Top Banner
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.11 30 th May 2011 BANGALORE
28

Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

May 28, 2018

Download

Documents

doanh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

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.11

30th May 2011

BANGALORE

Page 2: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

GOVERNMENT OF KARNATAKA WATER RESOURCES DEPARTMENT

No.WRD 01 MBI 2009 Dt: 30/05/2011 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 Fifth week of April 2011. The details of the published Tender Notification may be obtained by the concerned Executive Engineers who has invited the respective Tenders. Volume.No.11 (SYED NAEEMULLA SHA KHADRI) Email:[email protected] 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 Engineer’s Association, K.R.Circle, Bangalore. 12. The President, Karnataka Engineering Service Association, K.R.Circle,

Bangalore. 13. The President, Karnataka State Contractor’s 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: 11.1

OFFICE OF THE, Executive Engineer, KNNL, R & R Division No-2, Hippargi.

Tq-Jamkhandi, Dist-Bagalkot.

No:KNN/R & R/D-2/PB/TND/T-T Road/2/2011-12/186, Dated: 17–05–2011

CORRIGENDUM TO TENDER NOTIFICATION (SECOND CALL)

(Through E-Procurment only) Ref: 1) No./KNN/R & R-2/PB/TND/T-T Road/2/2010-11/1248, Dated: 18–02–2011 2) No./KNN/R & R-2/PB/TND/T-T Road/2/2010-11/1267, Dated: 22–02–2011.

Electronic percentage tender through e-procurement platform are invited by the Executive Engineer, Division No.2 Hipparagi on behalf of the Managing Director

Page 3: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

Karnataka Neeravari Nigam Limited 4th floor, Coffee Board Building No.:1Dr.B.R.Ambedkar Veedhi, Bangalore-01 for Class-I and above contractors enrolled under KNNL/PWD . The Class-I contractors are expected to apply in two cover system. (as per KTTP act 2000) consisting of technical bid (Cover No-II) and financial bid (Cover No-I). The blank tender documents can be obtained through website

www.eproc.Karnataka.gov.in/eportal/index.seam. Statement showing the work put to tender.

Sl. No.

Name of work

Approximate amount put to tender (Rs. in lakhs)

EMD Rs. in lakhs

Tender processing fee Rs.

Category enrolled

under KNNL/ Class-I PWD contractors

Stipulated period for completion (including monsoon)

1) Raising and improvements to Tamadaddi to Terdal Road from Km. 2.00 to 4.00 including CD works.

190.55 1.91 5000/- Class-I & above

12 months

Note : 1) The EMD amount submitted by the contractor should govern the following

conditions: The contractor should deposit the EMD amount 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).

2) 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.

3) The above tenders are published through e-portal on dated : 21-05-2011. 4) Last date and time for clarification/Queries is on dated : 25-05-2011 up to 17-00

hours. 5) Last date and time for submission of filled bids through e-portal 30-06-2011 upto

16-00 hours. 6) Opening of technical bid is on 02-06-2011 at EE,R&R,Division No.2 at Hipparagi

11-00 am. 7) Opening of financial bid is on 14-06-2011 at EE,R&R,Division No.2 at Hipparagi

11-00 am. 8) 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. v) A copy of PAN CARD.

All the above original certificates shall be produced at the time of opening of Technical Bid for verification. 9) 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

Page 4: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

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).

10) The Class-1 contractors who have not enrolled under KNNL, must have ownership or on hire basis of following machineries. The contractor bringing the machineries on the hire basis shall produce the hire contract agreement as per Hire purchase, Act for the owner of machineries allowing with proof of the ownership of the hirer. If the machineries are hypothecated to financer, an undertaking from the financer to hire the machineries also to be produced. All these document shall be enclosed with the Technical Bid,

a) Diesel Concrete Mixer 2 to 3 numbers b) Vibrator, 2 to 3 numbers c) Tipper, 3 to 4 numbers 11) 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.

12) Corrigendum will be published in the website for all modifications/corrections if any.

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. (08353) 228574.

-Sd/-

Executive Engineer KNNL,R&R,Division,No.2,

Hipparagi ,Tal:Jamkhandi Volume: 11.2 Office of the Executive Engineer, Cauvery Neeravari Nigama Niyamitha, Kabini

Canals Division, Nanjanagud

NOTICE INVITING TENDER NO : 2/11-12 DATED 20-05-201109/16-02-2009 Two cover System

Through e-procurement

Electronic tenders on TURN KEY and ITEM RATE contract are invited by the

Executive Engineer, Kabini Canals Division, CNNL, Nanjangud, on behalf of the

Managing Director CNNL Mysore from eligible Class-I contractors of KPWD or of any

State /Central Government /Public Sector organization enrolled in Catory IA of CNNL.

If not enrolled in CNNL, the successful bidder is to be enrolled before entering into

agreement for the work mentioned here under.

Page 5: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

Sl. No.

Name of work

Approximate amount put to tender. Rs.in Lakhs

E.M.D. @ 1% Rs. In Lakhs

Tender Processing

fee

Stipulated period for Completion

Category of Contractor Eligible

1 2 3 4 5 6 7

01 SCHEME TO LIFT WATER FROM KABINI RIVER NEAR ALAMBUR VILLAGE TO FILL 20 TANKS IN NANJANGUD, CHAMARAJANAGAR AND GUNDLUPET TALUKS FOR DRINKING WATER PURPOSE. on combination of “TURN KEY” basis for Part A and “ITEM RATE” for Part B.

