Sie sind auf Seite 1von 13

RFP Alert Services

Home

Services

Contact Us

Tender Categories:
Construction materials and associated items

Water Supply Scheme to Badami, Kerur towns and 18 enroute villages from Almatti
Reservoir as source Package I

country iconCountry
Tender Details
General Details
Tender Number KUWSDB/2018-19/WS/WORK_INDENT2408
Tender Title Water Supply Scheme to Badami, Kerur towns and 18 enroute villages
from Almatti Reservoir as source Package I
Description Water Supply Scheme to Badami, Kerur towns and 18 enroute villages from
Almatti Reservoir as source Package I
Type of Procurement Entity OTHERS
Tender Category WORKS
Type of Quotation ITEM_WISE
Tender Evaluation Type TWO_COVER
Department Karnataka Urban Water Supply and Drainage Board
Bid Validity Period 90
No Of Calls 1
Tender Type OPEN
Denomination Type RUPEES
Highest Bidder Selection NO
General Conditions for Eligible Tenderers

Sl No Conditions

1 Tenders from Joint ventures are not acceptable.

2 Bidders shall not be under a declaration of ineligibility for corrupt and


fraudulent practices issued by any State Government / Government of India /Union
Territory.

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.

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 bidder's end.

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

6 Bidder shall pay Contract Management Module processing fees of 0.025% of the
contact value (Min Rs.500/- & Max Rs.7500/-) soon after contract has been issued to
bidder.

7 Bidders shall ensure upload of relevant document certifying his/her status as


Scheduled Caste/ Scheduled Tribe/other reserved category as prescribed in the
tender document.

8 To qualify for award of this contract, each Tenderer in its name should have in
the last five years i.e. 2013-14 to 2017-2018) (a) Achieved in at least two
financial years a minimum financial turnover (in all classes of civil engineering
construction works only) of Rs. 10035.00 lakh

9 To qualify for award of this contract, each Tenderer in its name should have in
the last five years i.e. 2013-14 to 2017-2018) (b) Satisfactorily completed (at
least 90% of the contract value), as prime contractor, at least One Water Supply
work of value not less than Rs. 7527.00 lakh (c) Executed in any one financial
year, the following minimum quantities of work i. Earthwork Excavation in all
strata : 109000.00 Cum ii. Supply, laying, jointing, testing and commissioning of
MS pipe of length: 27700.00 meter iii. Supply, laying, jointing, testing and
commissioning of DI / HDPE pipes or in combination of length: 35700.00 meter iv.
Construction of 10.00 lakh litre capacity RCC OHT-1No. v. Water supply House
Service connections 4800 Nos. (d) The Tenderer should have satisfactorily completed
minimum one number of WTP of capacity not less than 6.75 MLD in any one year during
the last five years

10 Each Tenderer should further demonstrate: (a) Availability by owning the


following key and critical equipment for this work: Excavator 4Nos Electro fusion
Welding Machine for HDPE pipelines upto 250mm dia pipe 4 Sets 5 HP Capacity
Hydraulic Testing Machine 4 Sets Concrete Mixers(1 cement bag capacity) with
Hoppers and weigh batch 4 Nos 20/40mm Pin Vibrator 8 Nos Vibrator rollers 4 Nos
Water Tankers 4 Nos. (b) The remaining can be deployed on lease/hire basis,
provided, the relevant documents (commitment agreements etc.,) for availability for
this work are furnished along with qualification information. Excavator 4Nos
Electro fusion Welding Machine for HDPE pipelines upto 250mm dia pipe 4 Sets 5 HP
Capacity Hydraulic Testing Machine 4 Sets Concrete Mixers(1 cement bag capacity)
with Hoppers and weigh batch 4 Nos 20/40mm Pin Vibrator 8 Nos Vibrator rollers 4
Nos Water Tankers 4 Nos.

11 Liquid assets and / or availability of credit facilities of no less than Rs.


1730.00 Lakhs (Credit lines / letter of credit / certificates from banks for
meeting the fund requirement)

12 Tenderers who meet the above specified minimum qualifying criteria, will only be
qualified, if their available tender capacity is more than the total estimated
value of the work put to tender. The available tender capacity will be calculated
as under: Assessed available tender capacity = (A*N*1.5 - B) Where, A = Maximum
value of civil engineering works executed in any one year during the last five
years (updated to 2018-19 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. (3 years) B = Value, (at 2018-19 price level), of
existing commitments and on-going works to be completed during the next 3 Years

13 It is mandatory to upload the various Technical & Financial eligibility


requirements and also fill up the formats mentioned in various Sections of Standard
Bid Document while submitting the bids. The incomplete bids shall be considered as
substantially non responsive.

