Government of Karnataka Water Resources Department TENDER BULLETIN (Published in terms of the Provision of the Karnataka Transparency in public Procurements Act 2000) Volume No.15 25 th July 2011 BANGALORE
Government of Karnataka
Water Resources Department
TENDER BULLETIN (Published in terms of the Provision of the
Karnataka Transparency in public Procurements Act 2000)
Volume No.15
25th July 2011
BANGALORE
GOVERNMENT OF KARNATAKA WATER RESOURCES DEPARTMENT
No.WRD 06 MBI 2011 Dt: 25/07/2011 The details of the notices inviting the tender in respect of the Procurement
requirements of different procurement entities is published as a part of the State Tender-Bulletin for the Fourth week of July 2011. The details of the published Tender Notification may be obtained by the concerned Executive Engineers who has invited the respective Tenders. Volume.No.15 (SYED NAEEMULLA SHA KHADRI) Email:-tender_bulletin@hotmail.com Deputy Secretary to Govt., (MMI) Web Site:- waterresources.kar.nic.in Water Resources Department.
Send to: 1. Managing Director, Krishna Bhagya Jala Nigam Limited, Bangalore. 2. Managing Director, Karnataka Neeravari Nigam Limited, Bangalore. 3. Managing Director, Cauvery Neeravari Nigam Limited, Bangalore. 4. Engineer-in-Chief, Water Resources Development Organisation, Bangalore. 5. Compiler, Karnataka State Gazette Officer, Bangalore. 6. The District Tender Bulletin Officer & Deputy Commissioner, ______________. 7. The Chief Engineer, ___________________________. 8. The Chief Engineer, B.T.D.A., Bagalkot. 9. The Superintending Engineers, ______________________ Circle. 10. The Executive Engineers, _______________________ Division. 11. The President, Karnataka Engineers Association, K.R.Circle, Bangalore. 12. The President, Karnataka Engineering Service Association, K.R.Circle, Bangalore. 13. The President, Karnataka State Contractors Association, Bangalore, for
information with a request to give vide publicity of the Tender-Bulletin through the President / Chairman of the affiliated District Contractors Association, ________________ District.
PART A Volume: 15.1
OFFICE OF THE Executive Engineer, KNNL, HBC Division, Athani
No./KNNL/HBC/PB/TND/Desaratti road/2011-12/1106 Dtd: 11.07.2011
SHORT TERM TENDER NOTIFICATION (Through E-Procurement only)
Electronic percentage tender through e-procurement platform are invited by
the Executive Engineer, HBC Division, Atahni on behalf of the Managing Director Karnataka Neeravari Nigam limited 4th Floor, Coffee Board Building No: 1 Dr. B.R Ambedkar Veedhi, Bangalore-01 for Category-III and above contractors enrolled under KNNL. The category contractors are to apply only for the financial bid. The blank tender documents can be obtained through website www.eproc.Karnataka.gov.in/ eportal/index.seam
The details of works are as given below:-
Sl. No
Name of work
Approximate
amount put to tender (Rs. in lakhs)
EMD in
lakhs
Tender processing
Fee
Category enrolled under KNNL/ Class-I PWD
contractors
Stipulated period for completion (including monsoon)
1) Improvements to Desaratti to Kokatnur road from Km. 0.00 to 6.50
224.83 2.25 5000/- Category-III & above.
09 months
Note : 1. The EMD amount submitted by the contractor should govern the following conditions:
The contractor should pay the EMD in the e-procurement portal using any of the payment modes viz., credit card/ direct debit/ National Electronic Fund Transfer (NEFT)/ Over the counter (OTC). The validity of the EMD shall be for a period of 180 days from the date of opening of the tender.
2. The above tenders are published through e-portal on dated 18.07.2011 3. Last date and time for clarification/ Queries is on dated 20.07.2011 upto 17=00 hours 4. Last date and time for submission of filled bids through e-portal 25.07.2011 upto
16=00 hours. 5. Opening of finaical bid is on 28.07.2011 at E.E. HBC Division at Athani 11=00 AM 6. Bidders for the works who have already executed the work and /or who are executing
the woks 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/Other department. Such tenders received without performance certificates or with unsatisfactory performance are liable for rejection (Should be enclosed to the tender bid document).
7. The successful bidder should produce an additional performance Bank Guarantee for the difference amount below 25 % if the quoted rates are below 75 % of the estimated rates before executing agreement with KNNL
8. Corrigendum will be published in the website for all modifications/corrections if any 9. The contractor should attach his/her scanned signature to the Schedule 'B' before
submitting. 10. The intending contractors should note that, if any of the lands (either in part/parts or
in whole) required for the work is not yet acquired by the Nigam, it shall be the responsibility of the contractor to take possession of such land and start the work by consent of the owners before commencement of work at no extra cost to the Nigam and no claims whatsoever relating to non-availability of land would be entertained.
11. If any of the dates mentioned above happens to be a general holiday, the next working day will be holds good
12. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever.
13. The detailed tender notification can be had from the website www.eproc.Karnataka.gov.in/eportal/index.seam and linking to e-tender OR in the office of the undersigned (Ph No. (08289) 251034
Sd/
Executive Engineer, KNNL HBC Division, Athani.
Volume: 15.2
OFFICE OF THE, Executive Engineer, KNNL, HBC Divn., Athani.
No./KNNL/HBC/PB/TND/Time extension/2011-12/105 Dtd: 06-07-2011
TENDER CORRIGENDUM Reference: 1) This office tender Notification No./KNNL/HBC/PB/TND/
ALIS/Aqueduct/2010-11/ 2485 Dtd: 03.12.2010 2) -do- corrigendum No./KNNL/HBC/PB/TND/Time
extension/2010-11/3114 Dtd: 14-01-2011
In continuation of tender notification published vide reference above; due to unavoidable reasons, there are changes in amount put to tender EMD, conditions, dates and are as below.
The details of works are as given below:
Sl. No
Name of work
Approximate amount put to tender (Rs. in
lakhs)
EMD in
lakhs
Tender processing Fee
Class of contractors
Stipulated period for completion (including monsoon)
1) Construction of East canal from Ch. 6+00 to 6+180, Ch. 8+540 to 9+00 including structures & aqueduct from ch. 6+180 to 8+540 of Ainapur LIS 2nd stage under Hippargi project.
2934.06 29.35 5000/- Category-I enrolled under KNNL/ Class-I PWD contractors
18 months
2) Construction of East canal from Ch. 13+000 to 13+600, Ch. 17+200 to 18+000 including structures & aqueduct from Ch. 13+600 to 17+200 of Ainapur LIS 2nd stage under Hippargi project.
4167.29 41.67 5000/- Category-I enrolled under KNNL/ Class-I PWD contractors
18 months
Some of the conditions are changed and dates are fixed now and are as below: Note:
1) The EMD amount submitted by the contractor should govern the following conditions: The contractor should pay the full EMD in the e-procurement portal using any of the payment modes viz., credit card/ direct debit/ National Electronic Fund Transfer (NEFT)/ Over the counter (OTC). The validity of the EMD shall be for a period of 180 days from the date of opening of the tender
2) Sl. No. 2 & 3 deleted
4) Date of publishing through e-portal 20.07.2011
5) Last date and time for clarification/ Queries is on 23.07.2011 upto 17=00 hours
6) Last date & time for submission of filled bids through e-portal 27-07-2011 upto 4-00 PM
7) Opening of technical bid is on 30.07.2011 at 11=00 AM
8) Opening of financial bid 10.08.2011 at 11=00 AM
The following pre-qualification conditions of original notification are deleted
4) Deleted (on Page No-2 of original notification)
10) Deleted (on Page No-3 of original notification)
Following are the pre-qualification conditions for Class-I PWD contractors and as well as category
contractos.
a) The intending contractor should be a Class-I PWD contractor or enrolled under Category-I of KNNL select list.
b) The intending contractors should have experience of having constructed aqueduct of maximum height not less than 10 m., with pile foundations and costing not less than 60% of the amount put to tender. A certificate by an officer not below the rank of Executive Engineer of concerned division and countersigned by the SE of the concerned circle shall be furnished.
c) The contractors should have to invariably use batching plant and concrete pump for executing the work.
d) The financial turn over shall be 80% of the amount put to tender in any two financial years during the last 5 years. Income tax return certificate shall be furnished in support of the above.
e) Similar work shall be an aqueduct only.
The other conditions stipulated in the original tender notification remains unchanged
Sd/- Executive Engineer,
KNNL HBC Division, Athani
Volume: 15.3
Office of the Executive Engineer KBJNL I.B.C. Division-2
Almel-586 202 Tq: Sindagi Dist: Bijapur
No:KBJNL/IBCD-2/PB/ CRESP/ESPCHN/Tender/2011-12/437 Date: 11-07-2011
CORRIGENDUM NO 3
Sub:- 1) Construction of Cross Regulator /Escape at KM 110.050of ILC.
2) Construction of Escape channel to Cross regulator /Escape at KM 110.050 of ILC ( Excavation , Lining & structures.)
Ref:-1) This office tender notification No: KBJNL/IBCD-2/ PB/ CRESP
/tender/2011-12/243 dtd: 08-06-2011. 2) This office tender notification No: KBJNL/IBCD-2/ PB/ ESPCHN /tender/2011-12/244 dtd: 08-06-2011. 3) This office tender notification No: KBJNL/IBCD-2/ PB/ ESPCHN /tender/2011-12/435 dtd: 02-07-2011.