1. Part A --Rs.18791.66

2. Part B -- Rs. 1164.65

Total Rs.19956.31 Lakhs

19956.31

199.6000

As

specified in e-

procurement portal-

18 Months (including monsoon)

Category IA of

CNNL or equivalent

The tenders are through e-procurement. The tender documents can be obtained from the Website www.eproc.karnataka.gov.in Instructions to Tenderers

1.1 Cover – 1 (Technical bid ) shall contain the following details i. The intending bidder should furnish the certificate of registration issued by

State/Central/Public Sector Organizations and Cauvery Neeravari Nigama Limited

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 Returns of the last Five Financial years. vii. Copy of Sales Tax returns of the last Five Financial years. viii. Employees 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 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. Notwithstanding the above, the contractor

Page 6: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

will be liable for any consequential penalty /damages levied by the EPF authorities.

ix. The details of certificate for tie-up if any with manufacturers of pumping machinaries and electrical works for execution of electro mechanical and any other components of Lift Scheme.

x. The necessary certificates/ documents in support of fulfilling qualifying 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.

xi. 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.

xii. 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. Certificate from private individuals/private companies/private firms will not be considered.

xiii. The intending Bidder/firm/company to furnish list of man power available with him for taking up above work.

xiv. The intending Bidder/firm/Company should furnish the ownership/lease

certificates of the machineries.

xv. The intending bidders are advised to visit the site of work before attending the pre-bid meeting and also before submitting the tenders.

xvi. Tendering through a joint venture of contractors is permissible subject to following conditions:

(a) Joint venture shall have been formed prior to tendering and the blank tender form shall have been applied for and accessed by the joint venture itself.

(b) All the Partners of the joint venture participating in the tender should have been registered in KPWD/CPWD/Other public sector Organizations and should have registered their names in the CNNL Mysore/Bangalore. Those who have not enrolled in CNNL, should enroll their names subsequently, before entering into agreement if they become successful bidders.

(c) The principal partner of the joint venture duly authorized with a legally binding power of Attorney to apply for tender forms and to sign the tender and to make further correspondence and deal with CNNL on behalf of joint venture.

(d) Contractor is not eligible to participate as partner of more than one joint venture.

1.2 Cover-II (Financial Bid) shall contain TURNKEY and ITEM RATE bid on the detailed BOQ and corresponding price schedule uploaded by CNNL.

2. Issue and Submission of Tender Documents 2.1 Aspiring Bidder who wish to undergo training on e-procurement should submit

their request in writing to the under signed on or before 25.05.2011 and the training will be conducted for such contractors from 01.06.2011 at 11.00 A.M. onwards at the centre for e-Governance, MS building, Bangalore-01.

Page 7: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

2.2 The aspiring contractors who have not previously obtained the user ID and password for participating in e-procurement may now obtain the same by requesting in writing to the Secretary, e-Governance, MS building, Bangalore-01.

2.3 The contractor can access blank e-procurement documents from 20.05.2011 onwards upto 28.07.2011 in the e-procurement website www.eproc.karnataka.gov.in on payment of processing fee which is Non refundable as specified in e-procurement portal While applying the contractor can pay the processing fee and prescribed EMD in the e-procurement portal using the following payment modes 1) Credit cards/ direct debit 2) National electronic fund transfer (NEFT) 3) Over the counter (OTC) on or before 28.07.2011 up to 4.00 PM.

2.4 The contractor can have access to e-procurement document from 20.5.2011 onwards upto 28.07.2011 up to 4.00 PM.

2.5 A Pre-bid conference if requested by any bidders will be held on 13.07.2011 up to 4.00 PM at the office of Chief Engineer, Irrigation (South) Zone, Mysore.

2.6 Last Date for Submission of completed e-procurement documents is 28.07.2011 till 4.00PM.

2.7 Date of opening of Technical bid is 01.08.2011 at 11.00 AM. 2.8 A list of eligible contractors qualified in the Technical bid will be announced on:

30.08.2011 2.9 Cover-II (Financial bid) will be opened on: 07.09.2011 at 11.00AM at the office of

the Executive Engineer, Kabini Canals Division, Nanjangud taluk, Mysore District,

2.10 Tender Processing fee and Earnest Money Deposit. i) The contractor who intends to bid for the work in this Notice Inviting Tender

should pay the EMD and processing fee for the work in e-procurement portal in any mode of payment such as Credit Card/Direct Debit/National Electronic Fund Transfer (NEFT)/Over the Counter (OTC).

ii) The EMD amount submitted by the contractor is governed by the following conditions.

a) The validity of the EMD shall be for a period of 180 days from the date of submission of the tender.

b) The contractor’s bid will be evaluated only on confirmation of receipt of the payment (EMD) in the Government of Karnataka central pooling a/c held at Axis Bank.

c) The entire EMD amount of a particular tender is to be paid in a single transaction

3. Qualifying Criteria 3.1 The following qualification criteria should be met by the intending bidders i) Each bidder in his name should have achieved in atleast two out of the last five

financial years (i.e. 2006-07 to 2010-11), a minimum annual financial turnover of Rs. 200.00 Crores as at 2010-11 level Audited Balance sheet is to be submitted.

ii a) The bidder should have satisfactorily completed and commissioned as a prime contractor, at least one similar type of work like Water Supply / lift irrigation Project Involving lift components from surface source of water, Intake & Terminal Chamber, Rising Main, Pumping Machinery in the last five year (2006-07 to 2010-11), of value not less than Rs. 160.00 Crores at 2010-11 level.

OR

Page 8: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

b) In case of ongoing projects taken up by the bidder, partially completed & commissioned any one lift scheme in the past 5 years under multiple stage scheme will also be considered for qualification, provided that the value of such partial completion is not less than 160.00 crores at 2010-11 level.