14 A weightage of 10% per year will be added to the Annual Turnover and also to the
value of completed works of the previous years to bring them to the price level of
the financial year 2018-19

15 Right to accept any tender and to reject any or all tenders rests with the Chief
Engineer, K.U.W.S. & D. Board, Dharwad
Tender Technical Qualification Criteria

Sl No Criterion Criterion Type Criterion Documents

1 To qualify for award of this contract, each Tenderer in its name should have in
the last five years i.e. 2013-14 to 2017-2018) (a) Achieved in at least two
financial years a minimum financial turnover (in all classes of civil engineering
construction works only) of Rs. 10035.00 lakh Financial Status
Balance Sheets certified by the Charted Accountant should be Scanned and uploaded

2 To qualify for award of this contract, each Tenderer in its name should have in
the last five years i.e. 2013-14 to 2017-2018) (b) Satisfactorily completed (at
least 90% of the contract value), as prime contractor, at least One Water Supply
work of value not less than Rs. 7527.00 lakh (c) Executed in any one financial
year, the following minimum quantities of work i. Earthwork Excavation in all
strata : 109000.00 Cum ii. Supply, laying, jointing, testing and commissioning of
MS pipe of length: 27700.00 meter iii. Supply, laying, jointing, testing and
commissioning of DI / HDPE pipes or in combination of length: 35700.00 meter iv.
Construction of 10.00 lakh litre capacity RCC OHT-1No. v. Water supply House
Service connections 4800 Nos. (d) The Tenderer should have satisfactorily completed
minimum one number of WTP of capacity not less than 6.75 MLD in any one year during
the last five years. Past Experience
Experience Certificate during the last 5 Financial Years

3 Each Tenderer should further demonstrate: (a) Availability by owning the


following key and critical equipment for this work: Excavator 4Nos Electro fusion
Welding Machine for HDPE pipelines upto 250mm dia pipe 4 Sets 5 HP Capacity
Hydraulic Testing Machine 4 Sets Concrete Mixers(1 cement bag capacity) with
Hoppers and weigh batch 4 Nos 20/40mm Pin Vibrator 8 Nos Vibrator rollers 4 Nos
Water Tankers 4 Nos. (b) The remaining can be deployed on lease/hire basis,
provided, the relevant documents (commitment agreements etc.,) for availability for
this work are furnished along with qualification information. Excavator 4Nos
Electro fusion Welding Machine for HDPE pipelines upto 250mm dia pipe 4 Sets 5 HP
Capacity Hydraulic Testing Machine 4 Sets Concrete Mixers(1 cement bag capacity)
with Hoppers and weigh batch 4 Nos 20/40mm Pin Vibrator 8 Nos Vibrator rollers 4
Nos Water Tankers 4 Nos. Capabilities of Vendor
Documents to Demonstrate the availability of Equipments

4 Liquid assets and / or availability of credit facilities of no less than Rs.


1730.00 Lakhs (Credit lines / letter of credit / certificates from banks for
meeting the fund requirement) Capabilities of Vendor
Bankers Certificates

5 Tenderers who meet the above specified minimum qualifying criteria, will only be
qualified, if their available tender capacity is more than the total estimated
value of the work put to tender. The available tender capacity will be calculated
as under: Assessed available tender capacity = (A*N*1.5 - B) Where, A = Maximum
value of civil engineering works executed in any one year during the last five
years (updated to 2018-19 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. (3 years) B = Value, (at 2018-19 price level), of
existing commitments and on-going works to be completed during the next 3 Years
Capabilities of Vendor
Statements showing value of existing commitments on going works and stipulated
period of completion
Document/Evidence Required from the Bidder

Sl No Document Name DocumentType Optional

1 Registration Certificate

TECHNICAL_BID
No

2 Annual Turnover Certificate

TECHNICAL_BID
No

3 It is mandatory to upload the various Technical & Financial eligibility


requirements and also fill up the formats mentioned in various Sections of Bid
Document while submitting the bids. The incomplete bids shall be considered as
substantially non responsive

TECHNICAL_BID
No
Work Item Details

Sl No. Category of work Name of the Work Estimate Value Created Date Action
1 Water supply/sewage lines Water Supply Scheme to Badami, Kerur towns and 18
enroute villages from Almatti Reservoir as source Package I 1505223999.62
05/03/2019 15:18

Contact Information
Contact Person Name : Chief Engineer
Office Telephone Number : 91-836-2447090
Mobile Number :
Tender Amount Details
Estimated Contract Value 1505223999.62
Amount of Earnest Money Deposit (INR) 15053000
EMD e-payment 100000
EMD Bank Guarantee 14953000
Validity of BG in days from last day of bid submission 135
Tender Processing Fee 7500
Tender Schedule / Dates
NIT Published Date 05/03/2019 16:53:39
Last Date & Time for Tender Queries/Clarifications 09/04/2019 11:00:00
Last Date & Time for receipt of tenders 09/05/2019 17:30:00
Date & Time for Opening of Technical Bid 13/05/2019 11:00:00
Refer Karnataka Transparency in Public Procurement Rules Chapter V,Rule 17 for
Minimum Time for Submission of Tenders
Pre-Bid Meeting Details
Pre Bid Meeting Date 09/04/2019 11:00:00
Pre Bid Meeting Address Address
Building/Block Number Jalamandali Compound Street Sri.M.Vishveshwaraiah Road
City Dharwad Pin 580001
Tender Published User Details
Tender Published User Name CE NORTH - D L RAJU
Tender Published User Login kuwsdb_ce_nor
Public Key CN=D L RAJU, ST=KARNATAKA, OID.2.5.4.17=560001, OU=KUWSDB, O=GOVERNMENT
OF KARNATAKA, C=IN
Issuer CN=NIC sub-CA for NIC 2011, OU=Sub-CA, O=National Informatics Centre, C=IN

Related Tenders

CONSTRUCTING CONCRETE ROAD/BOL IN WARD NO 1 AT GOTKHINDI TAL WALWA DIST SANGLI


RDD-CEO-SANGLI||SANGLI-Dy. CEO V.P.||VALVA-ISLAMPUR||GOTHKHINDI

PrintTender Details Basic Details Organisation Chain RDD-CEO-SANGLI||SANGLI-Dy. CEO


