Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70434758 Tender Number : PWD/2023-24/RD/WORK_INDENT10398 Tender Prod. No : PWD/2023-24/RD/WORK_INDENT10398
Pre-Qualification : General Conditions of Eligibility :

Condition 1: Tenders from Joint ventures are not acceptable.

Condition 2: Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka

Condition 3: 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.

Condition 4: The 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 bidders end.

Condition 5: EMD Payments through e-Payment mode shall be made as one single transaction and payments made in part are liable for rejection

Condition 6: Bidder shall pay Contract Management Module processing fees prescribed as per E procurement soon after contract has been issued to bidder

Condition 7: Conditional tenders will not be accepted

Condition 8: The 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

Condition 9: The cost of the Tender form shall not be refundable

Condition 10: The employer is not responsible for any delay in accessing E - Procurement Portal.

Condition 11: Contractors Should be registered with KPWD Class I Registration

Condition 12: Royalty on construction materials and other taxes will be deducted as per prevailing Govt orders

Condition 13: To qualify for award of this contract, each tenderer should upload all details and documents as per Technical and Financial bid attached to this tender

Condition 14: Materials like bitumen, steel, cement etc.,required for the work shall be procured by the tenderer themselves and should got them tested by the quality control authority before use in the work

Condition 15: As 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

Condition 16: All the formats prescribed in the bid document shall be filled by the tenderer in complete manner otherwise it will be rejected.

Condition 17: All scanned documents to be uploaded shall be in original and the Chief Engineer reserves the right to verify the documents before approval

Condition 18: If the tenderer fails to comply with any of the conditions in the technical bid, their financial bid will be liable to be rejected

Condition 19: 0riginal documents / Certificates shall be produced by the Tenderer as mentioned in the Bid document.

Condition 20: The units of items 2.5(ii)a, item 13.7 and item 8.43 of uni SR V-3 2023-24 , shall be read as 100sqm,No. & No. respectively

Condition 21: Item rates are inclusive of 18% GST. Hence bidders must quote the rates including GST

Condition 22: GST shall not be paid separately

Condition 23: Potholes and other maintenance items shall be rectified irrespective of quantities during DLP & maintenance period

Technical Qualification Criteria :

1 : Past Experience : Section 2 ITT 3.2 - To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e.,2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 (b) Satisfactorily completed as prime contractor, at least one similar nature of work value not less than Rs.969.72Lakhs. : Work Done Certificate
2 : Past Experience : Section 2 ITT 3.2 c) - To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23 Executed in any one financial year, the following minimum quantities of work:1. Earth Work for Embankment/ Subgrade/ Shoulders : 13709.9 Cum2. GSB/WMM : 2443.69Cum3. BM/SDBC/DBM/BC :4968.12Cum4.Dry Lean Concrete (DLC)/ Plain Cement Concrete (PCC) :9.62cum5. Reinforced Cement Concrete (RCC) M20 & higher grades : 50.12cum : Work Done Certificate
3 : Capabilities of Vendor : KPWD Registration Certificate : PWD Registration Certificate (Class I/II/III/IV)
4 : Capabilities of Vendor : Section 2 ITT 3.3(b) - Each Tenderer should further demonstrate: Availability by owning(i) Machineries to be owned:1.Hot Mix Plant with Electronic Controls 40-60 TPH and higher capacity: 1 No2.Mechanical Paver Finisher:1 No3. Static Road Roller: 1 No.4. Vibratory Road Roller: 1 No.5.Tippers : 4Nos : Others -- as per KW4 Document
5 : Capabilities of Vendor : Section 2 ITT 3.3(b)ii Machineries could be on Lease/Hire: 1.Wet Mix Plant / Pug mill :1 No. 2.Truck mounted Bitumen Sprayer: 1 No 3. Motor Grader: 1 No. 4. Vibratory Road Roller (6T to 10T): 2 Nos 5.Tandem Roller: 1No6.Excavator 0.90 Cum Bucket Capacity:2 No7.Tipper Trucks:6 Nos8.Self Loading Concrete Mixer 2 M3 Capacity:3 Nos 9. Water Tanker: 3 No.10.Double drum roller:1No 11.Milling machine:1No : Others -- as per KW4 Document
6 : Capabilities of Vendor : Section 2 ITT 3.7 - 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 2018-19 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 2022-23 price level, of existing commitments and on-going works to be completed during the next 11months (period of completion of the works for which Tenders are invited) : Others -- Bid capacity
7 : Capabilities of Vendor : Details of Committed Works : Others -- details of committed works
8 : Capabilities of Vendor : Copies of Tax Registration : GST Registration
9 : Financial Status : Section 2 ITT 3.2 - To qualify for award of this contract, each Tenderer in its name should have in the last five years i.e., 2018-19, 2019-20, 2020-21, 2021-22 & 2022-23. (a) Achieved in at least two financial years a minimum financial turnover (in all classes of Civil Engineering construction works only of Rs.3878.86 Lakhs. : Audited CA Certificate of Annual Turnover
10 : Financial Status : Section 2 ITT 3.3 - Each Tenderer should further demonstrate (c) liquid assets and/or availability of credit facilities of not less than Rs.581.83 Lakhs (Credit lines/ letter of credit/ certificates from nationalized banks for meeting the fund requirement etc.) : Audited CA Certificate of Annual Turnover
Requirement : Improvements to road connecting Wanamarapalli with Raichur SH-15 from Ch 204.00 KM to 215.97 KM (in Selected Reaches).
Improvements to road connecting Wanamarapalli with Raichur SH 15 from Ch 215.97 KM to 228.00 KM (in Selected Reaches) in Shahapur Taluk of Yadgir District

Key Values

Document Fees : INR 7,500
EMD : INR 1,939,000
Closing Date : 18/04/2024
Location : Karnataka - India

Value Added Services

  • Get consortium partner
  • Get Winning Estimate
  • Track Tender Result
  • Get Subcontractors
  • Find Liaison Agency
  • Ask Expert

Disclaimer : Tender Tiger takes all possible care to ensure accurate & authentic tender information however it cannot be held responsible for Omissions, Errors, etc. Users are advised to refer to Tender Document published by Procuring entity before they take submit their actual bid.