The criteria at (i) & (ii) above applies to the indivisual Firm/Company/Joint Venture also. Certificate should be submitted duly signed by the officer not below the rank of Executive Engineer, Certificate from Private Individuals/Private Companies/Private Firms will not be considered.

iii) Each bidder/firm/company/joint venture should have executed in one of the last 5 years. the following minimum components of work.

a) Providing and laying M.S.Pipe Rising main of above & including 1000 mm dia : 30.00 Km

b) Supply,Erection, installation & commissioning of V.T Pumping machinery. : 10,000HP (with minimum capacity of each pumping unit not less than 1000 HP)

c) Construction of Electrical Sub-Station including supply, erection, installation & commissioning of 2 Nos. of 66/6.6 KV Transformers in each sub-station : 1 sub station.

iv) The bidder / firm/company/joint venture shall furnish details of liquid assets and or availability of credit facilities of Rs. 60.00 Crores for the work mentioned above for meeting the required funds in the form of credit lines / line of credit / certificate from Bank.

v) The minimum requirement of machinery / equipment worked out based on the magnitude of work and stipulated contract period is as under. The intending Bidder/firm/ Company / should furnish the ownership / lease certificates for these machinery /equipments along with the Technical Bid.:

Sl.No. Details of Machinery/Equipments Numbers

1 Excavator of not less than 0.9 cum capacity 04 Nos.

2 Tipper of not less than 4 cum capacity 04 Nos.

3 Concrete mixer of not less than 7 Cft Capacities with Hopper 06 Nos.

4 DRR not less than 8-10 tones capacity 04 Nos.

5 Suitable capacity of Welding Generators 04 Sets.

6 CRANE-Capacity not less than 20 Tones 03 Sets.

7 Hydraulic Testing Machine 03 Nos.

8 Ultrasonic/Radiographic Equipment 03 Nos.

9 Water Tanker 03 Nos.

10 Flat/Needle type Vibrator 40mm dia 06 Nos

11 Flat/Needle type Vibrator 20mm dia 06 Nos

12 Compressor of Suitable Capacity 03 Nos

13 Diesel Pump 10HP 05 Nos

14 Theodalite/Precision Level/Total Station of Standard make 03 Nos

15 Equipment for cutting bending reinforcement 09 Nos

16 Chain and pully black Optional

17 Trucks Optional

18 Jeeps Optional

19 Tracktor & Trailor 03 Nos

20 Water pump for curing 03 Nos

21 Any other equipment required for the work- Testisting equipments for electrical, Mechanical and Hydro mechanical equipments

03 Sets

Page 9: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

The intending bidder/firm/company should furnish the ownership/lease certificate for these machineries/equipment along with the technical bid. vi) The list showing the minimum number of Technical and Non-technical

personnels required for the work is as under. The bidder should furnish the details of this staff with him who can be exclusively deployed for the present work.

LIST OF MINIMUM TECHNICAL AND NON-TECHNICAL PERSONNELS REQUIRED

1 Project Manager

BE Civil with Minimum of 15 years experience & should have been project Manager for at least one Project/work of size similar to the present contact.

1

2 Civil Engineer BE Civil with Minimum 5 Years

experience 1

3 Electrical Engineer BE Electrial., with Minimum 5 Years

experience 1

4 Mechanical Engineer BE Mech., with Minimum 5 Years

experience 1

5

Diploma in Electrical Engineering(foreman)

5 years Experience 1

6 Diploma in Mechanical Engineering(foreman)

5 years Experience 1

7 Electrician with ITI Certificate 5 years Experience in pump operation 3

8 Mechanical(Fitter) with ITI

Certificate 5 years Experience in pump operation 3

9 Helper(E&M)General Sufficient experience 6

10 Security staff Necessary to watch and ward of sub

station and pump house 3

NOTE : i) The Chief Engineer, Irrigation (South) zone reserves right to make justifiable

relaxation to any of the conditions in the qualifying criteria. ii) Any Spelling and grammatical mistakes inconsistent to deliver the required

meaning in any part of this notification and the bid schedules (Technical & Financial) should be read as corrected properly in good spirit.

4.General conditions of eligibility. 4.1 The Intending bidder are advised to visit the site of work and also access the

tender documents well in advance 4.2 Conditional tenders will not be accepted. 4.3 The tenderer shall bear all costs associated with the preparation and submission

of his tender, and the employer will in no case be responsible and liable for those costs.

4.4 The TENDER PROCEESING FEE will not be refunded. 4.5 If the rate(s) quoted by tenderer for any item(s) of work is/are below 75% of the

estimated rates of the department, then 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 rate above 125% of the estimated rates, then the amount over and above 125% will be withheld during the progress of work.

Page 10: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

4.6 The employer is not responsible for any delay in accessing e - procurement Portal.

4.7 The contractor should be registered in Class I Category of KPWD / any state / Central Government / Public sector organizations. Besides they should be enrolled in category IA of CNNL. However if they are not enrolled in CNNL at the time of submission of tenders, the successful bidder should get the enrollment in category IA of CNNL before entering into agreement.

4.8 Royalty on construction materials and other taxes will be deducted as per prevailing Govt orders.

a)The rates quoted by the contractor must be inclusive of sales Tax and any other duties, taxes etc.,(Excluding excise duty) The contractor is also required to pay quarry Fees, Royalties, Octroi Dues levied by the state Government or any Local body or an authority and ground rent, if any, charged by the Executive Engineer for stacking materials. No Extra payment on this account will be made to the contractor.

4.9 Materials like steel, cement etc., required for the work shall be procured by the Contractor themselves and should get the same tested by the quality control authority of CNNL before use on the work.

4.10 All the formats prescribed in the bid document shall be filled by the tenderer in a complete manner. Incomplete formats may constitute sufficient reason at the discretion of CNNL for rejection of the bid.

4.11 All scanned documents to be uploaded shall be in original and the Executive Engineer will verify the original documents at any stage before recommending for approval.

4.12 Further particulars, if any, required by the bidders can be had from the office of the Executive Engineer, Kabini Canals Division, Nanjangud during office hours on all working days. It may be noted that if any of the dates mentioned above happen to be General Holiday / Declared holiday, the next working day will hold good for the respective events.

4.13 The work includes all lead and lift / delift and work shall be carried out as per instruction of engineer-in-charge of the work. And all the specification as per Indian road congress and all relevant Indian codes. The rate for the specifications in the schedule B includes all lead and lift, irrespective of distance and height.