V.P.||VALVA-ISLAMPUR||GOTHKHINDI Tender Reference Number GPGOTKHIDNI/14thFC/2018-19
Tender ID 2019_SANGL_465124_1 Tender Type Open Tender Form Of Contract Percentage
Tender Category Works No. of Covers 2 General Technical Evaluation Allowed No
ItemWise Technical Evaluation Allowed No Payment Mode Online Is Multi Currency
Allowed For BOQ No Is Multi Currency Allowed For Fee No Allow Two Stage Bidding No
Payment Instruments Online Bankers S.No Bank Name 1 SBI Bank Covers Information,
No. Of Covers - 2 Cover No Cover Type Description Document Type 1
Fee/PreQual/Technical Scan copy of SBI online tender fee and EMD fee .pdf Scan copy
of valid ZP registration certificate .pdf Scan copy of PAN,GST registration
certificate and ITR for the assessment year 2018-19 .pdf Scan copy of bidder
declaration .pdf Scan copy of statement 1,2,3,4 OR work orders or work done
certificate .pdf 2 Finance BOQ .xls Scan copy of DD of additional security deposit
if rate quoted below .pdf Tender Fee Details, [Total Fee in ₹ * - 500] Tender Fee
in ₹ 500 Fee Payable To Online Payment Fee Payable At Payment Gateway Tender Fee
Exemption Allowed No EMD Fee Details EMD Amount in ₹ 9,310 EMD Exemption Allowed No
EMD Fee Type percentage EMD Percentage 1.0% EMD Payable To Online Payment EMD
Payable At Payment Gateway </td> Work Item Details Title CONSTRUCTING CONCRETE
ROAD/BOL IN WARD NO 1 AT GOTKHINDI TAL WALWA DIST SANGLI Work Description
CONSTRUCTING CONCRETE ROAD/BOL IN WARD NO 1 AT GOTKHINDI TAL WALWA DIST SANGLI Pre
Qualification Please refer Tender documents. Independent External Monitor NA Tender
Value in ₹ 9,30,959 Product Category Civil Works - Others Sub category CONCRETE
ROAD Contract Type Tender Bid Validity(Days) 90 Period Of Work(Days) 270 Location
CONSTRUCTING CONCRETE ROAD IN WARD NO 1 GOTKHINDI Pincode 416301 Pre Bid Meeting
Place NA Pre Bid Meeting Address NA Pre Bid Meeting Date NA Bid Opening Place
GRAMPANCHAYAT GOTKHINDI TAL WALWA DIST SANGLI Should Allow NDA Tender No
Prequalification Approval Date NA Allow Preferential Bidder No Critical Dates
Published Date 22-Jul-2019 10:00 AM Bid Opening Date 07-Aug-2019 09:00 AM Document
Download / Sale Start Date 22-Jul-2019 10:00 AM Document Download / Sale End Date
05-Aug-2019 06:00 PM Clarification Start Date NA Clarification End Date NA Bid
Submission Start Date 22-Jul-2019 10:00 AM Bid Submission End Date 05-Aug-2019
06:00 PM Tenders Documents NIT Document S.No Document Name Description Document
Size (in KB) 1 NIT 58.25 2 B1 972.49Download as zip file Work Item Documents S.No
Document Type Document Name Description Document Size (in KB) 1 BOQ BOQ_811285.xls
BOQ 288.50 Tender Inviting Authority Name SARPANCH G.P.GOTKHINDI Address
GRAMPANCHAYAT GOTKHINDI TAL WALWA DIST SANGLI Back

Mission Kakatiya Phase-III- Restoration of Venkatapuram Katwa, Venkatapuram


Village, Moinabad Mandal, Ranga Reddy District ( 4th call)
Superintending Engineer IC Ranga Reddy District