*** On behalf of the Managing Director, KBJNL, Bangalore, the Executive Engineer KBJNL
IBC Division No.2, Almel, Tq: Sindagi, had invited the percentage tenders from Category-
III & above contractors who are enrolled in KBJNL for work of Construction of Cross
Regulator /Escape at KM 110.050 of ILC. & Construction of Escape channel to Cross
regulator /Escape at KM 110.050 of ILC ( Excavation , Lining & structures.) for Rs.
175.16 Lakhs & Rs.96.22 Lakhs. Due to technical reasons the following are the modified
calendar of events for the above mentioned both the works.
1. Contractors can access to e-tendering documents form 20-07-2011 to 27-07-2011.
from 10.00 AM to 4.30PM.
2. Submission of completed e-tender documents will be from 20-07-2011 to 27-07-
2011. from 10.00 AM to 4.30PM.
3. Cover-I (Technical bid ) opening on 30-07-2011 at 11.00AM
4. Cover-II (Financial bid ) opening on 02-08-2011 at 11.00 AM.
The other terms and conditions remain same.
Further information can be had from the under signed during office hours (P.No.08488 -
232297)
Sd/- Executive Engineer
KBJNL IBC Division-2 Almel,Tq:Sindagi, Dist:Bijapur.
Volume: 15.4
Office of The Executive Enginee,SLIS, Division No-2, KNNL, Huvinahadagali, Bellary Dist.
No. EE/KNNL/SLIS/Dn-2/Tender/LBMC-3rd Reach /2011-12/582 Date: 11.07.2011
SHORT TERM TENDER NOTIFICATION
(ONLY THROUGH e-Procurement SYSTEM)
Tenders in Electronic mode on PERCENTAGE BASIS are invited on behalf of the Managing Director, KNNL, Bangalore, by the Executive Engineer, KNNL, SLIS Division No.2, Huvinahadagali, Bellary District, in Two cover system(cover I and cover II), from the Category-I contractors/firm/company registered under select list of contractors under KNNL of Karnataka State, for the work mentioned below. The tender shall be offered through e-Procurement system only and will be in two cover system namely technical bid and financial bid. The contractor herein means either an individual contractor or a firm or a company. The blank tender documents can be obtained through website www.eproc.karnataka.gov.in and can be submitted through electronic tender. I. MODE OF PAYMENT:- Tender Transaction Fee and EMD The contractor should remit Earnest Money Deposit in the form of e-cash, in the e-
procurement portal using any of the following payment modes given under (The EMD
amount accepted in the form of electronic cash will be maintained in the Governments
central pooling account at Axis Bank until the contract is closed).
Mode of payment in the e-Procurement portal
Credit Card
Debit Card
National Electronic Fund Transfer (NEFT)
Over the Counter (OTC)
i) The scanned copy (preferably in PDF form) of the required documents should be uploaded to the tender and the original should be produced to O/o The Executive Engineer, KNNL, SLIS Div-2, Huvinahadagali, Bellary Dist., on the mentioned date.
ii) The Original documents should be produced at O/o The Executive Engineer, KNNL, SLIS Div-2, Huvinahadagali, Bellary Dist., on or before 06.08.2011 upto 4.00 PM. The bids of Contractor who fails to produce the originals documents within the stipulated date & time, the Technical bid of such bidders will not be opened/ considered.
II. The Details of work put to tender is as follows:-
Sl. No
Name of work
Approximate Amount put to
tender (Rs in lakhs)
E.M.D (Rs. in lakhs)
Stipulated period of completion including monsoon.
Category of contractor
1 2 3 4 5 6
1 Package 1:- Construction of L B M Canal ReachIII (Gadag Branch III) Excavation, C.C. lining, Embankment with CD works from Km 1 to 10 on Left Bank of SLIS (In single package).
2072.98 21.00 9months
Category-I Contractors who fulfill the Technical Criteria in Cover-I
III. Dates/ cutoff date for the tender process:-
Sl No.
Calendar of Events Dates
a.
The Contractor can have access to the e-tender document, i.e. the Tender schedules, bid documents and other documents in the web site www.eproc.karnataka.gov.in on payment of transaction fee (non- refundable) from
11.07.2011
b. The Last date of Submission of completed tender documents
01.08.2011
c. Date of Opening of Technical Bid (Cover I)
04.08.2011
d. The Financial bid (i.e., Cover II) of qualified contractors will be opened on
11.08.2011
The financial bid documents for the above work comprises of financial bid to indicate the amount offered by the bidder for completion of the work on percentage basis
based on Contract specifications, Schedule-A and Schedule-B of the contractor form. The Contractor should neither make any alteration in the conditions of contract nor stipulate any condition of his own in the bid documents. IV. INSTRUCTIONS TO BIDDERS:-
The contractor who intends to get 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 technical criteria for taking up the aforesaid work. The information furnished by the contractor meeting with technical conditions SHOULD BE SUPPORTED WITH RELEVANT DOCUMENTS. EACH OF THE SAID DOCUMENTS SHOULD BE DULY SIGNED BY THE CONTRACTOR AS A TOKEN OF GENUNITY AND TRUTHFULLNESS OF THE DOCUMENTS. The documents without self attested signature of the contractor will not be considered. Self attested copies of the document of all details uploaded to the e-portal in original should be submitted to the Executive Engineer on or before the date & time specified above in the present notification. If failed, the tender of such bidders will be rejected.
V. COVER-I (TECHNICAL BID) SHALL CONTAIN THE FOLLOWING QUALIFYING
CONDITIONS/ DOCUMENTS :- i) A copy of the KNNL categorization certificate. ii) The intending bidder/firm/company should have satisfactorily completed at least
one similar type of work costing not less than 80% of the amount put to tender in last 5 years.(Certificates should be obtained from the officer not below the rank of Executive Engineer. Additional weightage will be given for turn over to bring it to 2010-11 level). Similar type of works includes Construction of Irrigation Canals with CC lining using Mechanical Paver along with Structures.
iii) The bidder should have an annual financial turnover of minimum of two times the amount put to tender in any two financial years during the last five years. Audited balance sheet certified by the Charted Accountant should be enclosed. (Additional Weightage at 10% for each year will be given for turn over to bring it to 2010-11 level)
iv) The intending bidder/firm/company should furnish list of manpower, machinery available with them for taking up the work.
v) Latest copy of VAT registration certificate & Sales Tax clearance certificate for year 2010-11.
vi) Latest copy of the Income Tax return filed mentioning the PAN and TAN Nos. vii) Employees provident fund (EPF) registration certificate. viii) The Contractor should give a detailed execution plan and furnish programme to
complete the works in all respect within the stipulated period of completion. ix) Each of the documents uploaded to the e-portal should be self attested by the
contractor or an authorized representative in case of firm/company. NOTE:
a) The evaluation of the technical bid will be done based on the information provided by the contractor.
VI. COVER II SHALL CONTAIN THE FINANCIAL BID :- The financial bid documents for the above work comprises of financial bid to indicate the amount offered by the bidder for completion of the work on percentage basis based on scope of work, specifications, schedule A and schedule B of the contract form.
The Cover I (Technical bid) will be opened first and thereafter Cover II (Financial bid) of only those bidders who fulfill the conditions as mentioned will be opened subject to the condition that the EMD payment is confirmed in the e- portal. The bidder shall ensure credit of tender processing fee and EMD in to the respective receiving bank accounts of e-procurement on or before the last date of bid submission. The tenderer 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 any technical glitches.
VII. NOTES i) The intending bidders are advised to visit the work site before submission of the
tenders. ii) The successful bidder should produce an additional performance bank guarantee
for the difference amount if the quoted Rates are below 25% of the estimated rates, before executing agreement with KNNL.
iii) The necessary Certificates/ documents in support of eligibility criteria fulfilled as stipulated shall be scanned and attached to e- tender document. The original certificate / documents shall be produced at the time of opening of cover containing technical bid for verification. Scanned signature of the bidder/ authorized representative of the bidder shall be attached while uploading bid document.
iv) If any of the dates mentioned above happens to be a general holiday, the next working day holds good.
v) Further information can be had from the Office of the Executive Engineer, Singatalur Lift Irrigation Division No.2, Huvinahadagali, Bellary District during office hours. Phone no (fax no.) 08399-240390.
vi) Conditional tenders are liable to be rejected. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever.
vii) Corrigendum will be published in the website for all modifications or corrections if any.
viii) The intending bidders should note that, if any of lands either in part/parts or whole required for the work is not acquired by the Nigama, it shall be the responsibility of the bidder to take possession of such land and start the work by consent of land owners before commencement of work at no extra cost to the Nigama and no claim whatsoever relating to non availability of land would be entertained.
ix) The contractor should mention their recent correct postal address & mail address in declaration forms.
x) The Tender processing charges paid by the bidders are not refundable even if the tenders are cancelled.
xi) Incomplete tender documents will be rejected. xii) All materials like steel, cement etc required for the above work should be procured
by the contractor only. No departmental supply of any materials shall be made by KNNL.
xiii) The contractors/Firm shall send the copy of authorization letter for their representatives duly attesting their signature.
xiv) Maintenance period or the Defect liability Period for this work is 24 months from the date of completion of work.
xv) As per the Karnataka Building and Other Construction Workers Welfare Cess Act 1996, 1% of the bill amount will be deducted from the bills.
xvi) The contractor should adhere to the accepted execution plan submitted by him under any circumstances without linking to the pending payment of the work & also Land acquisition problems if any.
xvii) Typo-graphical errors, if any, will not be the ground for any claims by the Contractor.
xviii) Tendering by the Joint venture will not be allowed. xix) The contractor should furnish the name of the individual/firm with address &
telephone No. with place of registration, year of incorporation etc.
Sd/- Executive Engineer
KNNL, SLIS, Division-2 Huvinahadagali, Bellary District.