4.14 The intending bidders should note that if any of the land either in part/parts or in whole required for the work is not yet 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 the owners before commencement of work at no extra cost to the Nigama and no claim what so ever relating to non-availability of land would be entertained.

4.15 The validity period for E.M.D. shall be for a minimum period of 180 days from the date of submission of tenders.

4.16 The undersigned reserves the right to either postpone or to cancel the entire process of tender.

4.17 If CNNL wishes to engage third party consultants for quality control assessment, apart from the CNNL quality control and field tests, the contractor should co-operate with both Quality control authorities and the third party.

4.18 Defect liability period depending upon nature/type of work is as under. a) For all the cross drainage works/aqueducts/embankment and other works

costing less than Rs:50.00 lakhs the defect liability period is 3 years from the date of completion of the entire work.

Page 11: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

b) For all the cross drainage works/aqueducts/embankment and other works costing more than Rs:50.00 lakhs the defect liability period is 5 years from the date of completion of the entire work.

c) For all types of lining and other works the defect liability period is 3 years from the date of completion of the entire work.

d) For electrical, electro-mechanical and other allied components of LIS, the defect liability period will be 36 months from the date of completion and satisfactory commissioning.

4.19 Performance guarantee:- For all works an amount equal to 6.5% of the contract value will be withheld as “performance guarantee amount” out of security deposit i.e., 7.5% of contract value (EMD+FSD),till the expiry of the defect liability period.

4.20 Building and other construction workers welfare cess: The contractor shall subscribe 1% of gross amount of each bill payable to him in respect of contract to the building and other construction workers welfare cess as per GO No. LD 300 LET 2006 Bangalore dated: 18.01.2007. The amount of subscription will be recovered out of payable amount to him in each bill. This component is deemed to have been included in the quoted rate / percentage.

Sd/- Executive Engineer,

Kabini Canals Division, Nanjangud.

Volume: 11.3

Office of the Executive Engineer, CNNL, KRS M & M I P Division, Malavally

BRIEF TENDER NOTIFICATION (TWO COVER BID THROUGH E-PROCUREMENT PORTAL ONLY)

Short term NO. 04/2011-12 Date 20/05/2011

(Third call) Item wise Tenders are invited in two bid through e-procurement portal only on

behalf of Managing Director, Cauvery Neeravari Nigama Ltd., Bangalore, from Eligible Class-I contractors registered in KPWD / CPWD / ID / And state Govt. under taking any other Dept. and compulsorily enrolled in CNNL, Mysore / Bangalore, for below mentioned works. More information can be had through, https://eproc.karnataka.gov.in

Sl. No.

Name of the work.

Est.amount as per

sanctioned DTS (Rs.in Lakhs)

E.M.D (in Rs)

Tender processing charge (in Rs.)

Stipulated period of completion including Monsoon

Class of eligible

Contractor

1

Restoration & Rejuvenation of Chikkarasinakere tank, Hagalahalli tank, & S.I. Honalagere tank, in Maddur Tq, Mandya Dist.

123.38 123385.00

Refer as per e-

procurement

45 days. Class-I & above

Page 12: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

The contractors have to submit his tender through on line e-procurement only. Contractor should scan the Registration copy, work done certificate and any other document and submit through on line. EMD and processing fee shall be paid through e- payment. More information can be had from web site www.eproc.karnataka.gov.in

1 Last date for submit of completed tenders and EMD through Online.

01/06/2011 @ 4.00 PM

2 Date of opening of Technical bid 03/06/2011 @ 11.00 AM

3 Date of opening of financial bid. 06/06/2011 @ 11.00 AM

Any other details required can be obtained from office of the under signed during office hours. Conditions: 1. Name, Address of contractor, Phone number, E-Mail address and registration copy

etc should be submitted on line. 2. The validity of EMD shall be for a period of 180 days from the date of opening of the

tender. Note: EMD and Tender processing fee shall be paid through e-Payment using the

following four modes of Payment. 1. Credit card payment 2. Direct debit payment 3. National Electronic Fund Transfer (NEFT) 4. Over The Counter (OTC)

3. In case the tender is cancelled, the processing fees will neither be refunded nor will the same be transferred to other works.

4. Conditional tenders will be rejected. Right to accept or reject any or all the tenders without assigning any reason is reserved by CNNL.

5. The Materials used for the work shall be of good quality and the same should be got tested from the competent authority. This will be the responsibility of contractor.

6. No Compensation shall be allowed for any delay in starting of work on account of acquisition of land.

7. Contractor should submit the list of machineries/ equipments owned or leased by him with necessary documents and fitness certificate obtained from the concerned R.T.O.

8. The rates quoted by the contractor must be inclusive of sales tax, excise duty, Royalty, Octroi, quarry fee etc. No. extra payment on this account will be entertained.

9. If the date mentioned above happens to be a General Holiday, the next working day will hold good.

10. The contractor’s name shall not have been declared by the government in any illegal activities or corruptions / cheating etc.,

11. As per Government order No.LD/300/LET/2006 Dated 18.01.2007 1% of bill amount will be deducted against labour welfare fund.

12. Contractor shall submit the Bar/pert chart for completion of work. 13. In case more than 20 labourers are employed for the work, the contractor should

have E.P.F. registration. A copy of the registration certificate should be submitted.

Page 13: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

14. 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 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.

15. Defect liability period depending upon nature / type of work is as under. a) For all the cross drainage works aqueducts/ embankment and other works costing less than Rs. 50 Lakhs the defect liability period is 3 years form the date of completion of the entire work.

b) For all cross drainage works/aqueducts/embankment and other works costing more than Rs. 50 Lakhs the defect liability period is 5 years form the date of completion of the entire work.

c) For all types lining and other works the defect liability period is 3 years from the date of completion of the entire work.

d) For works like road, silt and other small works which will be taken up out of * maintenance grant the defect liability period shall be 3 months from the date of completion certificate and shall not be later than 6 months from physical completion of the entire work.

