government of karnataka water resources...

31
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.18 29 th August 2011 BANGALORE

Upload: others

Post on 25-Mar-2020

17 views

Category:

Documents


0 download

TRANSCRIPT

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.18

29th August 2011

BANGALORE

GOVERNMENT OF KARNATAKA WATER RESOURCES DEPARTMENT

No.WRD 06 MBI 2011 Dt:29/08/2011 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 Last week of August 2011. The details of the published Tender Notification may be obtained by the concerned Executive Engineers who has invited the respective Tenders. Volume.No.18 (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: 18.01

Office of the Executive Engineer, KBJNL, ARBC, Division Almatti Tq: B.Bagewadi Dist: Bijapur

No.KBJNL/ARBC-Dn/Dm/TND/RMLIS/2011-12/ :SHORT TERM TENDER NOTIFICATION:

(E-Procurement Portal Only) On behalf of the Managing Director, KBJNL, Bangalore/Almatti the Executive

Engineer,KBJNL,ARBC,Division Almatti the under signed invites percentage tenders from Class-I contractor registered and enrolled in Category-II and above of KBJNL select list of contractors for the works as detailed in the table below. The tenderers are required to submit and upload two separate sealed covers details one containing EMD with technical bid and with details as mentioned under instructions to the tenderers vide clause-I and other containing financial details of the tender which will be opened only if the tenderers is found to be qualified to execute the tendered work.

STATEMENT SHOWING THE DETAILS OF THE WORKS, AMOUNT PUT TO TENDER UNDER

( E- PROCUREMENT PORTAL) Sl.

No. Name of the work Approxim

ateAmount put to tender Rs,in

lakhs.

EMDRs,

in Lakhs.

Transaction Fees (only for tenderers who wish ticipate)

in Rs.

Stipulated period of completion of work

(including

mansoon)

Category of

Contractor

eligible.

1. 2 3 4 5 6 7

1. Construction of East Main Canal from Km 10.00 to 15.00 Km. of Ramathal LIS

(Marol) including structures.

600.00 9.00 7500 11 months IInd &

above

2. Construction of East Main Canal from Km. 15.00 to 20.00 Km.of Ramathal LIS

(Marol) including structures.

650.00 9.75 7500 11 months IInd &

above

INSTRUCTION TO TENDERERS:

1. COVER-I ( Technical bids ) shall contain the following documents. (i) A copy of the KBJNL, categorization certificate – IInd and above. (ii) The requisite Earnest Money Deposit in full electronic cash (iii) A copy of Income Tax return filed for the financial year 2009-10 mentioning PandTAN

Nos. (iv) Sales Tax Clearance Certificate for the financial year 2009-10. (v) Employment Provident Fund Registration Certificate.

2.1 COVER-II shall contain the financial bid. 2.1.1 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 mentioned at para 1.1 will be opened.

3. Issue and submission of e-tender documents: 3.1E-Tendering. 3.1.1Aspiring bidder who wish to under go training to e-tendering should submit their

request in writing to undersigned on or before 30-09-2011 and the training will be conducted for such contractor from 29-08-2011 @ 11.00 AM. At the centre for e- governance M.S. Building Bangalore.

3.1.2 The aspiring contractors who have not previously obtained the user ID and pass ward for participating in e-tendering may now obtain the same by requesting in writing to the Managing Director, KBJNL, Regd. Office Bangalore office on or before 30-09-2011.

3.1.3 The contractors can request for e-tendering document from.15-09-2011 to 01-10-2011in the web site http://eproc.karnataka.gov.in/e-portal/index seam link e-tender document on payment ( non refundable)of Rs.7500/5000 towards transaction fees. While applying the contractor can pay the transaction fee in the e-procurement portal using payment modes- credit cards/direct debit/National electronic fund transfer (NEFT)/ over the counter (OTC) on or before.01-10-2011. during before 5.00 PM.

3.1.4 The contractor can have access to e-tender documents from 15-09-2011 to 01-10-2011 up to 5.00 Pm.

3.1.5 Submission of completed e-tendering documents will from 15-09-2011 to 01-10-2011 up to 5.00 Pm.

3.1.6 Cover-I (Technical bid) will be opened in the Office of the Managing Director, KBJNL, Regd. Office Bangalore on 07-10-2011 @11.00 AM.

3.1.7 Cover-II (Financial bid) of qualified bidder will be opened in the Office of the Managing Director, KBJNL, Regd. Office Bangalore on 15-10-2011 @11.00 AM.

3.1.8 The contractor should pay the earnest money deposit (EMD) in e-procurement portal in any of payment such as a Credit card/Direct debit/National electronic fund transfer (NIFT) over the counter (OTC). The Technical bids of all bidders who have uploaded the tender along with all relevant documents will be considered in the technical evaluation. However prior to awarding of the work, the L-1 bidder would be asked to produce the original documents in support of the uploaded documents to enter into agreement. If the L-1 bidder does not produce the original documents for entering into a agreement, then his bid will be treated as non-responsive bid as per clause-26 (A) of the KTTP Rules. The names of the bidders who does not produce the original documents will be removed from select list of KBJNL, enrolment and barred from participation in any of the tenders to be invited by KBJNL, apart from forfeiting the EMD, paid through e-cash.

3.1.9 The necessary certificates/documents in support of pre-qualification criteria fulfilled as stipulated shall be scanned and attached to e-tender documents.

3.1.10 Further information about electronic tendering can be had from http:// eproc. Karn gov.in/ e- portal lines. Seam links.

4. Pre-qualification criteria: 4.1 During the time of technical evaluation, if the employer finds that any certification/

information furnished is false, such bidders will be disqualified and barred from participate in the bid.

4.2 If any bidder fails to satisfy the conditions mentioned at para 1.1 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 signature to the Schedule “B”

Before uploading the documents. 5.3 If any of the dates mentioned above happened to be a general holidays, the next working

day holds good.. 5.4 Further information can be had from the undersigned during office hours Ph.No.08426-

282541 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 /newspapers for all modifications/corrections if any.

5.7 The intending bidders should note that, if any of lands either in part/parts or in 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 the Nigam and no claim/delays whatsoever relating to on account of non availability of land would be entertained.