Volume: 15.5
. Office of The Executive Engineer SLIS, Division No-1, KNNL ,
Mundaragi. Gadag1Dist.
No.EE/KNNL/SLIS/Dn-1/TS-1/Tender/MBC/2011-12 / 282 Date: 06-07-2011 SHORT TERM TENDER NOTIFICATION
(ONLY THROUGH e-Procurement SYSTEM) Tenders in Electronic mode on PERCENTAGE BASIS are invited on behalf of the
Managing Director, KNNL, Bangalore, by the Executive Engineer, KNNL, SLIS Division No.1, Mundaragi, Gadag District in Two cover system(cover I and cover II), from the Category-I & II contractors/firm/company enrolled under KNNL of Karnataka State who fulfill the conditions, for the work mentioned below.
The tender shall be offered through e-Procurement system only and will be in two cover system namely technical bid and financial bid. The contractor herein means either an individual contractor or a firm or a company. The blank tender documents can be obtained through website www.eproc.karnataka.gov.in and can be submitted through electronic tender only. MODE OF PAYMENT Tender Transaction Fee and EMD The contractor should remit Earnest Money Deposit in the form of e-cash, in the e-procurement portal using any of the following payment modes given under (EMD amount accepted in the form of electronic cash will be maintained in the Governments central pooling account at Axis Bank until the contract is closed) Mode of payment in the e-procurement portal.
Credit card
Debit card
National electronic fund transfer (NEFT)
Over the Counter(OTC)
The Details of work put to tender are as follows:
Sl. No
Name of work
Approximate Amount put to tender
(Rs in lakhs)
E.M.D (Rs. in lakhs)
Stipulated period of completion including monsoon.
Category of contractor
1 2 3 4 5 6
1 Earthwork Excavation, Embankment, CC lining using mechanical paver including C.D. works from 0.00 to 5.00 KM of Mundargi Branch Canal under Singatalur Lift Irrigation Scheme. (Package No-I).
1075.71 10.76 09 months KNNL category II and above.
2 Earthwork Excavation, Embankment, CC lining using mechanical paver including C.D. works from 5.00 to 10.00 KM of Mundargi Branch Canal under Singatalur Lift Irrigation Scheme. (Package No-II)
944.84 9.45 09 months KNNL category II and above.
3 Earthwork Excavation, Embankment, CC lining using mechanical paver including C.D. works from 33.00 to 42.00 KM of Mundargi Branch Canal under Singatalur Lift Irrigation Scheme. (Package No-III).
1409.12 14.10 09 months KNNL category II and above.
4 Earthwork Excavation, Embankment, CC lining using mechanical paver including C.D. works from 42.00 to 50.00 KM of Mundargi Branch Canal under Singatalur Lift Irrigation Scheme. (Package No-IV).
1360.81 13.61 09 months KNNL category II and above.
Dates/cut off date for the tender process:-
Sl No. Calendar of Events Dates
a.
The Contractor can have access to the e-tender document, i.e. the Tender schedules, bid documents and other documents in the web site www.eproc.karnataka.gov.in on payment of transaction fee (non- refundable) from
15.07.2011
b. The Last date of Submission of completed tender documents( cover- I and cover- II)
28.07.2011 Upto 17-00 hrs
c. Date of Opening of Technical Bid (Cover I) 30.07.2011
At 11-00 AM
d. The Financial bid of pre-qualified Contractors will be opened on i.e., Cover II.
01.08.2011 At 11-00 AM
e.
The last date of submission of originals for verification at Executive Engineer, Singatalur Lift Irrigation Division No-1, Mundaragi only, failing which tenders of such tenderer will be rejected.
29.07.2011 Between
11-00AM to 4-00PM
INSTRUCTIONS TO TENDERER FOR TECHNICAL BID COVER I :-
The contractor who intends to get qualified under cover -I 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 information furnished by the contractor meeting with technical bid conditions SHOULD BE SUPPORTED WITH RELEVANT DOCUMENTS. EACH OF THE SAID DOCUMENTS SHOULD BE DULY SIGNED BY THE CONTRACTOR AS A TOKEN OF GENUINITY AND TRUTHFULLNESS OF THE DOCUMENTS. The documents without self attested signature of the contractor will not be considered for technical qualification.
Self attested copies of the document of all details uploaded to the e-portal for technical bid Office of The Executive Engineer, Singatalur Lift Irrigation Scheme Division No-1, Mundaragi Gadag Dist for verification on 29.07.2011 between 11-00AM to 4-00PM for verification, failing to do so, the tender of such bidders will be rejected.
Cover I (Technical bid ) shall contain the following documents
A copy of the category registration certificate under KNNL.
x) Details of Earnest Money Deposit (EMD) furnished.
xi) Latest copy of sales Tax clearance certificate for the year 2009-10. xii) Latest copy of VAT registration certificate. xiii) Latest copy of the Income Tax returns filed for the year 2009-10 mentioning PAN
and TIN numbers. xiv) Employees provident fund (EPF) registration certificate/under tacking certificate as
per note (a). xv) The contractor should furnish the name of the individual/firm with address &
telephone No. with place of registration, year of incorporation etc. xvi) Each of the documents uploaded to the e-portal should be self attested by the
contractor or an authorized representative in case of firm/company. xvii) The intending bidder/firm/company should have satisfactorily completed at least
one similar type of work not less than 80% of the amount put to tender in any one year of last 5 years.
xviii) The bidder should have an annual financial turnover of minimum of two times the amount put to tender in any two financial years during last five years. Audited balance sheet certified by the chartered accountant should be enclosed.
NOTE:
(a) In respect of contractors who are not registered with the EPF authorities, the contractors should produce an undertaking that he/she shall, within seven days of
the close of every month submit to the Executive Engineer the statement showing the recoveries of contribution in respect of employees employed by or through him and shall also furnish such information required to be furnished by the Executive Engineer to the commissioner EPF under the provisions of the scheme.
(b) The evaluation of the technical bid (cover I) for qualification will be done based on the Information provided by the contractor as per his documents, duly verified if necessitates.
COVER II SHALL CONTAIN THE FINANCIAL BID :- The financial bid documents for the above work comprises of financial bid to
indicate the amount offered by the bidder for completion of the work on percentage basis based on scope of work, specifications, schedule A and schedule B of the contract form. The contactor should give detailed execution plan and furnish program to complete the work in all respect within the stipulated period of completion. The contractor should neither make any alteration in the conditions of the contract nor stipulate any condition of his own in the financial bid document.
The Cover I (Technical bid) will be opened first and thereafter Cover II (Financial bid) of only those bidders who fulfill the conditions as mentioned in cover I will be opened subject to the condition that the electronic EMD payment is confirmed in the e-tender portal.
The bidder shall ensure credit of tender processing fee and EMD in to the respective receiving bank accounts of e-procurement on or before the last date of bid submission. The tenderer is requested to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The nigama (KNNL) shall not be responsible for non-accessibility of e-procurement portal due to Internet connectivity issues and technical glitches. NOTES: xii) The enrolled contractors under KNNL are entitled to tender for the work. xiii) The intending bidders are advised to visit the work site before submission of the
tenders. xiv) If the percentage quoted by contractor for any work is below seventy five percent of
the amount put to tender then the successful 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 75% of the amount put to a tender. In case of contractor quoting percentage above 125 % of the amount put to a tender, then the amount over and above 125 % of the amount put to a tender will be withheld during the progress of work.
xv) The necessary Certificates / documents in support of eligibility criteria fulfilled as stipulated shall be scanned and attached to e- tender document. The original certificate / documents shall be produced on 29.07.2011 between 11-00AM to 4-00PM at office of the Executive Engineer Singatalur Lift Irrigation Division No.1, Mundaragi, Gadag District for verification. Scanned signature of the bidder / authorized representative of the bidder shall be attached while uploading bid document.
xvi) If any of the dates mentioned above happens to be a general holiday, the next working day holds good.
xvii) Further information can be had from the Office of the Executive Engineer, Singatalur Lift Irrigation Division No.1, Mundaragi, Gadag District during office hours. Phone no. 08371-262174.
xviii) Conditional tenders are liable to be rejected. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever.
xix) Corrigendum will be published in the website for all modifications or corrections if any.
xx) The intending bidders should note that, if any of lands either in part/parts or whole required for the work is not acquired by the Nigama, it shall be the responsibility of the bidder to take possession of such land and start the work by consent of land owners before commencement of work at no extra cost to the Nigama and no claim whatsoever relating to non availability of land would be entertained.
xxi) The contractor should mention their recent correct postal address & mail address in declaration forms.
xxii) All the materials like steel, cement, sand, jelly etc required for successful completion of work will have to be procured by contractor himself, and KNNL will not supply any materials.
xxiii) The contractors/Firm shall send the authorization letter for their representatives duly attesting their signature.
xxiv) The Tender processing charges paid by the bidders are not refundable even if the tenders are cancelled.
xxv) Incomplete tenders will be rejected. xxvi) The authority competent to accept the tenders shall have right of rejecting of all or
any of the tenders without assigning any reasons. xxvii) As per the Karnataka building and other constructions workers welfare cess act
1996, 1% of the bill amount will be deducted from the bills. xxviii) Tenders will be opened on the due date in presence of the contractor or their
Authorized agents. xxix) The contractors should adhere to the accepted action plan submitted by him under
any circumstances without linking to the pending bill payment of the work. xxx) Typographical errors if any will not be the ground for any claims by the contractor. xxxi) Tendering by the joint venture will not be allowed.
Sd/- Executive Engineer,
KNNL, SLIS, Division-1, Mundaragi, Gadag District.