:: Telangana eProcurement Portal :: This tender is published with OLD PKI


component.Request the bidder to ensure their "Encryption Certificate" is mapped
with old PKI View Tender Details Current Tender Details Tender ID 134725
Enquiry/IFB/Tender Notice Number 08/2019-20 Dt: 15.07.2019 Name of Work Mission
Kakatiya Phase-III- Restoration of Venkatapuram Katwa, Venkatapuram Village,
Moinabad Mandal, Ranga Reddy District ( 4th call) Tender Category Works Tender Type
OPEN Estimated Contract Value 22666285 Bid Submission Closing Date 31/07/2019 05:00
PM Tender Evaluation Type Percentage Other Links Enquiry Particulars Department
Name I&CAD - MISSION KAKATIYA Circle/Division I&CAD - MISSION KAKATIYA-SE
IRRIGATION CIRCLE, HYDERABAD Tender ID 134725 Enquiry/IFB/Tender Notice Number
08/2019-20 Dt: 15.07.2019 Name of Project Mission Kakatiya Phase-III- Restoration
of Venkatapuram Katwa, Venkatapuram Village, Moinabad Mandal, Ranga Reddy District
( 4th call) Name of Work Mission Kakatiya Phase-III- Restoration of Venkatapuram
Katwa, Venkatapuram Village, Moinabad Mandal, Ranga Reddy District ( 4th call)
Estimated Contract Value(INR)22 666 285( Two Crore Twenty Six Lakh Sixty Six
Thousand Two Hundred and Eighty Five Rupees ) Package number N/A Period of
Completion/ Delivery Period (in months) 9 Type of Work Similar Work Bidding Type
OPEN Bid Call (Numbers) 4 Tender Category WORKS Currency Type (INR) Default
Currency Indian Rupee - INR Evaluation Type Percentage Evaluation Criteria Based on
Price Form Of Contract L.S Consortium / Joint Venture Not Applicable Transaction
Fee Details Transaction Fee Payable to 'TSTS ' payable at Hyderabad.(As per G.O.Ms
No 4,Dtd 17.02.2015 IT&C Dept) 8024 (INR) Pre Bid Meeting Pre Bid Meeting Offline
Pre Bid Meeting Date & Time Tender Dates Bid Submission Start Date & Time
22/07/2019 11:00 AM Bid Submission Closing Date & Time 31/07/2019 05:00 PM Bid
Validity Period (in Days) 90 Pre Bid MeetingPre Bid Meeting Offline Pre Bid Meeting
Opening Date & Time Pre Bid Meeting Closing Date & Time Tender Inviting Authority
Particulars Officer Inviting Bids Superintending Engineer IC Ranga Reddy District
Bid Opening Authority Superintending Engineer IC Ranga Reddy District Address Red
Hills Hyderabad Contact Details 9704216543 Email seichyd2012@gmail.com Bid Security
Details Bid Security (INR) Bid Security In Favour Of Mode of Payment EMD Applicable
Rs.226700.00 BG in favour of the Superintending Engineer, Irrigation Circle, Ranga
Reddy District Online Payment,Challan Generation,BG Required Tender Documents
Details S.No Document Name Stage Document Type 1 EMD COMMON Mandatory 2 Transaction
Fee Details COMMON Mandatory 3 copy of PAN card COMMON Mandatory 4 Details of value
of Civil Engineering works executed in the last 10 financial years by the Bidder in
Statement I with supporting certificates. COMMON Mandatory 5 Details of existing
commitments of the bidder that is works on hand in Statement IV A with Supporting
Certificates and also details of tenders submitted in Statement IVB COMMON
Mandatory 6 Availability of Key critical equipment with the bidder in Statement V
COMMON Mandatory 7 Availability of Key personnel with the bidder in Statement VI
COMMON Mandatory 8 litigation history of the bidder in Statement VII COMMON
Mandatory 9 List of other certificates enclosed if any as tender document COMMON
Optional 10 Latest IT Returns COMMON Mandatory 11 Proof of liquid assets in the
shape of Solvency certificate (unconditional) etc for the required amount COMMON
Mandatory 12 Quality Plan as per tender document COMMON Optional 13 Proof of owning
Quality Control testing lab or proof of having tie up with established quality
control testing laboratories. COMMON Mandatory 14 Copy of Registration Certificate
as per tender document. COMMON Mandatory 15 Copy of GST registration certificate
COMMON Mandatory 16 Declaration as per Tender Document. COMMON Mandatory 17 Proof
of liquid assets of Rs. 77.00 Lakhs in the shape of Solvency certificate
(unconditional) etc for the required amount COMMON Mandatory Mile Stones Period
Penalty Optional 3.00 0.10 EWE (30125 Cum) Cement Concrete including RCC (1045.38
Cum) and Others. 6.00 0.10 Cement Concrete including RCC (1245 Cum) and Others.
9.00 0.10 Cement Concrete including RCC (1411.14 Cum) General Terms and
Conditions / Eligibility As per tender document. Note: Liquid Assets / Solvency
required as per tender document is Rs.77.00 Lakhs as against Rs.75.55 Lakhs in NIT
online. If any discrepancy / Conflict between N.I.T online and Tender Document, the
Tender Document is final. General Technical Terms and Conditions (Procedure) As per
tender document. Note: Liquid Assets / Solvency required as per tender document is
Rs.77.00 Lakhs as against Rs.75.55 Lakhs in NIT online. If any discrepancy /
Conflict between N.I.T online and Tender Document, the Tender Document is final.
Legal Terms & Conditions As per tender document. Note: Liquid Assets / Solvency
required as per tender document is Rs.77.00 Lakhs as against Rs.75.55 Lakhs in NIT
online. If any discrepancy / Conflict between N.I.T online and Tender Document, the
Tender Document is final. Geographical Particulars Sno State District Mandal
Assembly Parliament1 TELANGANA RANGAREDDY Moinabad CHEVELLA chevella2 TELANGANA
RANGAREDDY Moinabad CHEVELLA chevella3 TELANGANA RANGAREDDY Moinabad CHEVELLA
chevella Procedure for Bid Submission Show Procedure for Bid Submission The bidder
shall submit his response through Bid submission to the tender on eProcurement
platform at www.eprocurement.telangana.gov.in by following the procedure given
below. The bidder would be required to register on the e-procurement market place