Sd/- Executive Engineer, KBJNL,ARBC,Division Almatti.

Volume: 18.02

OFFICE OF THE Executive Engineer, KNNL, HBC Division, Athani-591304

No./KNNL/HBC/PB/TND/Road/2011-12/1738 Dtd: 27.08.2011

SHORT TERM TENDER NOTIFICATION (Second call) (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 Class-I and above contractors enrolled under KNNL/ Class-I PWD contractors. 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 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 Shirhatti to Kokatnur road from Km. 0.00 to 5.50

103.84 1.04 5000/- Class-I & above.

9 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 15.09.2011 3. Last date and time for clarification/ Queries is on dated 19.09.2011 upto 17=00 hours 4. Last date and time for submission of filled bids through e-portal 24.09.2011 upto 16=00

hours. 5. Opening of technical bid is on 29.09.2011 at E.E. HBC Division at Athani 11=00 AM 6. Opening of financial bid is on 10.10.2011 at E.E. HBC Division at Athani 11=00 AM 7. The following certificates shall be scanned and attached to e-procurement tender along

with technical bid (Cover 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. In respect of the contractor

who have not registered with the EPF authorities the contractor should produce an undertaking that he shall within seven days of closing of every month submit to the Executive Engineer, a statement showing the recoveries of contribution inrespect of employees employed or through him and shall also furnish such information as the

Executive Engineer is required to furnish the under the provision of scheme to the Commissioner, EPF

However having given an undertaking to this effect if the contractor does not furnish the information the Nigam will deduct the necessary amount from the amount due to the contractor. Not withstanding the above, the contractor will be liable for any consequential penalty/damages levied by the EPF authorities.

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 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)

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) 20/30 TPH or higher capacity HOT mix plant – 1 No. b) Mechanical sprayer 1 No. c) Mechanical paver finisher 1 No. d) Static road rollers 1 No. e) Tippers 2 Nos.

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 contractor should attach his/her scanned signature to the Schedule 'B' before

submitting. 13. 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.

14. If any of the dates mentioned above happens to be a general holiday, the next working day will be holds good.

15. The officer competent to accept the tender shall have the right to reject any or all the tenders without assigning any reason whatsoever.

16. 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: 18.03

Office of the Executive Engineer, KBJNL.NRBC.Divn.No.4,Chikkahonnakuni, Tq: Deodurga

No. KBJNL/NRBC/D-4/PB-1/ABC TND/2011-12/351 DATE:26/08/2011

SHORT TERM RE-TENDER NOTIFICATION

(ONLY THROUGH ELECTRONIC TENDER SYSTEM)

1) On behalf of the Managing Director, KBJNL, Bengaluru, the Executive Engineer KBJNL.

NRBC. Division No.4, Chikkahonnakuni Tq: Devadurga invites the percentage tender from

Category-II & above Registered Contractors of KBJNL category-I for the work under Sl.No.1

and Category-II & above for the works under Sl.No.2 & 3 for the works enlisted below. The

tenderers are required to submit the tenders in two separate Forms i.e., one containing the

details of EMD and other particulars, under instructions to the tenderer vide clause 1.1.

The other Form containing financial bid details of tender as per clause 1.20 (The blank

tenders can be obtained through website www.eproc.karnataka.gov.in and can be

submitted through electronic tender box)

Sl. No.

Name of work.

Est. cost put to tender ( in Lakhs)

EMD ( in

Lakhs)

Transact-ion fee (in )

Stipulated period for completion of work

(including monsoon).

Class of contract

1 1 2 3 4 5 6 7

1

Construction of Arakera Branch canal of Distry No. 9(A) of NRBC from 0.00 to 11.00 Km including lining and structures

1768.00 17.68

As per E-procurement Portal

12 months Category

I

2

Construction of RCC Aqueduct on Arakera Branch canal of Distry No. 9(A) of NRBC from 11.00 to 12.180 Km including canal works. (11.18 to 12.18 Aqueduct Portion)

432.50 4.33

As per E-procurement Portal

12 months Category

II & Above

3

Construction of Arakera Branch canal of Distry No. 9(A) of NRBC from 12.180 to 22.970 Km including lining and structures

968.00 9.68

As per E-procurement Portal

12 months Category

II & Above

INSTRUCTIONS TO TENDERS: Clause-1, THE TENDER SHOULD BE SUBMITTED IN TWO FORMS. 1.2 FORM-I (Technical bid) shall contain the following documents. i) A copy of Registration certificate of Category enrolment with validity.

ii) The EMD amount accessed only through Electronic Cash. iii) Copy of the Latest Income Tax returns mentioning the PAN and TAN Nos.

iv) Copy of Latest Sales Tax clearance Certificate. v) Intending Tenderers who participates should compulsorily Registered with the EPF

authority.

vi) The pre-qualification criteria for all the three works can be had from e-procurement of respective tenders.

vii) 5 years financial turn over of 35 Crores for Sl.No.1 & 20 Crores for Sl.No.3 and for the past two year financial turn over should be 50% of the amount put to tender.

viii) The intending Bidder should also furnish the list of works on hand with all details such as bid cost, date of entrustment, stipulated date of completion, actual date of completion, completed cost of works.

EXTRA CONDITIONS FOR RCC AQUEADUCT: a) The intending bidder should have satisfactorily completed one similar type of work (i.e.,

RCC Aqueduct) costing not less than 60% of the amount put to tender during last 5 years reckoned back from 2010-11. The certificate should be issued by an officer not below the rank of Executive Engineer of the concerned Division/equivalent officer and countersigned by the SE of the concerned circle/next higher officer.

b) The bidder should have achieved a minimum financial turn over of 80% of the amount put to tender in any two calendar years during the last 5 years reckoned back from 2010-11 duly updating the financial turn over at 10% per annum. Audited balance sheet certified by practicing Chartered Accountant along with copies of IT returns filed for the indicated above shall be furnished.

c) The bidder should have executed the Aqueduct with pier height not less than 75% height of aqueduct measured from the ground level.

d) Specifications should make it mandatory use of batching plant and transit mixers. 1.2. FORM-II: Shall contain the financial bid, i.e. Schedule “B”. 2 COVER-I: Technical Bid will be opened first and thereafter Cover-II (Financial Bid) of only those Bidders who fulfills the pre-qualification criteria and other conditions as mentioned at Para 1.1 will be opened. 3. Issue and submission of Completed tender documents, will be as under. 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, IInd Gate, Ist floor, Bengaluru during office hours.