Volume: 15.6
Office of the Executive Engineer KNNL, R & R Division,No. 3 Harugeri.
No./KNNL/R&R/Div.No.3/PB/TND/Roads/2011-12/3/258/ Dtd :08/07/2011
TENDER NOTIFICATION(6th call) (Through E-Procurment only)
Electronic percentage tender through e-procurement platform are invited by the
Executive Engineer, Division No. 3 Harugeri on behalf of the Managing Director Karnataka Neeravari Nigam Limited 4th floor, Coffee Board Building No.:1Dr.B.R.Ambedkar Veedhi, Bangalore-01 for Category-III and above contractors enrolled under KNNL/Class-I PWD contractors. The Class-I contractors are expected to apply in two cover system. (as per KTIP act 2000) consisting of technical bid (Cover No-II) and financial bid (Cover No-I). The category contractors are to apply only for the financial bid. The blank tender documents can be obtained through website. www.eproc.Karnataka.gov.in/eportal/index.seam.
The details of works are as given below.
Sl. No.
Name of work
Approximate amount put to
tender (Rs. In lakhs)
EMD in Rs. (Rs. In lakhs
Tender processing fee Rs.
Category enrolled
under KNNL / Class I PWD
contractors
Stipulated period for completion of work including mansoon
1
Raising and improvements of Kudachi to Gundwad Road Km. 0.00 to 5.33 KM..(Balance work)
89.10 0.90 5000/- Class I and above
6 months
2 Raising and improvements of Shirgur to Kudchi road Km 0.00 to 6.33 KM.
184.12 1.84 5000/- Class I and above
10 months
3
Raising and improvements of road from Birdi to Molwad including CD works from ch. 0+000 to 3+120 KM.
235.57 2.36 5000/- Class I and above
10 months
4
Raising and improvements of road from Jalalpur to Taibai Road including CD works from ch. 0+000 to 2+440 KM.
143.47 1.43 5000/- Class I and above
10 months
Note: 1) The EMD amount submitted by the contractor should govern the following
conditions: The contractor should pay full amount required as earnest money deposit (EMD) in the e-procurement portal using any of the payment modes viz. credit card/direct debit/National Electronic Fund Transfer (NEFT)/ Over the counter (OTC).The validity of the EMD shall be for a period of 180 days from the date of opening of the tender)
2) The above tenders are published through e-portal on ddt : 13-07-2011. 3) Last date and time for clarification/Queries is on dated 19-07-2011 up to 17-00
hours. 4) Last date and time for submission of filled bids through e-portal 25-07-2011. 5) Opening of technical bid is on 27-07-2011 at EE R and R Division No. 3 Harugeri at
Harugeri 11-00 am. 6) Opening of financial bid is on 03-08-2011 at EE R and R Division No. 3 Harugeri at
Harugeri 11-00 am. 7) The following certificates shall be scanned and attached to e-procurement tender
along with technical bid (Cover II) in pdf format only. i) A copy of the income tax return filed for the financial year
2010-11 mentioning the PAN & TAN numbers. ii) Sale Tax clearance certificate of financial year 2010-11. iii) Contractors certificate enrolled under KNNL/KPWD. iv) Employees Provident Fund (EPF) registration certificate. All the above original certificates shall be produced at the time of opening of Technical Bid for verification. 8) Bidders for the works 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 / Other department. Such tenders received without performance
certificates or with satisfactory performance are liable for rejection (Should be enclosed to the tender bid document).
9) The class I contractors who have not enrolled under KNNL, must have ownership or on hire basis of the following machineries. The contractor bringing the machineries on hire basis shall produce the hire contract agreement as per Hire Purchase Act from the owner of machineries along with proof of the ownership of the hirer. If the machineries are hypothecated to financier, an undertaking from the financier to hire the machineries also to be produced. All these documents shall be enclosed with the Technical Bid.
a) Mechanical paver finisher-1 No. b) Vibratory roller (8/10 Ton capacity)-2 Nos c) Mechanical sprayer-1 No. d) Tipper - 3 to 4 Nos & Hitachi-1 No. 10) The class-I contractors should have experience in executing the similar nature of
work in any one of the financial year of preceding 3 years to an extent of not less than 50% of amount put to tender.
11) Corrigendum will be published in the website for all modifications/corrections if any. 12) The intending contractors should note that, if any of the lands (either in part/parts
or in whole) required for the work is not yet acquired by the Nigam, it shall be the responsibility of the contractor to take possession of such land and start the work by consent of the owners before commencement of work at no extra cost to the Nigam and no claims whatsoever relating to non-availability of land would be entertained.
13) If any of the dates mentioned above happens to be a general holiday, the next working day will be holds good.
14) The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever.
15) The detailed tender notification can be had from the website www.eproc.Karnataka.gov.in/eportal/index.seam and linking to e-tender OR in the office of the undersigned (Ph No. (08331) 220310.
Sd/- Executive Engineer
KNNL R and R Division No. 3 Harugeri.
Volume: 15.7
Office of the: Executive Engineer KNNL, GLBC Dn.2 Jamkhandi.
No:- KNNL/GLBC-2/DB/TND/2011-12/Dated:-
SHORT TERM TENDER NOTIFICATION (Through E-Procurement only)
The percentage tenders through E-Procurement plat form in Double cover system are invited by the Executive Engineer, KNNL, GLBC Division No.2, Jamkhandi on Behalf of the Managing Director Karnataka Neeravari Nigam Limited, 4th Floor, Coffee Board Building, Dr. B.R Ambedkar Veedhi, Bangalore 01 from category III and above contactor enrolled under KNNL / Class-1 KPWD Contractors. The blank documents can be obtained through website www.eproc.Karnataka.gov.in/eportal/index.seam. The details of Works are as given below.
Statement showing the works put to tender
Sl.No
Name of work Work Indent
No.
Approximate
amount put to tender (Rs.in Lakhs)
EMD in Rs.
Tender process fees
in Rs including all Charges and
non refundable
Category enrolled under
KNNL/ KPWD
Contractors
Stipulated period for completion
1 2 3 4 5 6 7 8
1 Providing lining to
Outlets on Badabyakud dy in KM No.1,2 and Badabyakud OL
No.1&2 of Chikkud Branch Canal (Package-23)
KNNL/ 2011-12/
CN/ WORK_ INDENT 2172 Call-3
87.72 88000.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
2 Providing lining to Outlets on Dy No.4 of North Branch
Canal and Shankratti Dy (Package No-24)
KNNL/ 2011-12/
CN/ WORK_ INDENT 2171 Call-3
167.57 167600.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
3 Providing lining to Yabrahatti Dy No.1,2, and
Khamlapur New OL on Chikkud Branch Canal. (Package No-25)
KNNL/ 2010-11/
CN/ WORK_ INDENT 2170 Call-3
164.74 165000.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
4
Providing lining to Outlets on
Koligudda Dy. (Package No-26)
KNNL/ 2011-12/
CN/ WORK_ INDENT 2169 Call-3
184.14 184200.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
5 Providing lining to Outlets on
Goramaddi Dy & Mughalkhod Dy of Main canal, Dy No.1 of North
Branch Canal and Darur Dy
(Package-27)
KNNL/ 2011-12/
CN/ WORK_ INDENT 2168 Call-3
125.80 125800.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
6 Providing lining to Outlets on North Branch canal Dy
No. 2&3
KNNL/ 2011-12/
CN/ WORK_
187.84 188000.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation
(Package-28) INDENT 2166 Call-3
Period
7 Providing lining to Outlets on Lateral No.1&2, Alakhnur
Minor, Paramandawadi Dy
No.1 & 1A, Koligudda DOL of Chikkud Branch Canal and North branch Dy No.3A (Package-29)
KNNL/ 2011-12/
CN/ WORK_ INDENT 2165 Call-3
157.82 158000.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
8
Providing Lining to Outlets on Harugeri Dy (Package-30)
KNNL/ 2011-12/
CN/ WORK_ INDENT 2164 Call-3
128.45 129000.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
9
Providing lining to Maigur
Distributory in KM No.7,8&9 (Balance Work) (Package-1)
KNNL/ 2010-11/
CN/ WORK_ INDENT 1745 CALL-6
117.50 117500.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
10 Providing lining to Shegunashi Right Dy in Km No.7,8 & Shegunshi Left Dy in Km No.7 &
Shegunshi Middle Dy in Km No.8,9 (Package-20)
KNNL/ 2010-11/
CN/ WORK_ INDENT 1883 Call-6
174.28 174300.00 As per the e-portal norms
KPWD Class 1 /
Category III & above
4 months Excluding Monsoon & Irrigation Period
Note:-
1) The contractors can request for E-tendering documents on Payment (non refundable) for each work towards the tender processing fee. While applying the contractors can pay the tender processing in the e-procurement portal using modes-Viz through Axis bank / credit card / direct debit / National Electronic Fund Transfer (NEFT)/over The Counter (OTC) up to 13/07/2011, 16.00 Hrs.
2) The contractor should pay as Earnest Money Deposit (EMD) in the E-procurement portal using any of the payment modes viz., credit card / direct debit / National Electronic Fund Transfer (NEFT) / Over the Counter (OTC). The validity of the EMD shall be for a period of 180 days from the date of opening of the tender.
The EMD amount accepted in the form of electronic cash (and not through DD) will be maintained in the Government Central Pooling Account at Axis bank until the contract is closed. The EMD amount to be paid through electronic Cash only.
3) The Contractors can request for e-tendering documents from 11/07/2011 to 13/07/2011. Detailed tender documents may be downloaded from 11/07/2011 to 13/07/2011, 16.00 Hrs.