https://tender.telangana.gov.in and submit their bids online. Offline bids shall
not be entertained by the Tender Inviting Authority for the tenders published in e-
procurement platform. The bidders shall submit their eligibility and qualification
details, Technical bid, Financial bid etc., in the online standard formats
displayed in eProcurement web site. The bidders shall upload the scanned copies of
all the relevant certificates, documents etc., in support of their eligibility
criteria/technical bids and other certificate/documents in the eProcurement web
site. The bidder shall sign on the statements, documents, certificates, uploaded by
him, owning responsibility for their correctness/authenticity. The bidder shall
attach all the required documents for the specific tender after uploading the same
during the bid submission as per the tender notice and bid document. The system
would only authenticate the Encryption certificate uploaded into the Eprocurement
system at the time of User Registration or updated through User profile. The bidder
has to ensure that the uploaded certificate in the eprocurement system is used for
the Bid submission and no other certificate though valid will not be recognized by
the eprocurement system. Registration with eProcurement platform: For registration
and online bid submission bidders may contact HELP DESK.
https://tender.telangana.gov.in Digital Certificate authentication: The bidder
shall authenticate the bid with his Digital Certificate for submitting the bid
electronically on eProcurement platform and the bids not authenticated by digital
certificate of the bidder will not be accepted on the eProcurement platform. For
obtaining Digital Signature Certificate, you may please Contact: Address for
submission of Application for Digital Certificate: TSTS Office, 2nd floor, HACA
Bhavan, Opp Public Gardens, Saifabad, Hydrabad - 500004 Contact Helpdesk :
9177769764 (OR) You may please Contact Registration Authorities of any Certifying
Authorities in India. The list of CAs are available by clicking the link
https://tender.telangana.gov.in/digital-signature.html# 3. Hard copies: i) Vide
ref. G.O.Ms.No.174, I&CAD dept dated:1-9-2008, submission of original hard copies
of the uploaded scanned copies of Proof of online Payment (Remittance)/BG towards
EMD by participating bidders to the tender inviting authority before the opening of
the price bid is dispensed forthwith. ii) All the bidders shall invariably upload
the scanned copies of Proof of online Payment (Remittance)/BG in eProcurement
system and this will be the primary requirement to consider the bid responsive.
iii) The department shall carry out the technical evaluation solely based on the
uploaded certificates/documents, Proof of online Payment (Remittance)/BG towards
EMD in the eProcurement system and open the price bids of the responsive bidders.
iv) The department will notify the successful bidder for submission of original
hardcopies of all the uploaded documents Proof of online Payment (Remittance)/BG
towards EMD prior to entering into agreement. v) The successful bidder shall
invariably furnish the original Proof of online Payment (Remittance)/BG towards
EMD, Certificates/Documents of the uploaded scan copies to the Tender Inviting
Authority before entering into agreement, either personally or through courier or
post and the receipt of the same within the stipulated date shall be the
responsibility of the successful bidder. The department will not take any
responsibility for any delay in receipt/non-receipt of original Proof of online
Payment (Remittance)/BG towards EMD, Certificates/Documents from the successful
bidder before the stipulated time. On receipt of documents, the department shall
ensure the genuinity of the Proof of online Payment (Remittance)/BG towards EMD and
all other certificates/documents uploaded by the bidder in eProcurement system. In
support of the qualification criteria before concluding the agreement. 4. The GO.
Ms. No. 174 -I&CAD dated: 1-9-2008 Deactivation of Bidders If any successful bidder
fails to submit the original hard copies of uploaded certificates/documents, Proof
of online Payment (Remittance)/BG
towards EMD within stipulated time or if any variation is noticed between the
uploaded documents and the hardcopies submitted by the bidder, as the successful
bidder will be suspended from participating in the tenders on eProcurement platform
for a period of 3 years. The eProcurement system would deactivate the user ID of
such defaulting bidder based on the trigger/recommendation by the Tender Inviting
Authority in the system. Besides this, the department shall invoke all processes of
law including criminal prosecution of such defaulting bidder as an act of extreme
deterrence to avoid delays in the tender process for execution of the development
schemes taken up by the government. Other conditions as per tender document are
applicable. The bidder is requested to get a confirmed acknowledgement from the
Tender Inviting Authority a proof of Hardcopies submission to avoid any
discrepancy. 5. Payment of EMD: It is mandatory for all participant bidders to
electronically pay EMD Online by utilizing the ?Payment Gateway Service on E-
Procurement platform". The Electronic Payment Gateway accepts all Master and Visa
Credit Cards issued by any bank and Direct Debit facility/Net Banking/NEFT payment
modes through ICICI Bank and/or Axis Bank Payment Gateways to facilitate the
transaction. This is in compliance as per G.O.Ms.No. 14 Dated: 18-09-2017. A GST of
18.00% + Bank charges on the transaction amount payable to TSTS shall be
applicable. In addition to this, Bidders can also pay the EMD through Download of