3.1.2. Contractors can request for e-tendering documents in the website http:/www.eproc. karnataka.gov.in/e-portal/index, seam link e-tender document on payment (not refundable) of necessary towards the transaction fee. While applying, the contractor can pay the transaction fee in the e-procurement portal using payment modes 1) Credit card/National electronic fund transfer (NEFT)/over the counter (OTC) from 29-08-2011 to 03-09-2011 from 10.00 am to 5.00 pm.

3.1.3. Submission of completed e-tendering document will be up to 08-09-2011 upto 5.00 PM. 3.1.4. Form-I (Cover-I) Technical Bid will be opened in the office of the Managing Director,

KBJNL, Bengaluru on 12-09-2011 @ 11.00 AM. 3.1.5. FORM-II (Financial Bid) will be opened electronically in the office of the Chief engineer

Canal zone-1, Bheemarayanagudi on 14-09-2011 at 11.00 AM. 3.1.6. The necessary certificates/documents in support of fulfilling Clause 1.1 as stipulated

shall be scanned and attached to e-tender document. Scanned signature of the bidder/authorized representatives of the bidder shall be attached while uploading the bid document. The bidder should produce the Original documents before awarding of the work. The lowest bidder will be asked to produce the original document before awarding of the work. If the Ist lowest bidder doesn’t produce the original documents for entering into the Agreement, then his bid is treated as non responsive bid as per Clause-26 (a) of

KTTP Rules. The Name of the lowest Bidder who doesn’t produce the original documents would be removed from the select list of KBJNL enrolment and barred from the participation in any of the Tenders to be invited by the KBJNL, apart from forfeiting the EMD paid through e-cash.

3.1.7.Further information about electronic tendering can be had from http//eproc.karnataka.gov.in/e-portal/lines.seam.

3.1.8.During the time of technical evaluation, if the employer finds that any certificate(s)/information furnished is false, such bidders will be disqualified and barred from participation in the bid.

3.1.9 If any bidder fails to satisfy the conditions, such bids shall be rejected 4 NOTES:- 4.1.The intending bidders are advised to visit the site of work before submitting their tenders. 4.2.The contractor/authorized signatory should attach his/her scanned signature to the

Schedule-B before uploading the documents. 4.3.If any of the dates mentioned above happened to be a general holiday, the next working

day holds good. 4.4.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.

4.5 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.

4.6 1% of Labour Cess as per provision of building and the construction works welfare act 1996 will recover from each running bill of the contract.

4.7 The representative of the contractor who will attend for opening of tender should bring the authorization letter from the concerned contractor.

5 The Contractor should abide by the directions of the Government towards recovery of 1%(or as modified by the Govt., from time to time) Cess from the Contractor Bill under the provision of Building and other construction workers welfare cess act of 1986. The intending bidders should visit the site of work before applying the tenders. For any clarification regarding the tenders please Contact http://eproc.karnataka.gov.in or office of the undersigned during office hours on working days.

Sd/- Executive Engineer,

KBJNL, NRBC, Division No.4, CHIKKAHONNAKUNI-584111.

Volume: 18.04

Office of the Executive Engineer, KNNL, GRBCC Divn.4, Chikodi. No: KNNL/GRBCC-4 Ckd/PB-1/Tender/1 Road/2011-12/ 1467

dtd: 23-08-2011

TENDER NOTIFICATION (Through E-Procurement only)

Percentage tenders (Two Cover System) through e-procurement platform are invited by

the Executive Engineer, KNNL, GRBCC Division No. 4, Chikodi 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 Contractors. 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

Work Indent

No. in e-

portal

Approximate

amount put to

tender in

Rs.

EMD

in Rs.

Eligible

Class of

Contractor

(KPWD)

Stipulated

period for

completion

(including

monsoon)

1

Improvement to the Road from

Ingali village to Kusanal village

Road in Chikodi taluka

KNNL/ 2011-

12/RD/ WORK_

INDENT 2453

11336996.43 113400/

- Class-I

6 (Six)

months

Note : 1. The contractors can request for e-tendering documents from 23-08-2011 to 24-

09-2011 upto 16.00 hours on payment of Tender Processing fee(non refundable) as per the e-procurement portal norms. While applying the contractors can pay the Processing fee (as per e-procurement norms) in the e-procurement portal using modes-1 credit card/ direct debit/ National Electronic Fund Transfer (NEFT)/ Over the counter (OTC)

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

3. 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.

4. 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 department shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches.

5. Calendar events are as follows : i) Last date for Queries/Clarifications for tenders : 23-09-2011 upto 17.00 hours. ii) Details and tender documents may be downloaded from 23-08-2011 to 24-09-2011 upto 16.00 hours. iii) Filled bids may be submitted through e-portal from 23-08-2011 to 24-09-2011upto 16.00

hours. iv) Date of opening of Tenders : a) Technical Bid : on 30-09-2011 at 11.00 hours onwards in the office of the Executive

Engineer, KNNL, GRBCC Divn.No.4 Chikodi through e-portal. b) Financial Bid : on 07-10-2011 at 11.00 hours onwards or the date will be intimated

separately in the office of the Executive Engineer, KNNL, GRBCC Divn.No.4 Chikodi through e-portal (Financial Bid will be opened only after getting approval to the technical bid by the competent authority).

