createdTsNone
versionNone
createdDateNone
modifiedDateNone
noticeInvitingTenderDTO
createdTs1725970934332
version5
createdDateNone
modifiedDateNone
evaluationTypeTWO_COVER
evaluationTypeTextTwo Cover
invitingStrategyOPEN
invitingStrategyTextOpen
tenderFee500.00
emd25000.00
bidValueTypeLUMPSUM
bidValueTypeTextLumpsum
techWeightage75
tenderReceiptClose03-10-2024 16:00:00
tenderQueryClose23-09-2024 12:00:00
technicalBidOpen04-10-2024 16:30:00
publishedDate18-09-2024 15:31:10
publishedByPostEWHFWD_EE_EEOFF_KLB
publishedByUserKPE14208 - MANIK S KANKATTE
bidValidityPeriod90
noOfCalls1
preBidMeetingDateNone
preBidMeetingYnFalse
preQualificationBidOpenNone
retenderedYnNone
contactPersonIshwar S Kumbar
splitEmdRequiredYnFalse
emdBankGuaranteeNone
emdCashNone
bgValidityPeriodNone
hideWeightageTrue
isMultipleSupplierSelectionAllowedNone
techEvalStartDateNone
multipleCurrencySelectionAllowedYnFalse
isTechWeightageAllowedNone
highestBidderSelectionFalse
qcbsTenderYnTrue
itemwiseEmdRequiredYnNone
itemwiseTechEvalYnNone
officeNumber08472241982
mobileNumber9686581469
provisionalAmountNone
tenderSupplierListNone
tenderSchedule
createdTs1725970934360
version6
createdDateNone
modifiedDateNone
tenderNumberEWHFWD/2024-25/SE0086
titleProject Management Consultant Services for the work of Construction Of 50 Bed Critical Care Unit Hospital In the Premises Of RIMS At Raichur
descriptionProject Management Consultant Services for the work of Construction Of 50 Bed Critical Care Unit Hospital In the Premises Of RIMS At Raichur
categorySERVICES
categoryTextServices
ecv900000.00
deptNameEngineering Wing of Health and Family Welfare Department
fileNameHFW/EE/DIVN/AE/PMC/2024-25/SE0086
statusPUBLISHED
statusTextPublished
remarksNone
ecvtenderYnFalse
location3525
locationNameEWHFWD Executive Engineer Office Kalburagi
procEntityTypeTextNone
tenderGroups
createdTsversioncreatedDatemodifiedDategroupNameitemListitemSize
17259709343610NoneNoneDefault
createdTsversioncreatedDatemodifiedDateitemCodeitemNamevalueOfServiceextendOfContractquantityspecificationsbiddingUnitestimateUnitRateestimateItemPricedenominationTypeitemEmd
17259709340000NoneNoneCCBRIMSRAICHUR04Project Management Consultant Services for the work of Construction Of 50 Bed Critical Care Unit Hospital In the Premises Of RIMS At RaichurNone1.01.0Project Management:AS PER TENDER DOCUMETN LUMPSUM900000.0900000.00RUPEESNone
1
generalCriterionListNone
preQualCriterionListNone
technicalCriterionListNone
tenderCriterionDocumentList
documentNameoptionaldocumentTypeText
Annual Turnover CertificateTrueTechnical Bid
Any other documents as per tender document should be uploaded compulsoryTrueTechnical Bid
Company Registration CertificateTrueTechnical Bid
GST certificateTrueTechnical Bid
Work done Certificate.TrueTechnical Bid
tenderItemsList
createdTsversioncreatedDatemodifiedDateitemCodeitemNamevalueOfServiceextendOfContractquantityspecificationsbiddingUnitestimateUnitRateestimateItemPricedenominationTypeitemEmd
17259709340000NoneNoneCCBRIMSRAICHUR04Project Management Consultant Services for the work of Construction Of 50 Bed Critical Care Unit Hospital In the Premises Of RIMS At RaichurNone1.01.0Project Management:AS PER TENDER DOCUMETN LUMPSUM900000.0900000.00RUPEESNone
tenderEligibilityCriterionList
createdTsversioncreatedDatemodifiedDatecriterionTypedescriptiontenderEligibilityCriterionDocumentList
17259709360000NoneNoneELIGIBILITY Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka None
17259709360000NoneNoneELIGIBILITYIt 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
17259709360000NoneNoneELIGIBILITYEMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection.None
17259712920000NoneNoneELIGIBILITYIt 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
17259713330000NoneNoneELIGIBILITYConsultants/firms/organization with Joint ventures are not acceptable.None
17259713610000NoneNoneELIGIBILITYConsultants/firms/organization shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of KarnatakaNone
17259713960000NoneNoneELIGIBILITYBidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any State Government / Government of India /Union Territory.None
17259714270000NoneNoneELIGIBILITYIt 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
17259715300000NoneNoneELIGIBILITYConsultants/firms/organization 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.None
17259715480000NoneNoneELIGIBILITYConsultants/firms/organization 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
17259715650000NoneNoneELIGIBILITYConditional Request for Proposal will not be accepted.None
17259715800000NoneNoneELIGIBILITYAny discrepancies observed in the documents uploaded by the Consultants/firms/organization , the Request for Proposal shall liable to be rejected.None
