseNoneNoneFalseNoneFalse9082.080
generalCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17250241520001NoneNoneELIGIBILITYThe intending bidders are advised to visit the site of work, before submitting their tender.None
17250241520001NoneNoneELIGIBILITYThe contractor who intends to get pre-qualified for taking up the above work under KNNL should submit through e-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 genuinely and truthfulness of the documents without self-attested signature of the contractor will not be considered for prequalification.None
17250241520001NoneNoneELIGIBILITYEach of the documents uploaded to the e-portal should be self-attested by the contractor or an authorized representative in case of firm /company.None
17250241520000NoneNoneELIGIBILITYIt 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
17250241520000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17250242190000NoneNoneELIGIBILITYSelf-attested copies of the documents of all details uploaded to the e-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
17250242250000NoneNoneELIGIBILITYThe contractor should furnish the name of the individual /firm with address and telephone No with place of registration, year of incorporation etc.None
17250242310000NoneNoneELIGIBILITYThe 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
17250242360000NoneNoneELIGIBILITYThe 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
17250242420000NoneNoneELIGIBILITYBidders 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 rejectionNone
17250242480000NoneNoneELIGIBILITYThe 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
17250242550000NoneNoneELIGIBILITYThe 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
17250242600000NoneNoneELIGIBILITYAll 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
17250242670000NoneNoneELIGIBILITYThe contactor / authorized signatory should attach his/her scanned signature to the schedule-B before uploading the documents.None
17250242720000NoneNoneELIGIBILITYConditional 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
17250242790000NoneNoneELIGIBILITYThe 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
17250242870000NoneNoneELIGIBILITYIf 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
17250242930000NoneNoneELIGIBILITYPhoto 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
17250242990000NoneNoneELIGIBILITYAny documents submitted through post / courier is at the risk of contractor (i.e., KNNL is not responsible for postal delay).None
17250243050000NoneNoneELIGIBILITYThe officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoeverNone
17250243140000NoneNoneELIGIBILITYThe bidder should only submit / upload in KPP Portal portal platform genuine certificates/ documents, etc., that are as obtained from competent/ concerned authorities against each required eligible criteria.None
17250243200000NoneNoneELIGIBILITYBids 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
17250243270000NoneNoneELIGIBILITYThe 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 -1996None
17250243330000NoneNoneELIGIBILITYThe 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
17250243390000NoneNoneELIGIBILITYCorrigendum will be published in the News Papers / Website for all modifications / corrections if any.None
17250243450000NoneNoneELIGIBILITYTypographical errors, if any, will not be the ground for any claims by the contractor.None
17250243530000NoneNoneELIGIBILITYThe amount put to tender is exclusive of GST. The Contractor Should Quote the rates without GST.None
17250243590000NoneNoneELIGIBILITYThe 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
17250243670000NoneNoneELIGIBILITYIn 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 workNone
17250243730000NoneNoneELIGIBILITYThe 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
17250243840000NoneNoneELIGIBILITYDebarment 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
17250244250000NoneNoneELIGIBILITYAs 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
17250244310000NoneNoneELIGIBILITYThe Contractor shall be abide to pay any revision of GST during the tender period.None
17250244360000NoneNoneELIGIBILITYThe Contractor shall also abide by the other conditions as laid down in the Bid document.None
17250244420000NoneNoneELIGIBILITYRoyalty 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
17250244630000NoneNoneELIGIBILITYThe 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 222163None
17250244750000NoneNoneELIGIBILITYFurther information/ Clarifications can be had from the under signed during office hours on telephone no: 08336-222163None
preQualCriterionListNone
technicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptioncriterionCategoryTextcriterionTypeOthersValuetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneTo 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 149.82 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 ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTo 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)-10911.01Cum, ii) GSB-2007.18 Cum, (iii) WMM/WBM-1511.24Cum. (iv) BM/DBM/BC/SDBC/MSS-439.87 cum, v) RCC/PCC (Minimum M-20 Grade)-120.00Cum,Past ExperienceNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneTo 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 (6/12)price level, of existing commitments and on-going works to be completed during the next.(6/12)years (period of completion of the works for which Tenders are invited)Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneMachineries :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. Hot Mix Plant Batch Mixing Plant(Minimum Capacity of 40/60 TPI) 1-1, 5. Needle Vibrators 4-2-2, 6. Water tanker 2-1-1, 7. Concrete Transit mixers 1-1,8. Vibro Roller 2-1-1, 9. Mechanical Paver finisher2-1-1.Capabilities of VendorNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- List of plant/machinery
NoneNoneNoneNoneTo 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 599.28 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 StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneAudited CA Certificate of Annual Turnover
NoneNoneNoneNoneTo qualify for award of this contract, liquid assets and or availability and credit facilities of not less than the Rs. 89.89 Lakhs (credit lines /letter of credit/certificate from banks for meeting the fund requirements, etc).Financial StatusNone
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneLine of Credit
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
NoneNoneNoneNoneDeletedOthersDeleted
createdTsversioncreatedDatemodifiedDatedocumentName
NoneNoneNoneNoneOthers -- Deleted
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Copy of registration certificate in Class-II in KPWD / above with validity.TrueTechnical Bid
The requisite Earnest Money Deposit EMDTrueTechnical Bid
EPF Registration certificate copy.TrueTechnical Bid
EPF Challan Previous monthTrueTechnical Bid
Copy of Income tax return filed for the financial year 2023-24.TrueTechnical Bid
GST Registration Certificate.TrueTechnical Bid
Each of the documents uploaded should be self-attested by the contractor or authorized representative in case of firm/company.TrueTechnical Bid
tenderWorkLocationList
tenderAddress
createdTs1725027949000
version0
createdDateNone
modifiedDateNone
blockNumberExecutive Engineer, KNNL, Kalasa Project Division Khanapur
streetNone
cityKhanapur
stateKarnataka
pin591302
tenderRecallDTONone