6. The following certificates shall be scanned and attached to e-procurement tender along with bid.

i) Karnataka Sales Tax (VAT) Registration Certificate. ii) Sale Tax clearance certificate of financial year 2010-11 iii) Contractors Registration Certificate . iv) Employees Provident Fund (EPF) registration certificate v) Last month paid Challan of Employees Provident Fund (EPF).

vi) PERFORMANCE CERTIFICATE : “Bidders for the works who have alreadyexecutedthe 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”

7. Tenders in respect of the said work should be submitted in two sections (Two cover system). The first section is “Financial Bid” and the second Section is “Technical bid”. The First Section should be indicate the percentage rate of offered by the contractor. The Second Section of the tender (Technical Bid) should contain the scanned documents, the eligibility requirements of the bidders, the prescribed EMD and the conditions, stipulations, if any, proposed by the bidders. Section – II (Technical bid) will be opened first and evaluated. Financial Bid will be opened only if bidder satisfies the stipulated eligibility requirements, and found eligible in the evaluation report of Section- II. Conditional tenders are liable to be rejected

8. The intending contractors should note that, if any of the lands (either in part / parts as

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 Nigam and no

claims what so ever relating to non-availability of land would be entertained.

9. The Contractor has to enroll the name of labourers employed by him for the said work in Taluka Labour welfare office Chikodi and to provide sufficient insurance facilities.

10. Total cost of work on hand in KNNL with one Contractor should not exceed Rs. 20.00 crores excluding the cost of any major works like dam, barrage, lift irrigations, gates etc.,

11. Cess of 1% on expenditure will be deducted in the bill. 12. The competent authority reserves the right to accept or reject any or all the tenders

without assigning any reasons

13. If any of the dates mentioned above happens to be a general holiday, the next working day will be holds good.

14. The tenderer shall scan & upload all the original documents required for this bid(mentioned at Note Sl.No. 5 above) to the e-procurement portal (Technical Bid). The Original Documents shall be produced for physical verification when asked by the department.

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. 08338 - 272485).

16. Corrigendum/Addendum will be published in the e-procurement website for all modifications / corrections if any.Other conditions are as published in e-procurement portal.

Sd/- Executive Engineer, KNNL GRBCC Divn.No.4 Chikodi

Volume: 18.05

Office of the Executive Engineer, Karnataka Neeravari Nigam Limited, Upper Tunga

Project Division, Shimoga

No: EE/UTPDN/SMG/KNNL/PB-2/TENDER NOTIFICATION NO. 16/2011-12/ Date:23 - 08 -2011

TENDER NOTIFICATION NO. 16 /2011-12 Date:23 - 08 -2011 SHORT TERM PERCENTAGE TENDER NOTIFICATION

(E-PROCUREMENT SYSTEM) Short term percentage tenders are invited from eligible tenderers, for the work detailed 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://www.eproc.karnataka.gov.in) Tenders shall be offered through e-Procurement system only and will be in two cover system for the works amount put to tender is more than 50.00 lakhs, namely technical bid and financial bid. The tenderers are required to submit two bids i.e., technical bid containing the details of EMD and the particulars under instructions to the tenderers vide Cover-I and financial details of tenders as per Cover-II and for the works amount put to tender is less then 50 lakhs only single cover namely financial bid with all details of EMD and all particulars under individually given for cover I and cover II. The “contractor” herein means either an individual contractor or a firm or a company. Joint venture of any type is not allowed. The blank tender documents can be obtained through website and can be submitted through (http://www.eproc.karnataka.gov.in) electronic tender.

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

(Rs.in lakhs)

Sl No

Name of work Total No. of works

Amount put to tender Rs.

EMD Rs.

Tender Process ing Fee (Non

returns) Rs.

Stipulated period for completion of work

(including monsoon)

Eligible contractor

1 Construction and improvements of Samudaya Bhavan, Concrete roads and drainages, approach roads to S.C. colony under S.C.P.(Special component programme) in villages Pandomatti, Maralahatti, Gandiganahankalu, Rajagondanahalli, Chikka hulikere in Davanagere District, Channagiri Taluk, (UBLIS), Package-01

07 153.57 1.54 As per E-procure ment

3 months KPWD Class-I & KNNL Cat-

III & above

2 Construction and improvements of Samudaya Bhavan, Concrete roads and drainages, approach roads to S.C. colony under S.C.P.(Special component programme) in villages Machanaiknahalli, Beedagondanahalli Sanna Tanda, Kaggi, Roppadahatti, Masanikere, Medagondanahalli, Maravangi, Halakanala, Kalkere,

14 166.51 1.67 As per E-procure ment

3 months KPWD Class-I & KNNL Cat-

III & above

Gangondanahalli, Durvikere Davanagere District, Channagiri Taluk, (UBLIS), Package-02

3 Construction and improvements of Samudaya Bhavan, Concrete roads and drainages, approach roads to S.C. colony under S.C.P.(Special component programme) in villages K.Gamadakatte, Gopenhal, Muddenahalli, Diggenhalli, Malligere, Thippagondanhalli, Gandhinagar in Davanagere District, Channagiri Taluk, (UBLIS), Package-03

12 154.56 1.55 As per E-procure ment

3 months KPWD Class-I & KNNL Cat-

III & above

4 Construction and improvements of Samudaya Bhavan, Concrete roads and drainages, approach roads to S.C. colony under S.C.P.(Special component programme) in villages Hebbalgere, Bussenahalli, Shettihalli, Bekikere, Garaga, V.Bannihatti, Gullalli, Madapura, Hodigere, Yaragattihalli, in Davangere District, Channagiri Taluk, (UBLIS), Package-04

12 158.51 1.59 As per E-procure ment

3 months KPWD Class-I & KNNL Cat-

III & above

5 Construction and improvements of Samudaya Bhavan, Concrete roads and drainages, approach roads to S.C. colony under T.S.P.(Tribes of Special component programme) in villages K.Ganadakatte, Hebbalgere, Malligere, Agarabannihatti, Garaga, Rajgondanhalli, malhal, Goppenhalli, Vadnal, Gangondanahalli, Ajjihalli, Bannihatti in Davangere District, Channagiri Taluk, (UBLIS), Package-05

15 149.11 1.50 As per E-procure ment

3 months KPWD Class-I & KNNL Cat-

III & above

6 Construction and improvements of Roads and Drinage under S.C.P.(Special component programme) in Bedarahosalli and Bullapura Village in Shivamogga Taluk, Shivamogga District (Under Upper Tunga Project) Package-01

02 21.56 0.22 As per Eprocurement

3 months Class-II & above

7 Construction of LIS at Holehatti from Tungabhadra River in Shivamogga taluk, Shivamogga District under T.S.P.(Under Upper Tunga Project) bearing Sy.No. 97 to feed 54.00 acres.