17259716070000NoneNoneELIGIBILITYEarnest Money Deposit will have to be in any one of the forms as per the instructions in the financial bid document and shall have to be valid for 45 days beyond the validity of the tender.None
17259716260000NoneNoneELIGIBILITYAll the formats prescribed in the bid documents shall be filled in complete manner and shall be uploaded properly, signed by Consultants/firms/organization. Necessary certificates shall be uploaded along with the formats wherever required. General documents section can be used for this purpose.None
17259716700000NoneNoneELIGIBILITYConsultants/firms/organization are required to read the Bid Documents carefully before submission of their bid.None
17259716920000NoneNoneELIGIBILITYThe Consultants/firms/organation are bound to furnish the original certified documents to the employer within a weeks time from the day of opening of technical bid for verification, failing which the Request for Proposal will be considered as non responsive.None
17259717070000NoneNoneELIGIBILITYAll other Terms and conditions are applicable as per the Request for ProposalNone
17259717450000NoneNoneELIGIBILITYThe Consultants/firms/organisation shall submit FINANCIAL PROPOSAL SUBMISSION FORM ,SUMMARY OF COSTS,BREAKDOWN OF COSTS only after opening of Financial bids to the Employer.None
17259717650000NoneNoneELIGIBILITYConsultants/firms/organisation shall secure a minimum Technical score of 75 points to QualifyNone
17259717790000NoneNoneELIGIBILITYThe Quality Supervision Consultant (QSC) must have their own laboratories with accreditation of NABL firms with NABL accreditation for testing construction materials as the scope of work also includes testing of materials to be used by the contractors. The details of the laboratories, equipment and testing facilities should be furnished by the QSC.None
17259717930000NoneNoneELIGIBILITYConsultant will be selected under Quality- and Cost-Based Selection (QCBS) procedureNone
17259718230000NoneNoneELIGIBILITYThe Technical Proposal shall not include any financial information other than the specified technical criteria in the RFP. Bid will be treated Technically Non Responsive if technical proposal includes any financial submission forms.None
17259719040000NoneNoneELIGIBILITYTo qualify for the award of the Project Management consultant Services, each consultant/firm in its name should have in the last 5 years i.e., (2019-20 to 2023-24) achieved at least in two years a minimum annual financial turnover of Rs.18.00 Lakhs from Project Management Consultant Services Only. The Annual financial Turnover Certificate and certified copies of IT returns, audit report, profit and loss statement etc., balance sheet, shall be issued by the registered Chartered Accountant (The financial Turnover of the previous financial years shall be given weightage of 10% per year to bring them to 2024-25 price level).None
tenderTechnicalCriterionList
createdTsversioncreatedDatemodifiedDatedescriptionweightcriterionCategoryTextcriterionTypeOthersValuecriterionTypetenderTechnicalCriterionDocumentList
NoneNoneNoneNoneSpecific experience of the consultants related to the Assignment Atleast Two similar type of building works Minimum Project cost Rs.1100.00 Lakhs The completion certificate should have been issued by not below the rank of Executive Engineer of Government, Semi Government or Autonomous bodies of State or Central Government. Note For Each similar type of completed assignment 10 points is allocated. Note, Points for the similar type of Assignment allocated as follows, Hospital Building Assignment each 10 Points, and Other Building Assignment each 5 Points20Past ExperienceNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneWork Done Certificate
NoneNoneNoneNoneQualifications and competence of the key professional staff Qualification 20 points Experience to related project 22 points Experience in region and language 08 points Total Points 5050Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- relevant document
NoneNoneNoneNoneAdequacy of the proposed work plan and methodology10Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- relevant document
NoneNoneNoneNoneLaboratory should possess all the requirements of Civil works as per standards, preferably with NABL Accreditation (Chemical & Mechanical) -The firm that does not have own laboratory can have the MOU with the firm or institution, having NABL with in Karnataka State only. Note, Own Laboratory With NABL Accreditation, 20 points. Without NABL Accreditation, 10points, MOU with the firm With NABL Accreditation 10points, Without NABL Accreditation, 5 points20Capabilities of VendorNoneTECHNICAL_QUALIFICATION
createdTsversioncreatedDatemodifiedDatedocumentTypeTextdocumentName
NoneNoneNoneNoneNoneOthers -- relevant document
tenderPreQualCriterionListNone
tenderAddressNone
tenderRecallDTONone