4) Filled bids may be submitted through E-portal up to 13/07/2011,16.00 Hrs. 5) Opening of Technical Bid is on 16/07/2011 at 11.00 Hrs onwards in the office of the
Executive Engineer KNNL GLBC Dn. No. 2 Jamakhandi.
6) The financial bid will be opened on 25/07/2011 at 11.00 hrs onwards in the office of the Executive Engineer KNNL GLBC Dn. No. 2 Jamakhandi.
7) The following certificated copies duly attested shall be scanned and attached to E-procurement tender. i) A Copy of the income tax return filed along with TAN numbers ii) Sale Tax clearance certificate of financial year 2010-11. iii) Contractors Registration certificate enrolled under KNNL/KPWD iv) Employees provident fund (EPF) registration certificate. v) Challan showing the amount paid towards EPF up to previous month. All the above original certificates shall be produced at the time of opening of Tender for verification.
8) Bidders for the works who have already executed the work and / who are executing the works under Karnataka Neeravari Nigam Limited should enclose performance certificate from the Concerned Executive Engineer for having satisfactorily executed / or satisfactorily executing. The tenders received without performance certificate or with unsatisfactory performance are liable for rejection.
9) Corrigendum / Addendum will be published in the E- Procurement website for all modifications / Corrections if any.
10) The contractors should have experience in executing the similar nature of work in any one of the financial year of preceding 3 years to an extent of not less than 50 % of amount put to tender.
11) The intending contractors should note that, if any of the lands (either in part / parts or in whole) required for the work is not yet acquired by the Nigam, it shall be the responsibility of the contractor to take possession of such land and start the work by consent of the owners before commencement of work at no extra cost to the Nigam and no claims whatsoever relating to non availability of land would be entertained.
12) If any of the dates mentioned above happens to be a General Holiday, the next working day will hold good.
13) Conditional tenders are liable to be rejected. The officer competent to accept the tenders shall have the right to reject any or all the tenders without assigning any reason whatsoever.
14) As per the Government order No. LT/300/LET/2006 Bangalore Dt:-18-01-2007 and C.A.O KNNL Dharwad circular No. KNNL/ACD/KNNSSS/07-08 1486 Dt:-06/07/2007 a sum amounting to 1 % of the bill amount of the contractor will be deducted from the bill amount of the contractor towards cess and will be credited to the Karnataka building and other Constructions labour welfare fund.
15) The detailed tender notification can be had from the website www.eproc.Karnataka.gov.in/eportal/index.seam. And linking to e-tender or in the office of the undersigned Ph No.08353- 220038.
Sd/-
Executive Engineer, KNNL, GLBC Dn.No.2, Jamakhandi.
Volume: 15.8 Office of the Executive Engineer, KBJNL, ARBC, Division Almatti Tq: B.Bagewadi
Dist: Bijapur.
No.KBJNL/ARBC-Dn/Dm/TND/RMLIS/Corrigendm/2011-12/ Dated:16-07-2011. :CORRIGENDUM NO- 4.
The tender Notfication No.1) KBJNL/ARBC-Dn/DM/1316 Dated: 19-02-2011 2) T.O.Corrigendum No 1 DM/1497 Dated: 26-03-2011. 3) T.O.Corrigendum No.2. DM/220 Dated: 10-06-2011, ) T.O.Corrigendum No.3. DM/346 Dated: 02-07-2011, for the work of 1) Constn. Of West Main Canal from Km. 21.00 to 27.00 KM.of Ramathal LIS.. 2) Constn. Of West Main Canal from Km. 27.00 to 33.00 KM.of Ramathal LIS. 3) ) Constn. Of West Main Canal from Km. 33.00 to 38.00 KM.of Ramathal LIS 4)Constn. Of West Main Canal from Km. 38.00 to 45.00 KM.of Ramathal LIS.. 5) Constn. of Distributory No. 12 to 18 of West Main Canal of Ramathal LIS. is rescheduled and the tender documents may be downloaded through website:www.eproc.karnataka.gov.in/eportal/index. seam link.and filled bids may be submitted through e-portal from 19-07-2011 to 27-07-2011 up to 5.00 Pm. The Technical bid and Financial bid will be opened on 30-07-2011 and 06-08-2011 @ 11.00 Am. in the Office of the Managing Director, KBJNL, Regd. Office K.R.Circle Bengaluru. Further information can be had from the undersigned during office hours.
Sd/-
ExecutiveEngineer, KBJNL, ARBC, Division,
Almatti. Volume: 15.9
Office of the Executive Engineer, KNNL MRBCC Dn No-3, Byahatti.
No. KNNL/MRBCC-3/JE-1/ TSP/TND/2011-12/ 647 date: SHORT TERM TENDER NOTIFICATION
(Through e-Procurement only)
Percentage Tenders are invited from the eligible contractors for the following works through e-procurement portal of Government of Karnataka.
Sl No
Name of Work
Approximate amount put to tender Rs. in Lakhs
EMD Rs in lakhs
Tender Processing fee
Stipulated period of Completion
Category / Class of Contractors
1)
Improvements to Road from Halakusugal to Padesur coming under the atchkat of Malaprabha Project.
150.00 1.50 As per e-Procurement portal
6 months including monsoon
KPWD Class - I & above.
Tender documents can be downloaded and submitted from e-procurement portal website http://eproc.karnataka.gov.in upto 14/07/2011 till 4.00 pm Calender of Events.
1)Submission of Tenders: upto 14/07/2011 till 4.00 pm 3) Opening of Technical bid at: 4.30 pm on 16.07.2011 at the office of Executive Engineer, KNNL, MRBCC,DIV,No-3,Byahatti . 4) Opening of Financial bid : if possible on 18.07.2011 at:5.00 pm at the office of Executive Engineer, KNNL, MRBCC,DIV,No-3,Byahatti . Other information can be obtained from the Office of the undersigned during office hours. (Phone No: 0836 - 2315225).
Sd/ Executive Engineer, KNNL. MRBCC Dn.No.3, Byahatti.
Volume: 15.10 Office of the Executive Engineer, KNNL, GLBC Division, No.1 Ghataprabha.
Tender Notification No./KNNL/GLBC-1/PBC/TND/Lining & road works /2011-12/1077 Dtd: 16-7-2011
SHORT TERM TENDER NOTIFICATION (Through E-Procurement only)
Electronic percentage tender through E-procurement platform in Two cover / Single cover system is invited by the Executive Engineer, KNNL GLBC Division No.1 Ghataprabha on behalf of the Managing Director Karnataka Neeravari Nigam Limited 4th Floor, Coffee Board Building No: 1 Dr. B.R Ambedkar Veedhi, Bangalore-01 from eligible KPWD Class-1 / category contractor enrolled under KNNL. The blank tender documents can be obtained through website www.eproc.Karnataka.gov.in/eportal/index.seam. Note :
1. For the works in Sl. No.(1) to (19) which costs more than one crore Two cover system of tendering is adopted & work in Sl. No. (20) to (30) which costs less than one crore Single cover system of tendering is adopted
2. The contractors can request for E-tendering documents from 16.7.2011 to 9.8.2011 on payment (non refundable) of tender processing fee. For tender processing fee details refer E-procurement portal. While applying the contractors can pay the tender processing fee in the e-procurement portal using modes-1 credit card/ direct debit/ National Electronic Fund Transfer (NEFT)/ Over The Counter (OTC) up to 9.8.2011 up 16.00 hrs.
3. The contractor should pay as Earnest Money Deposit (EMD) in the E-procurement portal using any of the payment modes viz., credit card/ direct debit/ National Electronic Fund Transfer (NEFT)/ Over The Counter (OTC). The validity of the EMD shall be for a period of 180 days from the date of opening of the tender.
4. The EMD amount accepted in the form of electronic cash (and not through DD) will be maintained in the Government Central Pooling Account at AXIS bank until the contract is closed. The EMD amount to be paid through electronic cash has to be paid in single transaction.
5. The contractors can request for e-tendering documents from 16.7.2011 to 9.8.2011 6. Details and tender documents may be downloaded from 16.7.2011 to 9.8.2011 upto 16.00 hrs.
7. Filled bids may be submitted through E-portal from 16.7.2011 to 9.8.2011 upto 16.00 hrs.
8. Last Date & Time for Tender Queries/Clarification is 1.8.2011 upto 16.00 hrs.
9. For works in Sl. No. (1) to (19), two cover system is adopted. Cover No.1 contains prescribed documents mentioned in notes no. (12), Notes No. (13), Notes No. (14) & Notes No.(16).
10. Opening of Tender through E-procurement portal [Technical Bid for works in Sl.No.(1) to(19) &
Financial Bid for works in Sl. No.(20) to (30)] is on 12.8.2011 at 11.00 hrs onwards in the office of the The Executive Engineer KNNL GLBC Division No.1 Ghataprabha.
The details of works are as given below:-
Sl.No
Name of work
Indent No
Approximate amt put to
tender(Rs. in lakhs)
EMD in
lakhs
Category enrolled under KNNL/ PWD
contractors
Stipulated period for completion
1 Providing Lining to KM No. 1 &2 of Muslim OL, Belgaum OL, Bangari OL and KM No. 1, 2 and 3 of Boraj OL on Gokak Canal and OL NO. 12,13,14 & 14A of Vaderatti Dy on Branch NO.1 in KM NO.1 & 2 (Package No.16) (2ndCall)
2144 195.03 1.951 Class-I & above.