16. Performance guarantee : For all works an amount equal to 5% of the contract value will be withheld as "Performance guarantee amount" out of security deposit i.e. 7.5% of contract value (EMD+FSD), till the expiry defect liability period.

TECHNICAL BID PART-I

1) The contractor should furnish the Capabilities with respect to personnel in prescribed proforma. (Form-1)

2) The contractor should furnish the list of Machineries / equipments of his owned or leased in working condition with necessary document and obtain fitness certificate from the concerned R.T.O. in prescribed proforma. (Form-2)

3) The contractor should furnish the list of details of works in hand as per proforma. (Form-3)

4) The contractor should furnish the list of such work already carried out for the past Five years in the prescribed form. (Form-4)

5) The contractor should furnish the list of similar works completed. Work done certificate should be certified by Executive Engineer & above Officers. In Form-5.

6) The contractor should furnish the work experience (Indicate works that are relevant to the works for which this Technical Bid is sought ) As per Form-6

7) The contractor should furnish the Affidavit. As per Form-7

8) The contractor should submit the Financial statement (for which this Technical Bid is sought )

9) The contractor should submit the letter of credit (Banker certificate) equal to 30% of the tender amount from any nationalized / scheduled Bank in the prescribed format as sought in Technical bid for his financial stability.

10) The contractor should furnish copy of the latest K S T Clearance, I T Clearance, and E P F registration Certificates. Above details should be certified by concerned Officers. Originals should be produced at the time verification.

Page 14: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

FINANCIAL BID PART-II 1) The quoted rates should be both in Figures and Words in Schedule-B. 2) The P.W.G. Form-65 and 66 should be filled completely and shall be furnished

with signature Any details / information can be had from the web site: www.eproc.karnataka.gov.in

Sd/-

Executive Engineer, CNNL, KRS M & M I P Division,

Malavally. Volume: 11.4

Office of the Executive Engineer, No.5 Canal Division, Yermarus Camp,

No. EE-No.5 CD/Yermarus/Tender Notification/Package/2011-12/135 Date:24 05-2011

SHORT TERM PRE QUALIFICATION CUM 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, No.5 Canal Division, Yermarus Camp, Taluk & Dist: Raichur, from the Category –III & above Contractors /firm/company registered under select list of contractors under KNNL of Karnataka state who fulfill the pre-qualifying conditions, for the work mentioned below.

The tender shall be offered through e-procurement system only and will be in two stage system namely Prequalification bid and Financial bid. The blank tender documents can be obtained through web site 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 Tender transaction fee and Earnest Money Deposit in

the e-procurment portal using any of the following payment modes under (the EMD amount accepted in the form of electronic cash will be maintained in the Government’s 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)

Page 15: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

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)

Tender processing fee

Stipulated period of completion including monsoon season.

Category of contractor eligible

1 2 3 4 5 6 7

1 Providing and laying CC lining with mechanical paver from Km 6.00 to 8.00 and including construction of RCC Drops, CD and PO'S in Distributary No. 98 of TLBC

196.07 1.96

60 days Category-III

& above

III. A Dates/cut-off date for the prequalification process:-

Sl.No Calender of events Dates

1 Last date for submission of prequalification details/documents as detailed at para V along with transaction fee (not refundable) of Rs………………….

01-06-2011 Upto 1:30 PM

2 Last date for submission of original prequalification documents 02-06-2011 upto 1:30 PM

3 Date of opening of Prequalification details 03-06-2011 At 11:00 AM

4 Date of publication of prequalified bidders 06-06-2011

Note: Only prequalified bidders can access the tender document (financial Bid) through website www.eproc.karnataka.gov.in. III. B Dates/Cot-off dates for the tender process :-

Sl.No Calendar of events Dates

A

The contractor on payment of tender processing fee (not refundable) of Rs…………can have access to e-tender document i.e. the tender schedules, Bid documents in the Web site www.eproc.karnataka.gov.in. from (By the prequalified bidder only )

07-06-2011

B Last date for submission of completed tender documents (financial Bid) along with EMD upto

09-06-2011 upto 1:30 PM

C Date of opening of Pre-qualification details

10-06-2011 At 11:00 AM

The financial bid document 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 contract Form. The contractor should neither make any alteration in the conditions of contract nor stipulate any condition of his own in the Financial Bid document.

Page 16: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

IV. INSTRUCTIONS TO TENDERERS FOR PRE QUSLIFICATION

The contractor who intends to get pre qualified for taking up the above work under KNNL should submit through e-protal the details mentioned below along with requisition and tender processing amount. The blank tender documents will be made open to those contractors who met the prequalification criteria for taking up the aforesaid work. The information furnished by the contractor meeting with qualifying conditions SHOULD BE SUPPORTED WITH RELEVENT DOCUMENTS. EACH OF THE SAID DOCUMENT 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 for prequalification. The interested prequalified bidder can apply for tender documents along with the tender processing fee. The completed tender documents are to be submitted along with the EMD in the form as mentioned above should be submitted to the Executive Engineer on or before the date and time specified above in the present notification. If failed, the tender of bidders will be rejected. V. PRE-QUALIFICATION DETAILS SHALL CONTAIN THE FOLLOWING QUALIFYING CONDITIONS/DOCUMENTS. 1. A COPY OF KNNL enrollment certificate issued from KNNL 2. Latest copy of VAT Registration certificate. 3. Latest copy of the income tax returns filed for the year 2009-10 mentioning PAN

and TIN numbers 4. Latest copy of the sale tax clearance certificate for the year 2009-10 5. Enployees provident fund (EPF) registration certificate/under taken certificate as

per note I (a). 6. The intending bidder should have satisfactorily completed at least one similar work

i.e. Providing and laying CC lining with mechanical paver in a single closure period of canal of 90 days of value not less than 80% of the amount put to tender (completion of 90% of the work within 90 days will be treated as completed and considered for pre-qualification) during any one year of the last five years i.e. from 2006-07 to 2010-11 (certificates should be obtained from the officer not below the rank of Executive Engineer). (Additional weightage at 10% each year will be given for cost of work to bring it to 2011-12).