PDF format of RTGS Challan for respective Payment gateway and pay the EMD through
their Parent Bank account. Once the EMD is received by the EProcurement
application, Bidders can automatically continue with their Bid Submission online.
IMPORTANT NOTE REGARDING EMD PAYMENT: 1. Bidders are encouraged to use only Net
banking facility for payment of EMDs as far as possible for faster refunds in case
of unsuccessful Bids for the Tender. 2. Bidders are advised not to use RTGS Challan
downloads at the penultimate hour of Bid submission closing as any delay by their
banker would not enable Bid submission on the platform. Please allow a minimum of
60 minutes for enabling ?Continuation of Bid Submission? from the time the Pool
Account receives credit of the EMD from the Bidder?s Bank for both NEFT and RTGS
Transfers. For RTGS Transfers, the Pool Account can get immediate credit whereas
NEFT transfers would follow RBI Payment Cycle time. 3. Bidders are advised to pay
EMD Online atleast T-1 or T-2 days before Bid submission closing date (T= Bid
submission closing date) to avoid last minute delays and denials of successful Bid
submission and to take care of any delays in Banking procedures. Un Successful
Bidder EMD Refund process: - The bid is declared unsuccessful, under the following
circumstances. Bid submitted by the bidder is not the lowest bid. Upon Finalization
of the L1 Bid. Technical Disqualification of the Bid in case of 2 cover system. EMD
paid but bid not submitted EMD refund will be initiated by the Tender Inviting
Authority directly and through Online only and through the same payment channels as
EMD received by the Department. (RTGS / NEFT /Credit Card /Debit Card refund),
within 30 days from the date of publishing the Decision / Result. However,
Vupadhi /GoTS will not be held responsible for the delays occurring due to banking
channels/procedures/processes of the respective vendor. IMPORTANT NOTE REGARDING
EMD REFUNDS: Bidders are requested to use discretion in their choice of payment
channel for remittance of EMD. Time taken for Refunds under Ideal conditions: 1.
Net Banking / NEFT / RTGS Challan: One (1) Banking Business Day from time of
initiation of refund by Tender Inviting Authority subject to RTGS/NEFT timings of
RBI. 2. Credit card/ Debit card: 7-10 working days from time of initiation of
refund by the Tender Inviting Authority. However, this may be longer in case of
certain bank cards. In case of delays, bidders are requested to contact the Card
issuing Bank for faster resolution. 6. Payment of Transaction Fee: It is mandatory
for all the participant bidders from 1st January 2006 to electronically pay a Non-
refundable Transaction fee to M/s. TSTS , the service provider through "Payment
Gateway Service on E-Procurement platform". The Electronic Payment Gateway accepts
all Master and Visa Credit Cards issued by any bank and Direct Debit facility/Net
Banking of ICICI Bank, Axis Bank to facilitate the transaction. This is in
compliance as per G.O.Ms. 13 dated 07.05.2006. A GST of 18.00% + Bank charges on
the transaction amount payable to TSTS shall be applicable. 7. Corpus Fund: As per
GO MS No.4 User departments shall collect 0.04% of ECV (estimated contract value)
with a cap of Rs. 10,000 (Rupees ten thousand only) for all works with ECV upto
Rs.50 Crores, and Rs. 25,000/- (Rupees twenty-five thousand only) for works with
ECV above Rs.50 Crores, from successful bidders on eProcurement platform before
entering into agreement / issue of purchase orders, towards eprocurement fund in
favour of Managing Director, TSTS . There shall not be any charge towards
eProcurement fund in case of works, goods and services with ECV less than and upto
Rs. 10 lakhs 8. Tender Document: The bidder is requested to download the tender
document and read all the terms and conditions mentioned in the tender Document and
seek clarification if any from the Tender Inviting Authority. Any offline bid
submission clause in the tender document could be neglected. The bidder has to keep
track of any changes by viewing the Addendum/Corrigenda issued by the Tender
Inviting Authority on time-to- time basis in the E-Procurement platform. The
Department calling for tenders shall not be responsible for any claims/problems
arising out of this. 9. Bid Submission Acknowledgement: The bidder shall complete
all the processes and steps required for Bid submission. The system will generate
an acknowledgement with a unique bid submission number after completing all the
prescribed steps and processes by the bidder. Users may also note that the bids for
which an acknowledgement is not generated by the e-procurement system are treated
as invalid or not saved in the system. Such invalid bids are not made available to
the Tender Inviting Authority for processing the bids. The Government of TS are not
responsible for incomplete bid submission by users. Enquiry Forms Stage Details
Stage Details Close S.No Stage Name Evaluation Opening date & Time Evaluation
Dependencies 1 PQ Stage 02/08/2019 04:00 PM 2 Commercial Stage 07/08/2019 03:00 PM
PQ Stage Stage Form Name Type of Form Supporting Document Required Supporting
Document Encryption Supporting Document Description View Details PQ Stage Key
Critical Equipment Standard Yes No Tender Document PQ Stage Previously Executed
works Standard Yes No Tender Document PQ Stage Key Personnel Standard Yes No Tender
Document PQ Stage Works On Hand/Tendered Details Standard Yes No Tender Document PQ
Stage Eligibility Criteria Standard No No N/A Commercial Stage Percentage Wise Rate
Secure No No N/A Information Technology, Electronics & Communications Department,
Government of Telangana, India. All rights reserved. Server Time: 22/07/2019
05:52:18 PM