01 11.96 0.18 As per Eprocurement

3 months Class-II & above

CALENDAR OF EVENTS:

1.Requisition for tender documents and submission of completed tenders

Dtd.:05.09.2011 from 15.09.2011 up to 5.00 PM Dtd.:05.09.2011 from 15.09.2011upto 5.00 PM

2.Last date and time for tender queries 14.09.2011 up to 5.00 PM 3.Opening of Technical bid Dtd.:19.09.2011 @ 11.00 A M in respect of

bidders whole EMD has been confirmed on e-tendering platform.

4.Opening of Financial bid Qualified bids will be opened on Dtd.:20.09.2011@ 1100 AM.

The contractor can request for e-tender documents in the website http//www.eproc.karnataka.gov.in/e-portal/index.seam link e-tender document on payment (non-fefundable) as per e-procurement portal using payment modes such as Credit cards/Direct debit/National Electronic Fund Transfer (NEFT)/Over the counter (OTC) on or before above mentioned date. INSTRUCTIONS TO TENDERERS The tenderer shall be offered through e-procurement system only and shall be in two cover system. COVER-I: (a)For K.P.W.D. Class-I contractors only:Technical bid– shall contain the followingdocuments, with self attested signature of the contractor, the documents without self attested signature of the contractor will not be considered to pre-qualification.

i) Certificate of registration (KPWD)State/Category certificate issued by M.D. K.N.N.L., registration with validity.

ii) Each tenderer must pay specified full EMD in the e-proc platform only through any of the payment modes such as Credit Card/Debit Card/NEFT/OTC.

Tenders without valid EMD shall be rejected. iii) Copy of the PAN, Tin & VAT certificate. iv) Latest copy of Income-Tax clearance certificate. v) EPF registration Certificate. vi) Scanned signature of the bidder/authorized representative in case of a firm or company, to be attached which uploading the bid documents. Also in case of authorized representative, scanned copy of power of attorney should be uploaded and original should be produced at the time of opening of tender.

vii) The tenderer in his name should have in the last three years reckoned from 2009-10. a) Achieved in at least two financial years minimum financial turnover of more than

the tender amount put to tender (the financial turnover shall be certified by the registered Chartered Accountant.

b) Satisfactorily completed as prime contractor at least one similar work of value not less than 50% of the amount put to tender (work done certificate should be obtained from competent authority not below the rank of Executive Engineer).

viii) Each of the documents uploaded to the e-portal should be attested by a Notary. ix) Contractors should furnish machinery details by owning and deployed on lease/hire basis

for the work duly attested by notary. x) The contractors should enclose a statement of works as hand in KNNL with their

balance cost. (b) For KNNL category contractors only:

i) Certificate of registration (KPWD)State/Category certificate issued by M.D. K.N.N.L., registration with validity.

ii) Each tenderer must pay specified full EMD in the e-proc platform only through any of the payment modes such as Credit Card/Debit Card/NEFT/OTC. Tenders without valid EMD shall be rejected.

iii) Scanned signature of the bidder/authorized representative in case of a firm or company, to be attached which uploading the bid documents. Also in case of authorized representative, scanned copy of power of attorney should be uploaded and original should be produced at the time of opening of tender.

COVER-II: Shall contain the financial bid.Cover-II (Financial bids) of all the participated bidders who satisfy the tender stipulations based on the uploaded documents only will be opened. The lowest bidder (L-1) should produce all the original documents for verification before awarding of the work. In case the lowest bidder fails to produce the original documents for entering into on agreement or the original documents submitted does not match with the uploaded documents or found false, then his bid is treated as non-responsive bid as per clause-26(4) of the KTPP rules & his name would be removal from the select list of KNNL enrolment and barred from participation in any of the tenders invited by the KNNL. Therefore apart from forfeiting the EMD paid through e-cash. NOTES: a. The intending bidders are advised to visit the site of work, before submitting their tenders. b. 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. The contractor participated in tenders and withdrawn from tender process, amount

deposited through e-payment shall forfeited to K.N.N.L. The Nigam is also at liberty to take any other penal action as it deems fit against such contractor.

e. 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 and whatsoever.

f. 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.

g. 1% Cess towards Building and other construction workers welfare Act 1996 will be recovered from each running bill of the contractor.

h. 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 stocking materials. No extra payment on this account will be made to the contractor.

i. Quality control results should be obtained by the contractor at his own cost. Requisition should be through construction engineers.

j. Corrigendum will be published in the web site for all modifications/corrections, if any. This website http://www.eproc. karnataka.gov.in

k. During the time of technical evaluation, if the employer finds that any certificate/information furnished through e-procurement is false, such bidders will be disqualified and barred from participating in the bid.

l. 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.:08182-257189.

m. The tenders is required to ensure browser compatibility of the computer well in advance until the last date and time for receipt of tenders. The department shall not be responsible for non-accessibility of completed tender documents due to internet connectivity issues and technical glitches.

Sd/- Executive Engineer,

KNNL,U.T.P., Division,

Volume: 18.06

OFFICE OF THE, Executive Engineer, KNNL, R & R Division No-2, Hippargi. Tq-Jamkhandi, Dist-Bagalkot.

No:KNN/R&R/D-2/PB/TND/HH Rd./Box Culvert/16/2011-12/700, Dated:24–08–2011. TENDER NOTIFICATION (FOURTH CALL)

(Through E-Procurment only) Electronic percentage tender through e-procurement platform are invited by the

Executive Engineer, Division No.2 Hipparagi on behalf of the Managing Director 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/Class-I PWD contractors. The Class-I contractors are expected to apply in two cover system. (as per KTPP act 2000) consisting of technical bid (Cover No-II) and financial bid (Cover No-I). The blank tender documentscan 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) Construction of Box Culvert at Ch:6+730, Ch:9+930 & Ch:10+240 of Hunnur-Hipparagi Road.

KNNL/2011-12/BR/ WORK_INDENT2413/CALL-4

97.32 0.98 5000/- Class-I & above

09 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 tender is publishing through e-portal on dated : 27-08-2011. 4) Last date and time for clarification/Queries is on dated : 30-08-2011 up to 17-00 hours.