7. 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 chartered accountant should be enclosed. (Additional weightage at 10% each year will be given for turnover to bring it to 2011-12).

8. 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: I

a) In respect of contractors who are not registered with the EPF authorities, the contractors should produce an undertaking that he/she shall, within 7 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 E.P.F under the provision of the scheme

b) The evaluation of pre-qualification will be done based on the information provided by the contractor as per his documents, duly verified if necessitates.

Page 17: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

FININCIAL BID SHALL CONTAIN THE FOLLOWING: 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, specification, schedule-A and schedule-B of contract form. The contractor should give detailed execution plan and furnish programme to complete the work in all respect and within the stipulated period of completion.

The contractor should neither may alteration in the conditions of contract nor stipulate any condition of his own

The bidder shall ensure credit of tender processing fee and EMD into 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 department shall not be responsible for non accessibility of e-procurement portal due to internet connectivity issue and technical glitches. NOTE-II

i) The intending bidders are advised to visit the site of work before submission of the tenders.

ii) The successful bidder should produce an additional performance security in the form of bank guarantee for the difference amount below 25% if the quoted Rates are below 25% of the estimated rates, before executing agreement with the 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/document shall be produced on or before stipulated date and time for verification. Scanned signature of the bidder/ authorized representative of the bidder shall be attached while up loading bid document.

iv) If any of the dates mentioned above happens to be general holiday, the next working day holds good

v) Further information can be had from the office of Executive Engineer No.5 canal division, yaramarus camp, Raichur (Taluk and Dist). During office hours Phone and Fax No 08532-251019.

vi) The pre-qualification bid will be opened first and there after the financial bid may be accessed by the only those pre-qualified bidders on payment of tender processing fee. The financial bid will be opened subjected to the conditions that electronic EMD payment is confirmed in the E- Tender portal.

vii) 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.

viii) If the agency fails to complete atleast 90% of the work entrusted in a single closure period he is not entitled for payment of weightage considered in schedule-B as per SR.

ix) Payment of running bills will be made minus the weightage and on satisfying above condition No VIII, payment for weightage will be released.

x) Corrigendum will be published in website for all modifications/correction if any. xi) 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 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

Page 18: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

the Nigam and no claim whatsoever relating to non availability of land would be entertained.

xii) The contractor should mention their recent correct postal address and e-mail address in the declaration form.

xiii) Incomplete tender documents will be rejected. xiv) All materials like steel, cement etc., required for the above work should be

procured by the contractor only. xv) The contractors shall send the authorization letter for their representatives duly

attesting their signature. xvi) Maintenance period or the defect liability period for this work is 24 months from

the date of completion of work xvii) As per the Karnataka building and other construction workers welfare cess act

1996 , 1% of the bill amount will be deducted from the bills xviii) Tenders will be opened on the due date in presence of the contractor or their

authorized agents. xix) The contractors should adhere to the accepted action plan submitted by him

under any circumstances with out linking to the pending payment of the work xx) Typo-graphical errors if any will not be the ground for any claims by the

contractor xxi) Tendering by Joint Venture is not allowed xxii) The work shall be tackled and completed during 2011 Canal closure. xxiii) The contractor should furnish the name of the indivisual/firm with address and

telephone Nos with place of registration, year of incorporation etc.

Sd/- Executive Engineer No.5 Canal Division, Yermarus camp.

Volume: 11.5 Office of the Executive Engineer, KNNL, GLBC Division, No.1 Ghataprabha

Tender Notification No./KNNL/GLBC-1/PBC/TND/Lining & road works/2011-12/451 Dtd:19-5-2011

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 (16) which costs more than one crore Two cover system of tendering is adopted & work in Sl. No. (17) to (29) which costs less than one crore Single cover system of tendering is adopted

Page 19: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

2. The contractors can request for E-tendering documents from 19.5.2011 to 7.6.2011 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 7.6.2011 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 19.5.2011 to 7.6.2011

6. Details and tender documents may be downloaded from 19.5.2011 to 7.6.2011 upto 16.00 hrs.

7. Filled bids may be submitted through E-portal from 19.5.2011 to 7.6.2011 upto 16.00 hrs.

8. Last Date & Time for Tender Queries/Clarification is 4.6.2011 upto 16.00 hrs. 9. For works in Sl. No. (1) to (16), 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(16) & Financial Bid for works in Sl. No.(17) to (29)] is on 10.6.2011 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 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)

1829 113.12 1.132 Class-I & above.

6 months (Excluding Irrigation Period)

2 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)

1825 110.34 1.104 Class-I & above.

6 months (Excluding Irrigation Period)

Page 20: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

3 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)

1823 136.97 1.370 Class-I & above.

6 months (Excluding Irrigation Period)

4

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)

1822 141.72 1.418 Class-I & above.

6 months (Excluding Irrigation Period)

5 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)

1817 136.45 1.365 Class-I & above.

6 months (Excluding Irrigation Period)

6 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)

1811 175.53 1.756 Class-I & above.

8 months (Excluding Irrigation Period)

7 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)

1810 106.58 1.066 Class-I & above.

6 months (Excluding Irrigation Period)

8 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).

1985 189.73 1.898 Class-I & above.

8 months (Excluding Irrigation Period)

9 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).

1987 195.92 1.960 Class-I & above.

8 months (Excluding Irrigation Period)

10 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).

1984

142.29 1.423

Class-I & above.

6 months (Excluding Irrigation Period)

11 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).

1992 197.25 1.973

Class-I & above.

8 months (Excluding Irrigation Period)

Page 21: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

12 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).

1994 141.35 1.414

Class-I & above.