MLA - ADS- Sri. Roshy Augustine Mla Idukki- Roofing And Ceiling Works For Taluk
Office Building Idukki At Vazhathoppu
Kerala State Nirmithi Kendra

PrintTender Details Basic Details Organisation Chain Kerala State Nirmithi Kendra
Tender Reference Number KSNK/TECH/PALA/RCTLK -57/2019 Tender ID 2019_KSNK_288093_1
Tender Type Open Tender Form Of Contract Item Rate Tender Category Works No. of
Covers 2 General Technical Evaluation Allowed No ItemWise Technical Evaluation
Allowed No Payment Mode Online Is Multi Currency Allowed For BOQ No Is Multi
Currency Allowed For Fee No Allow Two Stage Bidding No Payment Instruments Online
Bankers S.No Bank Name 1 SBI MOPS Covers Information, No. Of Covers - 2 Cover No
Cover Type Description Document Type 1 Fee/PreQual/Technical Preliminary
Agreement .pdf Signed Tender Conditions .pdf E-Payment Form .pdf Experience as per
NIT .pdf EPF registration details with payment receipt after March 2019. .pdf
Contractors valid license details .pdf 2 Finance BOQ Schedule of Rates .xls Tender
Fee Details, [Total Fee in ₹ * - 2,800] Tender Fee in ₹ 2,800 Fee Payable To online
Fee Payable At online Tender Fee Exemption Allowed No EMD Fee Details EMD Amount in
₹ 43,195 EMD Exemption Allowed Yes EMD Fee Type fixed EMD Percentage NA EMD Payable
To online EMD Payable At online Work Item Details Title MLA - ADS- Sri. Roshy
Augustine Mla Idukki- Roofing And Ceiling Works For Taluk Office Building Idukki At
Vazhathoppu Work Description Roofing And Ceiling Works For Taluk Office Building
Idukki At Vazhathoppu Pre Qualification Contractors who have completed a single
similar work above Rs. 18 Lakhs or two works above Rs. 9 Lakhs within last three
years in Kerala Independent External Monitor NA Tender Value in ₹ 17,27,778 Product
Category Civil Works - Others Sub category Roofing and Ceiling Works Contract Type
Tender Bid Validity(Days) 90 Period Of Work(Days) 90 Location Vazhathoppu Pincode
685602 Pre Bid Meeting Place NA Pre Bid Meeting Address NA Pre Bid Meeting Date NA
Bid Opening Place Kerala State Nirmithi Kendra PTP Nagar Should Allow NDA Tender No
Prequalification Approval Date NA Allow Preferential Bidder No Critical Dates
Published Date 22-Jul-2019 03:00 PM Bid Opening Date 03-Aug-2019 11:30 AM Document
Download / Sale Start Date 22-Jul-2019 03:00 PM Document Download / Sale End Date
30-Jul-2019 04:00 PM Clarification Start Date 22-Jul-2019 03:00 PM Clarification
End Date 30-Jul-2019 04:00 PM Bid Submission Start Date 22-Jul-2019 03:00 PM Bid
Submission End Date 30-Jul-2019 04:00 PM Tenders Documents NIT Document S.No
Document Name Description Document Size (in KB) 1 Notice Inviting Tender
178.53Download as zip file Work Item Documents S.No Document Type Document Name
Description Document Size (in KB) 1 Tender Documents Agreement.pdf Preliminary
Agreement 39.98 2 Tender Documents TenderConditions.pdf Tender Conditiions 327.68 3
BOQ BOQ_392114.xls Schedule of Rates 290.00 Tender Inviting Authority Name REGIONAL
ENGINEER Address Regional centre vallichira P.O pala -686574 Ph No.04822-211412
Back

Mukhathala BP 2019-20 --Project No 119/20 - side concrete on both sides of road


from manalimukku to kallukuzhi n Mayyanad GP
Local Self Government Department||Kollam||Block Panchayath Sub Division Office
KLM||O/O Asst. Exec Engg Mukhathala Block Panchayath

PrintTender Details Basic Details Organisation Chain Local Self Government


Department||Kollam||Block Panchayath Sub Division Office KLM||O/O Asst. Exec Engg
Mukhathala Block Panchayath Tender Reference Number A1/TEN/19-20 Tender ID
2019_LSGD_288051_4 Tender Type Open Tender Form Of Contract Item Rate Tender
Category Works No. of Covers 1 General Technical Evaluation Allowed No ItemWise
Technical Evaluation Allowed No Payment Mode Online Is Multi Currency Allowed For
BOQ No Is Multi Currency Allowed For Fee No Allow Two Stage Bidding No Payment
Instruments Online Bankers S.No Bank Name 1 SBI MOPS Covers Information, No. Of
Covers - 1 Cover No Cover Type Description Document Type 1
Fee/PreQual/Technical/Finance Scanned copy of licence .pdf Scanned copy of Pan crad
.pdf Scanned copy of GST registration .pdf EMD excemption Certificate .pdf scanned
copy of Aadhar Card .pdf boq .xls Tender Fee Details, [Total Fee in ₹ * - 1,120]
Tender Fee in ₹ 1,120 Fee Payable To online Fee Payable At online Tender Fee
Exemption Allowed Yes EMD Fee Details EMD Amount in ₹ 12,500 EMD Exemption Allowed
Yes EMD Fee Type fixed EMD Percentage NA EMD Payable To online EMD Payable At
online Work Item Details Title Mukhathala BP 2019-20 --Project No 119/20 - side
concrete on both sides of road from manalimukku to kallukuzhi n Mayyanad GP Work
Description Mukhathala BP 2019-20 --Project No 119/20 - side concrete on both sides
of road from manalimukku to kallukuzhi n Mayyanad GP Pre Qualification Please refer
Tender documents. Independent External Monitor NA Tender Value in ₹ 5,00,000
Product Category Civil Works - Roads Sub category NA Contract Type Tender Bid
Validity(Days) 90 Period Of Work(Days) 14 Location Mukhathala Pincode 691577 Pre
Bid Meeting Place NA Pre Bid Meeting Address NA Pre Bid Meeting Date NA Bid Opening
Place LSGD Sudivision Block Panchayth Mukhathala Should Allow NDA Tender No
Prequalification Approval Date NA Allow Preferential Bidder No Critical Dates
Published Date 22-Jul-2019 02:00 PM Bid Opening Date 03-Aug-2019 02:00 PM Document
Download / Sale Start Date 22-Jul-2019 02:00 PM Document Download / Sale End Date
29-Jul-2019 04:00 PM Clarification Start Date NA Clarification End Date NA Bid
Submission Start Date 22-Jul-2019 02:00 PM Bid Submission End Date 29-Jul-2019
04:00 PM Tenders Documents NIT Document S.No Document Name Description Document
Size (in KB) 1 nit 299.37Download as zip file Work Item Documents S.No Document
Type Document Name Description Document Size (in KB) 1 Additional Documents
manlimukku.pdf preliminary agreement 257.10 2 BOQ BOQ_392102.xls boq 233.00 Tender
Inviting Authority Name Assistant Engineer Address Assistant Engineer,LSGD
Sudivision Block Panchayth Mukhathala Back