Last date and time for submission of filled bids through e-portal 03-09-2011 upto 16-00 hours.

6) Opening of technical bid is on 06-09-2011 at EE,R&R,Division No.2 at Hipparagi 11-00 am.

7) Opening of financial bid is on 13-09-2011 at EE,R&R,DivisionNo.2 Hipparagi at 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 Registration and 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 with an attested photocopy of all the documents at the time of opening of Technical Bid for verification without fail.

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 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.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: 18.07

Executive Engineer, KBJNL.NLBC Division, Huasagi No.KBJNL/NLBCD/PB-1/2010-11/485 Date:-25-07-2011

TENDER NOTIFICATION (Through e-procurement portal only)

On behalf of the Managing Director, KBJNL, Bengalooru, the Executive Engineer,

KBJNL, NLBC Division ,Hunasagi invites tender from eligible tenderers ( class-I civil

contractors registered in KPWD/MOSRT&H approved firms) who fulfill the pre-

qualification criteria for below mentioned works. The two cover tender procedure as per

rule 28 of KTPP act may be followed. The tenderers are required to submit two separate

sealed covers, the First Cover containing EMD and the details of their capability to

undertake the tender (as detailed in Instruction to Tenderers Clause 1 and 4), which will

be opened first and the Second Cover containing the price bid will be opened only if the

tenderer is found to be qualified to execute the tendered work. The tenderers are advised

to note the minimum qualification criteria specified in Clause 4 of the instruction to

tenderers to qualify for the award of the work. Table showing details of work put to tender

is as under:

(in Rupees.)

Note: 1. The contractor can access e-tender form (tender document) by making payment of Rs.

11250.00 towards cost of the tender form including all taxes either through e-payment which will be available in the KBJNL web site link e-tender.

2. a) The contractor can request e-tender form 23-08-2011 to 06-09--2011 Up to 1.00 PM KBJNL Website www.kbjnl.com link e-tender.

b) The e-tender / Manual tender document will be issued only after receipt of tender cost from 26-08-2011 to up to 5.00 PM.

3). Date of submission completed e-tender/.manual tender document is from 26-08-2011 to 05-09-2011 during office hours and on 05-09-2011 up to 5.00 PM,

4.) The tenders will be opened in the office of the The Managing Director KBJNL Registered Office, IIIrd floor, PWD Annexe building K.R. Circle Bangalore on 09-09-2011 at 11.00 AM.

5). EMD should be in the form of DD or Banker Cheque /Bank Guarantee of Nationalized or Scheduled Bank drawn in favour of The Chief Engineer, KBJNL O&M Zone Narayanpur-585 219 Tq: Shorapur, Dist:Yadgiri payable at SBH Narayanpur. Tender received without valid EMD shall be rejected. The validity of EMD shall be for a period 180 (One hundred eight) days from the date of opening of tender.The financial bid opening on 13-09-2011.Pre-qualification conditions. i) The bidder should have executed similar nature of work costing not less than the amount put tender in the last three years.

ii) The bidder should have 100% financial turnover in any of the previous three years

Sl. No

Name of work Approximate amount put to tender Rupees in Lakhs

Earnest Money Deposit In Rupees

Transaction fee (Only for

the tenderers who wish to participate)

Stipulated period for

completion of work

(including mansoon)

1 Rehabilitation and Maintenance of Mall-Hunasagi Road from Km 0.00 to 6.35 Km

412=50 4,12,500

/-

As per e-procurement portal.

10 months

2 Rehabilitation and Maintenance of Narayanpura-Lingasugur Road from KM 0.00 to 31.50

1770=00

17,70,000/-

As per e-procurement portal.

18 months

6) In case of e-tendering the Pre-qualification documents and EMD shall be scanned and attached to the e-tender document and original EMD document shall be submitted in person to Chief Engineer, KBJNL O&M Zone Narayanpur Tq: Shorapur, Dist:Yadgiri on , or Before tender opening: At The Office of the Managing Director KBJNL Registered Office, IIIrd fooor, PWD Annexe Building K.R. Circle Bangalore.

7). Two covers system. (a)The first cover shall contain the required EMD (Earnest Money Deposit) and copies of qualifying documents.

(b) The second cover shall contain price bid such that the contractor shall seal the completed original and duplicate tender documents in separate covers and then place them in single cover duly sealed.

(c)The cover containing EMD along with pre-qualification details will be opened first and the second cover containing the price bid documents will be opened only if the pre-qualification details are in order.

8)The contractor should attach his/ her scanned signature to schedule-B before submission, who intended to participate through web-site.

9).Contractors may submit the application for blank tender documents through post or courier. The blank tender documents will also be sent though post or courier. And the competed documents can also be submitted by post or courier provided that KBJNL shall not be responsible for any postal or courier delays and accidental opening of the covers, The intending contractor shall pay Rs.200/ towards postal charges is the form of D.D. or bankers cheque in favour of the undersigned payable at SBH Narayanpur Branch.

10). Latest copy of EPF return’s, mentioning registration number: a). In respect of contractors who are registered already with the EPF both at the time of participating in the tender procedure and also at the time of entering in to agreement of work.

b). In respect of contractor who are not registered with the EPF Authorities, the contractor 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 contribution in respect of employee employed by or through hire and shall also furnish such information as the Executive Engineer, is required to furnish under the provisions of the scheme to the commissioner of EPF.However, it is directed that having given an undertaking to this effect, if the contractor does not furnish the information, no bills shall be released for payment till such time the directions are complied with.

11).All the above copy of certificate shall be submitted along with the tender documents and original certificates shall be produced at the time of opening of tenders for verification.

12).If any of the date mentioned above happens/ to be a general holiday, the next working day will holds good.

13). Further information may be had from the office of the undersigned, during office hours or from 15-08-2011web-site at www.tenderwizard.com or e-mail contact us at KBJNL or technical @ kbjnl.com.

14).Conditional tenders are liable to be rejected. The officer competent to the accept the tenders shall have the right to reject any or all the tenders without assigning any reasons whatsoever.

15). Corrigendum will be published in web site for any modification/corrections if any. 16) The contractor should indicate the percentage for making evaluation easier.