6 months (Excluding Irrigation Period)

13 Providing CC lining to Km no 1,2,3,4,5,6,7 & 8 of Dharmatti DY (including CD works) ( Package-14).

1995 158.98 1.590

Class-I & above.

6 months (Excluding Irrigation Period)

14 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).

1996 140.44 1.405

Class-I & above.

6 months (Excluding Irrigation Period)

15

Providing lining to KM No 0+000 to 4+000 of Singalapur Distributory (including CD works) (I-Package No-1) (5th Call)

842 116.11

1.162 Class-I & above.

10 Months (Excluding Irrigation period)

16 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 (5th Call)

1157 100.39 1.005 Class-I & above.

10 Months (Excluding Irrigation period)

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 2009-10/2010-11.

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 Tender For 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 works

1) Excavator (Hitachi or JCB) : 1Nos.

Page 22: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

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 or for

work in Sl. No.(15) Rs:30.00 lakhs of 2(two) works , for works in Sl. No.(16), (20)

,(21)& (22) Rs:25.00 lakhs of 2(two) works, for works in Sl. No (18) & (19) Rs:

20.00 lakhs of 2(two) works, for works in Sl. No.(23) 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.

Page 23: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

Volume: 11.6 Office of the Executive Engineer,KNNL,MRBCC Division No-1,Nargund.

No. KNNL/ MRBC-1 / PB-1/ 11-12 /332 / Dt 30-05-2011 SHORT TERM E-PROCRUMENT TENDER NOTIFICATION

Short term percentage tender is invited from eligible contractors registered with

KNNL/ KPWD Category III and Above, through e-procurement portal website www.eproc.Karnataka.gov.in/eportal/index.seam for CONSTRUCTION OF DIVERSION CHANNEL AND PROTECTION WORKS FOR SMOOTH DISCHARGE OF FLOOD WATERS IN BENNIHALLA TO AVOID EROSION OF BANKS OF AMARGOL VILLAGE, NAVALAGUNDA,TQ DHARWAD DISTRICT. The approximate estimated cost of work is Rs. 239.5 lakhs.

Tender Number:- knnl/2011-2012/FP/work _2424 Last Date & Time for Tender Queries/Clarifications 10-06-2011-up to 17:00 hours.

1) Last Date & Time for receipt of tenders _13-06-2011- up to 16:00 hours. 2) Date of technical bid opening 16-06-2011 –at 11.00 hours. 3) Date of financial bid opening 22-06-2011 4) Further information can be had from the undersigned during the office hours on

telephone: 08377-264236 and H.P company helpline 080-22485867.

Sd/- Executive Engineer

KNNL, MRBCC Division No-1 Nargund

Volume: 11.7

Office of the Executive Engineer, Karnataka Neeravari Nigam Limited, No.4 BRLBC Division, Bhadravathi.

No: EE/No. 4/ KNNL, BDVT/PB-4/ Hucharayanakere / Notification / 2011-12 :

712/9 Date:-28-5-2011

DRAFT SHORT TERM TENDER NOTIFICATION (THROUGH E-PROCUREMENT PORTAL ONLY )

Short term percentage tenders are invited from eligible tenderers, for the work

mentioned below, (as per K.T.P.P.Act.2000) on behalf of Managing Director, KNNL,

Bangalore. The tenderers are required to submit tenders only through e-procurement

portal of Government of Karnataka (http://HYPERLINK

"http://www.eproc.karnataka.gov.in/"www.eproc.karnataka.gov.in)

Page 24: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

TABEL SHOWING THE DETAILS OF THE WORK PUT TO TENDER UNDER E-PROCUREMENT PORTAL.

(Rs. In lakhs)

Sl No

Name of work Amount put to tender

EMD

Tender Process ing Fee (Non

returns)

Stipulated period for completion of work

(excluding monsoon)

Eligible contractor

1 Improvements of waste weir Halla of Hucharayanakere tank (katte D/S Balagere tank)

95.35 0.96 As per Eprocurement

3 months

KPWD Class I& above & KNNL

Category III & above

Cover –I : -PRE -QUALIFICATION CONDITIONS :The contractor who intends to get pre-qualified for taking up the above work under KNNL, should submit through e-portal the details mentioned below along with requisition.

The tenderer who are qualified and enrolled in respective category in KNNL is exempted from the pre qualification and should submit a copy of the category certificate issued by Managing Director, K.N.N.L. The blank tender documents will be made open to those contractors who meet the pre-qualification criteria for taking up the aforesaid work. The information furnished by the contractor meeting with the prequalification conditions should be supported with relevant documents. Each of the said documents should be duly signed by the contractor as a token of genuinity and truthfulness of the documents. The documents without self attested signature of the contractor will not be considered for pre-qualification. Self attested copies of the documents of all details uploaded to the e-portal for pre-qualification along with the EMD & Performance Security in original should be submitted to the Executive Engineer on or before the date & time specified below in the present notification.

• The intending bidder should furnish the certificate of registration issued by State/ Centre/ Public Sector organization.

• The Contractor should furnish the name of the individual / firm with address & telephone No. with place of registration, year of incorporation etc.,

• 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.

• The bidder / firm/ company should have an annual financial turn over of more than the amount put to tender of in any one year during the last five years, reckoned back from 2009-10, duly updating the Annual Financial turnover at 10% per annum.

• Latest copies of Income tax certificates(2009-10) shall be enclosed.

• The intending bidder/ firm/company in the last 5 years reckoned back from 2009-10 should have satisfactorily completed at least one work of similar type of single work with costing not less than the 50% of an amount put to tender ( to be reckoned as “competed” if 90% of the total contract value is executed. The value of completed work shall be updated to 2009-10 at 10% per annum)

Page 25: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

GENERAL:- The agency at the time of agreement should give a detailed execution plan and

weekly programme to complete the works in full manner in four months excluding monsoon without fail. This programme shall become a part of the contract agreement.