Karikkakom-Kanara Road Concrete


Local Self Government Department||Thiruvananthapuram||Grama Panchayath Section
office TVM||Office of the AE Pazhayakunnummel Grama Panchayath

PrintTender Details Basic Details Organisation Chain Local Self Government


Department||Thiruvananthapuram||Grama Panchayath Section office TVM||Office of the
AE Pazhayakunnummel Grama Panchayath Tender Reference Number
ET1/170/AE/LSGD/PKML/19-20 Tender ID 2019_LSGD_288008_1 Tender Type Open Tender
Form Of Contract Percentage Tender Category Works No. of Covers 1 General Technical
Evaluation Allowed No ItemWise Technical Evaluation Allowed No Payment Mode Online
Is Multi Currency Allowed For BOQ No Is Multi Currency Allowed For Fee No Allow Two
Stage Bidding No Payment Instruments Online Bankers S.No Bank Name 1 SBI MOPS
Covers Information, No. Of Covers - 1 Cover No Cover Type Description Document Type
1 Fee/PreQual/Technical/Finance BOQ .xls TENDER DOCUMENT .pdf PRELIMINARY AGGREMENT
.pdf E-PAYMENT AND DECLARATION .pdf CONTRACTORS LICENSE AND GST REGISTRIATION .pdf
Other Important Documents List S.No Category Sub Category Sub Category Description
Format/File 1. Certificate Details Permanent Account Number Permanent Account
Number Tender Fee Details, [Total Fee in ₹ * - 560] Tender Fee in ₹ 560 Fee Payable
To online Fee Payable At online Tender Fee Exemption Allowed Yes EMD Fee Details
EMD Amount in ₹ 3,980 EMD Exemption Allowed Yes EMD Fee Type fixed EMD Percentage
NA EMD Payable To online EMD Payable At online Work Item Details Title Karikkakom-
Kanara Road Concrete Work Description Road Concreting Pre Qualification Please
refer Tender documents. Independent External Monitor NA Tender Value in ₹ 1,57,744
Product Category Civil Works - Roads Sub category NA Contract Type Tender Bid
Validity(Days) 120 Period Of Work(Days) 180 Location PAZHAYAKUNNUMMEL Pincode
695601 Pre Bid Meeting Place NA Pre Bid Meeting Address NA Pre Bid Meeting Date NA
Bid Opening Place LSGD SECTION ,PAZHAYAKUNNUMMEL GRAMA PANCHAYATH Should Allow NDA
Tender No Prequalification Approval Date NA Allow Preferential Bidder No Critical
Dates Published Date 22-Jul-2019 09:00 AM Bid Opening Date 06-Aug-2019 12:00 PM
Document Download / Sale Start Date 22-Jul-2019 09:00 AM Document Download / Sale
End Date 01-Aug-2019 05:00 PM Clarification Start Date 22-Jul-2019 09:00 AM
Clarification End Date 01-Aug-2019 05:00 PM Bid Submission Start Date 22-Jul-2019
09:00 AM Bid Submission End Date 01-Aug-2019 05:00 PM Tenders Documents NIT
Document S.No Document Name Description Document Size (in KB) 1 NIT 54.26Download
as zip file Work Item Documents S.No Document Type Document Name Description
Document Size (in KB) 1 BOQ BOQ_391959.xls BOQ 232.50 2 Other Document EPAYMENT.pdf
E-PAYMENT 8.76 3 Other Document DECLARATION.pdf DECLARATION 200.12 4 Tender
Documents TD.pdf TENDER DOCUMENT 377.89 5 Additional Documents PREAGG.pdf
PRELIMINARY AGGREMENT 116.20 Tender Inviting Authority Name ASSISTANT ENGINEER,LSGD
SECTION Address ASSISTANT ENGINEER,LSGD SECTION, PAZHAYAKUNNUMMEL GP,KILIMANOOR
Back

About RFP alert services


RFP Alert Services has just one mission: to help businesses like yours learn to
make the most of the rewarding and lucrative public-sector and para-public-sector
market.

Quick Links
Home

Services

Contact Us

Index

Contact

RFP Alert Services

300-1000 Rue de S�rigny, 3rd Floor


Longueuil(QUEBEC) J4K 5B1

Tel: (514) 948-0488


Fax: (514) 948-0560

� 2020 - RFP Alert Services

Das könnte Ihnen auch gefallen