Sd/- Executive Engineer,

KBJNL.NLBC Division,

Volume: 18.08 Office of the Executive Engineer, KNNL,UTP Division, RANEBENNUR

No: EE : KNNL/UTP/DN RNR/TND/M. canal /DB/2011-12/1701 Date:26-08-2011 TENDER NOTIFICATION

(Through e-Procurement Only) Electronic percentage tenders through e-procurement platform are invited by the

Executive Engineer, KNNL UTP Division Ranebennur on behalf of the Managing Director Karnataka Neeravari Nigam Bangalore-01.for the works mentioned in the statement below from Contractors registered in Category - I in KNNL ONLY.

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

Sl. No

Name of work

Approximate amount put to tender (Rs. in lakhs

EMD Rs in lakhs

Transaction fee (only for the tenderers who wish to participate)

Stipulated period for completion

Category of contractors eligible.

1 2 3 4 5 6 7

1 Earth work excavation, formation of embankment, C.C. lining with mechanical paver including Construction of C.D. works from km. 212.000 to km. 217.000(i.e., 212th , 213th , 214th , 215th, 216th and 217th ) Km.of UTP Main canal.

2016.29 20.16 As per e-procurement portal

18 months

Category-I Registered Under KNNL

2 Earth work excavation, formation of embankment, C.C. lining with mechanical paver including Construction of C.D. works from km. 218.000 to km. 222.000(i.e., 218th , 219th , 220th , 221th and 222th ) Km.of UTP Main canal.

1700.12 17.02 As per e-procurement portal

18 months

Category-I Registered Under KNNL

The Tenders are invited through www.eproc.karnataka.gov.in and in two cover system

as per KTPP norms. 1) 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. 2) The bidder is required to ensure browser compatibility of the computer well in advance

to the last date and time for receipt of tenders. The departments shall not be

responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches.

1 Cover - I (Technical Bid) . The intending bidder should furnish the following. 1)The certificate of registration issued by the KNNL categorization certificate with its validity up to 31-03-2015. 2) The requisite Earnest Money Deposit (EMD) through e-cash only. 3) Latest copy of the Income Tax clearance Certificate. 4) EPF. Registration Certificate. 5) Copy of the PAN, TIN & VAT Certificate.

6) Scanned signature of the bidder/authorized representative in case of a firm or company to be attached to the bid document. Also in case of authorized representative, scanned copy of power of attorney should be uploaded & the original should be produced at the time of opening of tender.

7) The contractor who have not executed any work in this Division shall upload the performance Certificate issue by the Division where they have worked for having satisfactory executed or Satisfactorily executed the works under taken by them under the Division. Tender received without performance certificate are liable for rejection.

8) Each of the documents uploaded to the e-portal should be self attested. 9) No separate pre-qualification is required for Category contractors enrolled in KNNL are allowed to participate in this tender.

10) 1% Cess towards Building and other construction workers welfare fund will be recovered from the agency as per Govt, regulations.

2)Cover-II shall contain the Financial bid Cover-II (Financial bids ) of all the participated bidders who satisfy the tender stipulations based on the uploaded documents only will be opened. The lowest bidder (L-1) will be asked to produce the original documents before awarding of the work. In case the lowest bidder fails to produce the original documents for entering in to an agreement, or the original documents submitted does not match with the uploaded documents or found false, then his bid is treated as non-responsive bid as per clause-26(4) of the KTPP rules. The name of the lowest bidder who does not produce the original documents would be removed from the select list of KNNL enrolment and barred from the participation in any of the tenders to be invited by the KNNL

there after apart from forfeiting the EMD paid through e-cash. 2. Issue and submission of Tender Documents. e - Tendering.

The contractors can request for e-tendering documents from 29-09-2011 in the web site http://eproc.karnataka.gov.in/eportal/index.seam link e–tender document on payment (non-refundable) of transaction fee as per e-procurement portal system. While applying the contractors can pay the transaction fee in the e-procurement portal using any of the following payment modes Credit card/Direct Debit/National electronic fund transfer (NEFT)/ over the counter (OTC) a. Last date of Submission of tender through e-procurement will be

on 14-10-2011up to 4.00 pm. b. Cover – I (Technical Bid) will be opened on 17-10-2011 at 12.30PM c. Cover – II (Financial Bid) will be opened after the approval of Technical Bid from the

competent authority. The date of Financial Bid opening will be informed only to the qualified contractors.

3.EMD Details: The EMD amount submitted by the contractor should govern the following Conditions. The contractor should pay the Full Earnest Money Deposit (EMD) for all the works through e – procurement portal (e-cash only) 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.

4. NOTES: a. The intending bidders are advised to visit the site of work, before submitting their

tenders. b. If any of the dates mentioned above happened to be a general holiday, the next

working day holds good. c. Conditional tenders will be rejected. The Officer competent to accept the tender shall

have the right to reject any or all the tender without assigning any reason whatsoever.

d. 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.

e. The KNNL reserves the right of rejecting any or all tenders without assigning any reasons. If the percentage quoted by contractor for the work is below 90 percent of the updated CSR amount of tender, then the successful contractor shall furnished an additional performance security in the form of Demand Draft (D.D) or B.G for an amount of equivalent to the difference between the cost as per quoted percentage and 90% of the amount of all items, In case of contractor quoting above 110% of the updated CSR amount, then such amount the over and above 110% of the updated CSR amount of all items will be with held 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.

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

g. Further details and information about electronic tendering can be had from http://www.eproc.karnataka.gov.inlink OR undersigned in all working days during Office hours on telephone No: 08373-267071.

Sd/- Executive Engineer, KNNL, UTP Division,

RANEBENNUR Volume: 18.09

Office of the, Executive Engineer, Kalasa Project Division, Khanapur

PRE-QUALIFICATION CU No: KNNL/ KPD/ PB-1/ Kalasa / Mahuli Devi Temple/ TND/ 11-12/564

M TENDER NOTIFICATION. (Through e-Procurement only)

Electronic percentage tender through e-procurement platform is invited by the Executive Engineer, KNNL, Kalasa Project Division, Khanapur, on behalf of M.D., KNNL Bangalore from Class-I contractor registered in PWD for taking up work of Restoration /Reconstruction of Shri Mahuli Devi Temple at Kanakumbi,Tal: Khanapur. The tenderers are required to apply in two cover system (as per KTTP act 2000) consisting of technical bid (Cover No I) and financial bid (Cover No-II). One containing scanned EMD and particulars as mentioned under instructions to the tenderer vide Cover– I

and other containing financial details of the tender which will be opened only if the tender is found to be qualified to execute the tendered work.