8 months (Including Irrigation Period)
2 Providing Lining to KM No. 1and 2 of Khadar OL and KM No.1 of Durdundi, Kulkarni OL and KM No. 1 of Kusti, Kolakyal, Gudi OL on Basalgundi Dy and KM No. 1 and 2 of Nabi OL of Bangari OL on Gokak canal. OL NO.15 & 16 of Vaderatti Dy. On Branch No.1 in KM 1 & 2. (Package No. 17) (2ndCall)
2145 185.55 1.856 Class-I & above.
8 months (Including Irrigation Period)
3 Providing Lining to OL NO. 1, 1A, 1B & 1C in KM No. 1 and OL NO. 2 in KM NO.1 & 2 and OL NO. 2A in KM NO.1,2 & 3 on BRANCH NO. 1 of GLB CANAL and OL No. 5A, 6 and 10 on Kalloli Bandhara canal. OL No. 3, 3A, 4, 4A, 5, 5A, 5B, 6 and 7 of Vaderatti Dy in KM 1, 2 &3 and OL No. 3, 7 and 8 in KM 1 and 2 of Jokanatti dy on Branch No.1. (Package No. 18) (2ndCall)
2151 190.91 1.909 Class-I & above.
8 months (Including Irrigation Period)
4 Providing C.C lining to Out Lets & Minors Nos 1 to 10 of Chinchalli Main & Paramanandwadi Dy & Kudachi Dy & Chinchali Extn & Suttati Dy-1 & Suttati Dy-2 in Chinchalli Main Km 0+000 to 10+000km(Package No. 23)(2ndCall)
2218 108.59 1.086 Class-I & above.
8 months (Including Irrigation Period)
5 Providing CC Lining to Minior No.1 in Km. No.8, Minior No.2 in Km. No.11, WC No.1 in Km.No.3, WC No.2 in Km.No.5, WC No.3 in Km.No.3, WC No.6 in Km.No.13, WC No.7 in Km.No.15, of D Block of RHLD under GLBC. (Package-2) (2ndCall) (2ndCall)
1829 113.12 1.132 Class-I & above.
6 months (Including Irrigation Period)
6 Providing CC Lining to OL No.E3 in Km.No.3, OL No.E4 in Km.No.4, OL No.E8 in Km.No.6, OL No.E9 in Km.No.7, OL No.E11 in Km.No.8, OL No.E14 in Km.No.10, OL No.E13 in Km.No.10, WC No.6 in Km.No.11 of E Block Of RHLD under GLBC (Packge-3) (3rd Call)
1825 110.34 1.104 Class-I & above.
6 months (Including Irrigation Period)
7 Providing CC Lining to Minior No. 6 in Km. No.7, Minior No. 7 in Km. No.8, Minior No. 8 in Km. No.8, Minior No. 9 in Km. No.10, WC No.5 in Km.No.6, WC No.6 in Km.No.6, WC No.6 in Km.No.10, WC No.7 in Km.No.6, of F Block of RHLD under GLBC(Package-4) (3rd Call)
1823 136.97 1.370 Class-I & above.
6 months (Including Irrigation Period)
8
Providing CC Lining to Minior No. 1 in Km. No.3, Minior No. 1 in Km. No.16, Minior No. 2 in Km. No.4, Minior No. 2 in Km. No.17, Minior No.3 in Km. No.4, Minior No. 3 in Km. No.18, Minior No.4 in Km. No.5, Minior No. 5 in Km. No.5 of F Block of RHLD under GLBC (Package-5) (3rd Call)
1822 141.72 1.418 Class-I & above.
6 months (Including Irrigation Period)
9 Providing CC Lining to Minor No.1 in Km.4, Minor No.2 in Km.5, Minor No.3 in Km.7, Minor No.4 in Km.9, Minor No.5 in Km.10, WC No.2 in Km.26, WC No.3 in Km.2, WC No.6 in Km.4, WC No.10 in Km.6, WC No.12 in Km.10 of K Block of RHLD under GLBC (Package-6) (3rd Call)
1817 136.45 1.365 Class-I & above.
6 months (Including Irrigation Period)
10
Providing CC Lining to I1, I2, I3 Block, WC1 in Km.1, WC2 in Km.1, WC4 in Km.2, WC5 in Km.2, WC6 in Km.3, WC7 in Km.4 & W14 in Km.7 of I Block of RHLD under GLBC (Package-7) (3rd Call)
1811 175.53 1.756 Class-I & above.
8 months (Including Irrigation Period)
11 Providing CC Lining to WC No.1 in Km No.1 of G Block, Minor No.1 in Km.2 of H Block, Minor No.1 in Km.2 of J Block, DOL in Km.4 of J Block, L5 & L9 in Km. 2 of L Block. Of RHLD under GLBC (Package-8) (3rd Call)
1810 106.58 1.066 Class-I & above.
6 months (Including Irrigation Period)
12 Providing CC lining in Km No.1 & 2 of OL Nos 1,2,3,4,4A,5,5A,6,7,8,9,10 & 11 of Mudalagi DY (including CD works) ( Package-09). (3rd Call)
1985 189.73 1.898 Class-I & above.
8 months (Including Irrigation Period)
13 Providing CC lining in Km.No.1 & 2of OL Nos 10A, 11A, 12, 12A, 13, 13A,14,15,16,16A,17,17A,18,19,20 & tailend on Mudalagi DY (including CD works) ( Package-10). (3rd Call)
1987 195.92 1.960 Class-I & above.
8 months (Including Irrigation Period)
14 Providing CC lining in Km No. 1&2 of OL Nos 1,2,3,4,5,6,7,8,9,10 & 11 on Dharmatti DY and OL no 3 on kankanwadi branch canal (including CD works) ( Package-11). (3rd Call)
1984
142.29 1.423
Class-I & above.
6 months (Including Irrigation Period)
15 Providing CC lining in Km.No 1& 2 of OL Nos 1,2,3,4,5,6,7,8,9,10,11 & 12 on Patagundi DY (including CD works) ( Package-12). (3rd Call)
1992 197.25 1.973
Class-I & above.
8 months (Including Irrigation Period)
16 Providing CC lining in Km.No.1&2 of OL Nos 13,14,15,16,17,18,19,20 & tail end on Patagundi DY (including CD works) ( Package-13). (3rd Call)
1994 141.35 1.414
Class-I & above.
6 months (Including Irrigation Period)
17 Providing CC lining to OL Nos 1,2,3,4&5 of Itnal old DY, OL Nos 1,2,3,4 &5 of Itnal new DY and Km no-1 of Mugalkhod new dy (including CD works) ( Package-15). (3rd Call)
1996 140.44 1.405
Class-I & above.
6 months (Including Irrigation Period)
18
Providing lining to KM No 0+000 to 4+000 of Singalapur Distributory (including CD works) (I-Package No-1) (7th Call)
842 116.11
1.162 Class-I & above.
10 Months (Including Irrigation period)
19 Providing C C lining to Km No 0.000 to 5.000 of Kallol Sub Distributory of K Block of RHLD (Including CD works) II-Package-7 (7th Call)
1157 100.39 1.005 Class-I & above.
10 Months (Including Irrigation period)
20 Providing CC Lining to OL No. A4 Block in Km.No.5, OL No. A5 Block in Km.No.6, OL No. B1 Block in Km.No.8,OL No. B2 Block in Km.No.9, OL No. B4 Block in Km.No.11, OL No. C1 Block in Km.No.14, OL No. C2 Block in Km.No.14, OL No. C6 Block in Km.No.19 of RHLD under GLBC (Package-1) (2ndCall)
2370 99.93 1.000 Class-I & above.
6 Months (Including Irrigation period)
21 Providing balance lining to link channel in KM No.1 of GLBC. (Package No.20) (2ndCall)
2204 48.18 0.482 Class-I & above.
6 Months (Including Irrigation period)
22 Providing C.C lining to Out Let Nos. 1 to 10 of Raibag Dystibutory Km 0+000 to 35+000km (Package No-21) (2ndCall)
2208 81.77 0.818 Class-I & above.
6 Months (Including Irrigation period)
23 Providing C.C lining to Out Lets Nos. 1 to 6 of Chikud Branch canal & P-Wadi Dy-2 & Siddapur Dy & Khemalapur Dy of Chikud Branch canal in Km 11+800 to 23+400km (Package No-22) (2ndCall)
2205 75.85 0.760 Class-I & above.
6 Months (Including Irrigation period)
24 Providing C C lining to Km No 4.000 to 8.000 of I - Block of RHLD (Including C.D works) (II-Package No.12) (7th Call)
823 94.26 0.943 Class-I & above.
8 Months (Including Irrigation period)
25 Providing lining to Khemalapura Distributory from Km. No. 0 to 4. (IV-Package No-5) (6th Call)
192 61.92 0.620 Class-I & above.
6 Months (Including Irrigation period)
26 Improvements to Road from Bhirdi to Jalalapur (6th Call)
1708 39.99 0.400 Class-I & above.
4 Months (Including
Rainy season)
27 Construction of road from Jalalpur to Diggewadi (6th Call)
228 39.91 0.40 Class-I & above.
4 Months (Including
Rainy season)
28 Sankaratti Road to Nadi - Ingalgav - Saptasagar Joining Road in the Village limit of Nadi-Ingalgav. (5th Call)
1801 18.70 0.187 Class-I & above
4 Months (Including
Rainy season)
29 Approach road from Ingalgav Saptasagar Road to join Canal Road (Solla road) in the Village limit.of Ingalgav(5th Call)
1695 44.97 0.450 Class-I & above 6 Months
including Rainy season
30 Improvement to road from Birdi to Soudatti of Raibag Taluka. (3rd Call)
2206 99.99 1.000 Class-I & above.