The works will be constantly monitored by the Executive Engineer and if there is any slippage in achieving the programme milestones weekly, a penalty/ liquidated damages as indicated in the agreement / tender document would be levied. However, these liquidated damages will be returned if the contractor makes good the shortfall in the subsequent weeks or complete the whole work before the stipulated date of completion. INSTRUCTIONS TO TENDERERS FOR PRE QUALIFICATION :- 1. The tenderer should submit the following under Cover-I

• A copy of the KNNL categorization certificate-I with its validity up to 31.03.2012.

• The requisite Earnest Money Deposit (EMD).

• Latest copy of the Income Tax return filled for the year 2009–10 mentioning the PAN and TAN Nos.

• Latest copy of sales tax clearance certificate for the year 2009-10.

• 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.

• Employees Provident Fund (EPF) Registration Certificate shall be enclosed OR

1) In respect of contractors who are not registered with the EPF (Employees Provident Fund) authorities, the contractor should produce an undertaking that, he shall, within 7 days of close of every month submit to the Executive Engineer a statement showing the recoveries of contribution in respect of employees employed or through him and shall also furnish such information as the Executive Engineer is required to furnish under the provision of the Scheme to the Commissioner, EPF .

2) However, having given an undertaking to this effect if the contractor does not furnish the information, the Nigam will deduct 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.

• Contractors should furnish machinery details by owning and deployed on lease/hire basis for the work duly attested by notary.

• The contractor should enclose a statement of works on hand in KNNL with their balance cost.

2. COVER –II shall contain the financial bid. The Cover –I (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 as mentioned for pre-qualification will be opened subject to the condition that the electronic EMD payment is confirmed in the e-tender portal and also performance security in original is produced to the Executive Engineer on or before the date and time of opening Technical Bid. 3. Issue and submission of Tender Documents. e - Tendering. Last date & time

for tender queries and clarification 10-06-2011 upto 5.00pm The contractors can request for e-tendering documents from 30-05-2011 to 13-06-2011 up to 4.00 pm in the web site http://eproc.karnataka.gov.in/ e-portal / index. seam link e–tender

Page 26: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

document on payment (non-refundable) of As per Eprocurement towards the transaction fee. While applying the contractors can pay the transaction fee in the e-procurement portal using payment modes -Credit card/Direct Debit/National electronic fund transfer (NEFT)/ over the counter (OTC) .

• Last date of Submission of tender through e-procurement will be on 13-06-2011 up to 4.00 pm.

• Cover – I (Technical Bid) will be opened on 16-06-2011 at 11.00 am

• Cover – II (Financial Bid) of qualified bidder will be opened on 18-06-2011 at 4.00 pm.

• The contractor should pay Rs. 0.96 lakhs the earnest money deposit (EMD) in the e – procurement portal using any of the payment modes such as (a) Credit card (b) Direct Debit (c) National Electronic Fund Transfer (NEFT) (d) Over the Counter (OTC). This will be maintained in the Government central pooling account at axis bank until the contract is closed.

• The necessary certificates/documents in support of eligibility criteria fulfilled as stipulated shall be scanned and attached to e-tender document. The original certificates/documents shall be produced before opening of tender containing technical bid for verification.

4. NOTES:

• The intending bidders are advised to visit the site of work, before submitting their tenders.

• If any of the dates mentioned above happened to be a general holiday, the next working day holds good.

c. The percentage shall be entered in figures & words clearly and visibly. d. Conditional tenders will be rejected. The Officer competent to accept the tenders

shall have the right of rejecting any or all the tenders without assigning any reason and will not be bound to accept the lowest tender.

e. The intending bidder should note that, if any of the lands either in part/parts or in whole required for the work is not acquired by the Nigam, it shall be responsibility of the bidder to take possession of such lands and start the work by consent of the land owners before commencement of the work at no extra cost to the Nigam and no claims/delays whatsoever relating to non-availability of land would be entertained

• The contractor should abide by the directions of Government towards recovery of 1% (or as modified by Government from time to time) cess from the contractors bill under the provision of building and other construction worker welfare Cess Act- 1996.

• The percentage quoted by the contractor and the incidental tender amount on the basis of percentage quoted must be inclusive of Sales Tax and any other duties, tax, etc.. The contractor is also required to pay quarry Fees, Royalties, octroi Dues levied by the State Government or any Local Body or Authority and ground rent if any, charged by the Executive Engineer for stacking materials. No extra payment on this account will be made to the contractor.

• If the percentage quoted by contractor for the work is below 90 percent of the amount put to tender then the successful contractors shall furnish an additional performance security in the form of Bank Guarantee for an amount equivalent to the difference between the cost as per quoted percentage and 90% of the amount put to tender. In case of contractor quoting percentage above 110% of the amount put to a tender, then the over and above 110 % of the

Page 27: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering

amount put to tender will be withheld during the progress of work. The additional performance security in the former case would be released if requested by the contractor only after satisfactory completion of maintenance period so certified by the Executive Engineer. The withheld amount of the later case will be released only after entire work contracted is fully completed and so certified by the Executive Engineer.

• Quality control results should be obtained by the contractor at his own cost.

• Corrigendum will be published in the web site for all modifications/corrections, if any.

• Further details and information about electronic tendering can be had from http://www.eproc.karnataka.gov.in link OR undersigned in all working days during Office hours on telephone No.:08282-271063.

Sd/- Executive Engineer,

KNNL,No.4 BRLBC Division, Bhadravathi.

PART B

Nil

PART C

Nil Volume –11 Web Site:- watarresources.kar.nic.in Email:- [email protected] [email protected]

(SYED NAEEMULLA SHA KHADRI) Deputy Secretary to Govt., (MMI) Water Resources Department

Page 28: Government of Karnataka Water Resources …waterresources.kar.nic.in/tender volume-11 dated 30 May 2011.pdfGovernment of Karnataka Water Resources Department ... Karnataka Engineering