9 (Months including rainy
season)
11. For Two cover system opening of financial bid (cover No.2) will be intimated separately.
12. The following certificates duly attested shall be scanned and attached to E-procurement tender along with bid. a) Sale Tax clearance certificate of financial year 2010-11. b) The current Class-I Contractors registration certificate enrolled under KPWD/ Category Contractors registration certificate enrolled under Nigam c) Employees Provident Fund (EPF) registration certificate. d) Challan showing the amount deposited towards EPF up to previous month.
All the above original certificates shall be produced at the time of opening of TenderFor verification.
13. Bidders for the works who have already executed the work and /or who are executing the woks 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 (Attested copy should be enclosed along with technical bid).
14. The Contractors must have ownership or on hire basis of the following machineries. The contractor bringing the machineries on hire basis shall produce the hire contract agreement as per Hire Purchase Act from the owner of machineries along with proof of the ownership of the hirer. If the machineries are hypothecated to financier, an undertaking from the financier to hire the machineries also to be produced. All these documents shall be scanned & enclosed with the Tender Bid. Machineries required for work
1) Excavator (Hitachi or JCB) : 1Nos. 2) Concrete Mixer : 2 Nos 3) Tippers : 2 Nos. 4) Vibratory Roller : 1 No 5) Hot mix palnt(For road works): 1 No
15. Corrigendum/Addendum will be published in the E-Procurement website for all modifications/corrections if any.
16. For all works The contractors should have satisfactorily completed at least one similar type of work costing not less than 50% of amount put to Tender. For work in Sl. No.(18) Rs:30.00 lakhs of 2(two) works , for works in Sl. No.(19) & (24) Rs:25.00 lakhs of 2(two) works, for works in Sl. No.(25) Rs:15.00 lakhs of 2(two) works in last in any one of The financial year of preceeding 3 years. Certificate from the concerned Executive Engineer regarding this should be enclosed with Technical Bid otherwise the tender will be rejected.
17. The Nigam is not responsible for any delay for Postals & courier services. 18. The Contractor has to enroll the name of labourers employed by him for the said
work in Taluka Labour welfare office and to provide sufficient insurance facilities. 19. The intending contractors should note that, if any of the lands (either in part/parts
or in whole) required for the work is not yet acquired by the Nigam, it shall be the responsibility of the contractor to take possession of such land and start the work by consent of the owners before commencement of work no extra cost to the Nigam and no claims whatsoever relating to non-availability of land would be entertained.
20. If any of the date mentioned above happens to be a general holiday, the next working day holds good.
21. Conditional tenders are liable to be rejected. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever
22. As per the Government order No: LT/300 / LET/2006 Bangalore dtd: 18-01-2007 and C.A.O. K.N.N.L. Dharwad circular No: K.N.N.L. /ACD/KNNSS/07-08/1486 dt: 06-07-2007 a sum amounting to 1 % of the bill amount of the contractor will be deducted from the bill amount of the contractor towards cess and will be credited to the Karnataka building and other constructions labour welfare fund.
23. The detailed tender notification can be had from the website www.eproc. Karnataka. gov. in/ eportal/index.seam and linking to e-tender OR in the office of the undersigned (Ph No. (08332) 286223
Sd/
Executive Engineer, KNNL GLBC Division, Ghataprabha.
Volume: 15.11
Office of the Executive Engineer KNNL MRBCC Dn No-3, Byahatti .
No. KNNL/MRBCC-3/JE-1/ TSP/TND/2011-12/ 647 Date :06/07/2011
SHORT TERM TENDER NOTIFICATION (Through e-Procurement only)
Percentage Tenders are invited from the eligible contractors for the following works through e-procurement portal of Government of Karnataka.
Sl No
Name of Work
Approximate amount put to tender Rs. in Lakhs
EMD Rs in lakhs
Tender Processing
fee
Stipulated period of
Completion
Category / Class of Contractors
1)
Improvements to Road from Halakusugal to Padesur coming under the atchkat of Malaprabha Project.
150.00 1.50 As per e-Procurement portal
6 months including monsoon
KPWD Class - I & above.
Tender documents can be downloaded and submitted from e-procurement portal
website http://eproc.karnataka.gov.in upto 14/07/2011 till 4.00 pm
Calender of Events. 1)Submission of Tenders: upto 14/07/2011 till 4.00 pm 3) Opening of Technical bid at: 4.30 pm on 16.07.2011 at the office of Executive Engineer, KNNL, MRBCC,DIV,No-3,Byahatti . 4) Opening of Financial bid : if possible on 18.07.2011 at:5.00 pm at the office of Executive Engineer, KNNL, MRBCC,DIV,No-3,Byahatti .
Other information can be obtained from the Office of the undersigned during office hours. (Phone No: 0836 - 2315225).
Sd/ Executive Engineer,
KNNL. MRBCC Dn.No.3, Byahatti.
Volume: 15.12
Office of the Executive Engineer, KBJNL I.B.C. Division-2 Almel-586 202 T Tq : Sindagi Dist: Bijapur
No:KBJNL/IBCD-2/PB/ ILC/Tender/2011-12/ 471 Date: 23 07- 2011 Short Term e - Tender notification
On behalf of the Managing Director, KBJNL., Bangalore the Executive Engineer, KBJNL., IBC Division No.2, Almel , Tq: Sindagi Dist : Bijapur invites the percentage tenders from Class-I Registered contractor of KPWD/ PWD of any state Government or Central Government / Enrolled in Category I of KBJNL selected list of contractors for the work of Construction of ILC from Km 110.050 to 113.000 (Excavation, embankment, lining & Structures) with 2 major Aqueducts The details of work are listed below. The tenderers are required to submit two separate sealed covers, one containing details of EMD and the particulars under instructions to the tenderers vide clause 1.1 and the other cover containing financial details of tender as per clauses 1.20. The tenderers are advised to note the minimum qualification criteria specified in Para 4.1 to 4.4 of the notification
(The blank tenders can be obtained through website www.eproc.karnataka.gov.in and can be submitted through electronic tender box). 2) STATEMENT SHOWING THE DETAILS OF THE WORKS PUT TO TENDER UNDER E-PROCUREMENT PORTAL
Sl. No.
Name of work
Estimated cost put to tender
(Rs.in lakhs
EMD (Rs.in lakhs)
Transaction fee (In Rs.)
Stipulated period of completion including monsoon
Category of contractor eligible.
1
Construction of ILC from Km 110.050 to 113.000 (Excavation, embankment, lining& Structures) with 2 major Aqueducts
3136.35
31.37
As per e-procurement Portal
12 months
Class-I Registered contractor of KPWD/ PWD of any state Government or Central Government / Enrolled in Category I of KBJNL selected list of contractors who fulfill the pre-qualification conditions.
INSTRUCTIONS TO TENDERS
Clause-1: THE TENDER SHOULD BE SUBMITTED IN TWO COVERS
1.1 )COVER - I (Technical bid) shall contain the following documents. i) A copy of the KBJNL Categorization certificate / certificate of registration issued
by the KPWD / PWD of any state or Central Government as the case may be. ii) The requisite EMD should be paid through e-payment only. iii) Copy of the PAN CARD issued by the Income Tax Department.
iv) Latest copy of sales tax clearance certificate up to 31-05-2011. v) EPF registration certificate. vi) Scanned signature of the bidder/representative to be attached while uploading
the bid documents. vii) The Technical bid containing documents in support of fulfilling pre-qualification
criteria stipulated separately. viii) 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, completed cost of work etc.,
1.2 ) COVER-II shall contain the financial bid, in the Schedule B 1.2.1) The necessary certificates / documents in support of fulfilling clause. 1.1 as
stipulated shall be scanned and attached to e-tender document. The Cover-1 and Cover-II shall be opened based on the uploaded documents by the agencies .However the first lowest bidder should produce the original documents in support of the uploaded documents before entering into the agreement. If the first lowest bidder does not produce the original documents for entering into the agreement his bid shall treated as non responsive bid as per the clause 26(4) of the KTPP Rules and his name shall be removed from the selected list of KBJNL enrolment and barred from participation in any of the tender to be invited by the KBJNL apart from forfeiting the EMD paid through e-cash.
2.) The cover-1 (Technical bid) will be opened first and thereafter Cover-II (Financial bid) of
only those bidders who fulfill the pre-qualification criteria and other conditions mentioned at Para 1.
3.0 ) Issue and submission of tender documents, 3.1 ) e- tendering 3.1.1) The aspiring bidders who have not previously obtained the user ID and password
for participating in e- tendering may now obtain the same by requesting the e- governance office, M.S. Building, Bangalore during office hours.
3.1.2) The contractors can request for e-tendering documents from 10-08-2011 to 30-08-2011,from10.00AM to up to 4.30 PM. in the web site http: www.eproc.karnataka.gov.in / e-portal/index. Seam link e -tender document on payment (non refundable) as per e-procurement portal towards transaction fee for this work. While applying the contractor can pay the transaction fee as stipulated in the e- procurement portal using payment modes-I credit cards /Direct debit / National electronic fund transfer (NEFT) / over the counter (OTC) on or before above mentioned date .
3.1.3) The contractor can access to e-tender document from 10-08-2011 to 30-08-2011, from 10.00 AM to up to 4.30 PM.
3.1.4) A pre-bid conference will be held on 18-08-2011 at 11.00 AM at office of the Managing Director KBJNL PWD Annexe, left wing ,III floor, K.R. Circle Bangalore. The bidders should submit their queries if any for clarification on / before positively.
3.1.5) Submission of completed e-tendering documents will be up to 30-08-2011 up to 4.30 PM.
3.1.6) Cover-I (Technical bid) will be opened electronically in the office of the Managing Director, KBJNL Registered office, Bangalore on 05-09-2011 at 11.00 AM. In respect of bidders whose e EMD as been confirmed on the e Tendering platform
Cover II (Financial Bid) of qualified bidder will be opened in the office of the Managing Director, KBJNL Registered office, Bangalore on 12-09-2011 at 11.00 AM. 3.1.7) The contractor can pay the earnest money deposit (EMD) in e-procurement portal
in a single transaction using any mode of payment such as Credit card / National
electronic fund transfer (NEFT) / over the counter (OTC) The EMD amount submitted by the contractor shall be maintained in the Government central pooling A/C at Axis Bank until the contract is closed.
3.1.8 ) The necessary certificates / documents in support of pre-qualification criteria fulfilled as stipulated shall be scanned and attached to e- tenders documents.
3.1.9) The necessary certificates / documents in support of fulfilling clause. 1.1 as stipulated shall be scanned and attached to e-tender document. The Cover-1 and Cover-II shall be opened based on the uploaded documents by the agencies However the first lowest bidder should produce the original documents in support of the uploaded documents before entering into the agreement If the first lowest bidder does not produce the original documents for entering into the agreement his bid shall treated as non responsive bid as per the clause 26(4) of the KTPP Rules and his name shall be removed from the selected list of KBJNL enrolment and barred from participation in any of the tender to be invited by the KBJNL apart from forfeiting the EMD paid through e-cash. In respect of contractors who are registered as Class I contractor in KPWD /PWD of any state / central government action would be taken to report the matter to the authorities concerned for removing their names from the panel of registration and for black listing. Further their E.M.D. would be forfeited.
3.1.10.) Further information about electronic tendering can be had from http//eproc.karnatak.gov.in/.
3.1.11 )During the time of technical evaluation, if the employers finds the any certificate
or information furnished is false, such bidders will be disqualified and barred from the participation in the bid.
3.1.12 ) If any bidders fails to satisfy the conditions such bids shall be rejected. 3.1.13 ) Tenders from joint venture are not acceptable. 4.0 Pre-qualification criteria. 4.1) The intending bidder should have satisfactorily completed one similar type of work (
ie.,Aqueduct) costing not less than 60% of the amount put to tender in during last 5 years reckoned back from 2010-2011.The certificate should be signed & obtained from an officer not below the rank of Executive Engineer of the concerned division / equivalent officer & counter signed by the Superintending Engineer of the concerned Circle/ next higher officer.
4.2) The bidder should have achieved a minimum financial turnover of 80% of the amount put to tender in any two financial years during the last 5 years reckoned back from 2010-2011 duly updating the financial turnover at 10% per annum. Audited Balance sheet for those 2 years certified by practicing chartered Accountant along with copies of Income tax returns filed for these years indicated above shall be furnished.
4.3) The bidder should have executed the Aqueduct with pier height not less than 7.50 mtrs. measured from the ground level. 4.4) The bidder should possess the centralized batching plant and concrete pumps for precise execution of Aqueduct. 4.5) If any bidder fails to satisfy the conditions mentioned at para 4.1 to 4.4 above, such bids shall be rejected. 5. NOTES:- 5.1) The intending bidders are advised to visit the site of work before submitting their
tenders. 5.2) The contractor / authorized signatory should attach his/ her scanned signature to
the Schedule B before uploading the documents. 5.3 ) If any of the dates mentioned above happened to be a general holiday, the next
working day holds good.
5.4) Further information can be had from the undersigned during office hours. 5.5) Conditional tenders are liable to be rejected. The officer competent to accept the
tender shall have the right to reject any or all the tenders without assigning any reason whatsoever.
5.6) Corrigendum will be published in the web site http//eproc.karnatak.gov.in/for all modification/corrections if any
5.7) The intending bidders should note that, if any of lands either in part / parts of in whose required for the work is not acquired by the Nigam, it shall be the responsibility of the bidder to take possession of such land and start the work by consent of the land owners before commencement of work at no extra cost to the Nigam and no claim / delays whatsoever relating to an account of non availability of land would be entertained.
5.8 ) 1% of labour cess as per provision of building and the construction works welfare Act 1996 will be recovered from each running bill of the contractor.
5.9) If the rate(s) quoted by contractor for the work is below seventy five percent of the estimated rates 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 rate and 75% of the estimated rates. In case of contractor quoting rates above 125% of the estimated rates, then the amount over & above 125% will be withheld during the progress of work.
Sd/ Executive Engineer,
KBJNL I.B.C. Division-2 Almel Sindagi Dist: Bijapur
Volume: 15.13
Office Of The Executive Engineer Yagachi Project Division, Belur
Tender Notification No. 09 /2011-12 dated: 19-07-2011
(ONLY THROUGH ELECTRONIC TENDER SYSTEM)(2nd Call)
TURN KEY & ITEM RATE Tenders in Electronic mode are invited by the Executive
Engineer, CNNL, Yagachi Project Division, Belur on behalf of the Governor of Karnataka
from the Class-I Contractors/firm/company registered with CNNL of Karnataka State
Undertakings for the works mentioned below, who fulfill the pre-qualification conditions,
laid down under Para as below.
Tenders shall be offered through e-procurement system only and will be in two
cover system namely technical bid and financial bid. The tenders are through e-
procurement, in order to enhance the transparency in tendering process as per the Water
Resources Department. The Blank tender documents can be obtained from the Website
www.eproc.karnataka.gov.in
STATEMENT OF WORKS :
I.No. Name of work
Approximate Amount put to tender
(Rs. In lakhs)
EMD (in lakhs ) @ 1%
Transaction fee (non-refundable)
Class of Contractor
Stipulated period of completion (including monsoon)
1. Design, supply, installation, testing and commissioning of pumping machinery and raising main including ridge cistern, cross drainage works, canal network, supply of valves and manifold chamber, HOT cranes, surge analysis and suitable surge protection system, transformer, substation, construction of intake arrangements, MS specials, valves, valve chambers, including supply of spare parts, tools, manpower for operation of the system for two years after the date of completion of Malalur Lift Irrigation Scheme Ist and IInd stage on combination of TURN KEY and ITEM RATE basic in Chickmagalur Taluk & District.
442.43
4.43 ( to be paid by Electronic Cash only)
As Prescribed in E-Portal
Class-IA 12 Calendar months
Instructions to Tenders: 1.1 Cover 1 (Technical bid) shall contain the following details: i. The intending bidder shall furnish the certificate of registration issued by
State/Central/Public Sector Organizations. ii. The contractor should furnish the name of the individual/firm with address and
telephone number with place of registration, year of incorporation etc. iii. 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. iv. The scanned signature of the bidder / authorized representatives of the bidder
shall be attached while uploading the bid document. v. The requisite Earnest Money Deposit. vi. Copy of the income tax return for the Financial year 2010-11 vii. Copy of Sale Tax Clearance Certificate of Financial year 2010-11 viii. Employee Provident Fund Registration Certificate.
a)In respect of contractors who are not registered with the EPF (Employees Provident Fund) authorities, the contractors should produce an undertaking that he shall within 7 days of the close of every month submit to the Executive Engineer, a statement showing the recoveries of contributions in respect of employees employed are through in and shall also furnish under the provision of the scheme to the commissioner, EPF.
b) However, having given an undertaking to this effect if the contractor does not furnish the information, the Nigama will deduct the necessary amount from the amount due to the contractor. Not with standing the above, the contractor will be liable for any consequential penalty / damages levied by the EPF authorities.
viii. The details of certificate for tie up if any with manufacturers of pumping machineries and electrical works for execution of electro mechanical components of Lift Scheme.
ix. The necessary certificates/documents in support fulfilling pre-qualification criteria stipulated separately shall be scanned and attached to e-procurement document. The original document shall be produced at the time of opening of tender containing the Technical bid for verification.
x. 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. xi. Necessary certificates should be signed from an officer not below the rank of the Executive Engineer and counter signed by the Superintending Engineer of the concerned circle. xii. The intending Bidder/firm/company to furnish list of man power available with him for taking up above work. xiii. The intending bidder should furnish the details of certificate of tie-up with manufacturer of pumping machinery & electrical works with the contractor for execution of electro-mechanical components of lift irrigation scheme. xiv. The intending bidders are advised to visit the site of work before attending the pre-bid meeting and also before submitting the tenders. i. The intending Bidder/firm/Company should furnish the ownership/lease
certificates of the following minimum machineries. a. Excavator of not less than 0.9 cum capacity - 02 Nos. b. Tipper of not less than 4 cum capacity - 04Nos. c. Concrete mixer of not less than 7 Cft capacities with hopper - 03 Nos. d. DRR not less than 8-10 tones capacity - 01 No. e. Suitable capacity of Welding Generators - 01 Sets f. CRANE Capacity not less than 20 Tones - 02 Sets g. Hydraulic Testing Machine -
Suitable HP
1.2 Cover-II (Financial Bid ) shall contain Lump sum price bid and Item rate supported by detailed BOQ and corresponding price schedule.
2. Issue and Submission of Tender Documents
1.1 The contractor can request for blank e-procurement documents from 10-08-2011 to 30-09-2011 in the CNNL web site link or eproc.karnataka.gov.in / e-portal/ index. seam link e-procurement document on payment (Non refundable) of Rs, 5,000/- for each work towards transaction fee. While applying the contractor can pay the transaction fee in the e-procurement portal using payment modes I / credit cards/ direct debit/ national electronic fund transfer (NEFT) / over the counter (OTC) on or before 30-09-2011 during office hours.
1.2 The contractor can have access to e-procurement document from 10-08-2011 to 30-09-2011 up to 4.00 PM.
1.3 Last date of submission and query by