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

Sl No

Name of Work

Approximate amount put to tender Rs. in Crores.

EMD Rs in lakhs

Tender Processing fee

Rs.

Stipulated period of

Completion

Category / Class of

Contractors

1)

Restoration/Reconstruction of Shri Mahuli Devi Temple at Kanakumbi Khanapur Taluka.

1.30

1.30 7500.00 15 months including monsoon

Class –I Contractors registered in

PWD

INSTRUTIONS TO TENDERERS FOR PRE QUALIFICATION :- Cover – I :- PRE – QUALIFICATION CONDITIONS : 1) The tenderer should submit the following documents under Cover-I (TECHNICAL BID) a. A copy of registration Certificate in KPWD with validity. b. The requisite Earnest Money Deposit (EMD). c. Latest copy of Income Tax return filed for the year 2010-11 mentioning the PAN and TAN Nos.

d. VAT Registration Certificate. e. Latest Employees Provident Fund Registration Certificate. f. 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.

2) The contractor should furnish the name of the individual /firm with address and telephone No with place of registration, year of incorporation etc.

3) The application made by the firm/company, shall be signed by a person holding the power of attorney, in such case a copy of power of attorney shall be submitted.

4) The bidder should have satisfactorily completed a similar type of work of not less than 50.00 Lakhs, like building/temple works (including Architectural works and ornamental works). Necessary certificate obtained from the concerned temple trust/ competent authorities should be produced.

5) The annual turnover of the agency in any two financial years during the last 5 years should not less than 65.00 Lakhs. Necessary documents proving turnover duly certified by the Charted account should be produced.

6) The bidder at the time of submission of the tender should give a detailed execution plan and fortnightly programme to complete the work in full manner in 15 months without fail. The programme can be modified with mutual consent. 7) The successful bidder should execute the work in consultation with temple Architect/ trust authorities. The charges if any should be borne by the contractor. 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 will 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.

3) Issue and submission of Tender Documents thorugh e-Procurement a) The above tenders are published through e-portal on dated: 06.09.2011 on or before16.00hrs.

b) Last date and time for submission of filled bids through e- portal is on dated 10.10.2011 till 16.00 hrs.

c) Self-attested copies of the documents of all details uploaded to the e-portal for pre- qualification along with the Originals should be submitted to the Executive Engineer on 14.10.2011 before opening of Technical Bid at the office of the Executive Engineer, KNNL, Kalasa Project Division, Khanapur. The bid of the contractor, who failed to produce the above said documents will not be opened / considered.

d) Cover –I (Technical bid) will be opened on 14.10.2011 at 16.00 hrs at the office of the the Executive Engineer, KNNL, Kalasa Project Division, Khanapur. e) Cover – II ( Financial Bid) of qualified bidder will be opened on 20.10.2011at 16.00 hrs at the office of the Chief Engineer, KNNL, Malaprabha Project Zone, Dharwad.

f) The contractors should pay Rs. 1.30 Lakhs of earnest money deposit (EMD) in the e-procurement portal using any of the payment modes such as (a) Credit cards (b) Direct debit

c) National electronic fund transfer (NEFT) (d) over the counter (OTC). The EMD amount submitted by the contractor should govern the following condition.

i) The validity of EMD shall be for period of 180 days from the date of opening of th tender

g) The necessary certificates/ Documents in support of eligibility criteria to be fulfilled as stipulated shall be scanned and attached to e- tender document. The original certificates / documents shall be produced at the time of opening of technical bid for verification. Scanned signature of the bidder, authorized representative of the bidder shall be attached while uploading bid document.

h)Further information about electronic tendering can be had from https://eproc.karnataka.gov.in/eportal/index.seam link.

4) NOTES. a) The intending bidders are advised to visit the site of work, before submitting their

tenders. b) The contactor/ authorized signatory should attach his/her scanned signature to the

schedule-B before uploading the documents. c) If any of the dates mentioned above happens to be a general holiday, the next working

day holds good d) Further information/ Clarifications can be had from the under signed during office hours

on telephone no: 08336-222163 e) Conditional tenders will be rejected. The officer competent to accept tender shall have the

right to reject any or all the tender without assigning any reason whatsoever. f) The KNNL reserves the right of rejecting any or all tenders without assigning any reasons.

If the percentage quoted by the contractor for the work is below 90% 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 over and above 110% of the 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 Executive Engineer. The withheld amount in the later case will be released only after entire work contracted is fully completed and so certified by the Executive Engineer.

g ) 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.

h) Corrigendum will be published in the News Papers / Website for all modifications /

corrections if any. i) The detailed tender notification can be had from http://eproc.karnataka.gov.in or in

the office of the undersigned. Details can be had from the Office Phone No. 08336 – 222163.

Sd/-- Executive Engineer

KNNL, Kalasa project Division, Khanapur

PART B

Nil

PART C

Nil

Volume –18 Web Site:- watarresources.kar.nic.in Email:- [email protected] [email protected]

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

Water Resources Department

Volume: 12

Office of the Executive Engineer,KNNL,UTP Division, RANEBENNUR-581115 No: EE : KNNL/UTP/DN RNR/TND/M. canal /DB/2011-12/ 542 Date:1-06-2011

PRE-QUALIFICATION-CUM- TENDER NOTIFICATION (Through e-Procurement Only)

Electronic percentage tenders through e-procurement platform are invited by the Executive Engineer, KNNL UTP Division Ranebennur on behalf of the Managing Director Karnataka Neeravari Nigam Bangalore-01.for the works mentioned in the statement below from Contractors registered in KPWD Class-I ,Category – III and above in KNNL ONLY.

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

Sl. No

Name of work

Approximate amount put to tender (Rs. in

lakhs

EMD Rs in lakhs

Transaction fee (only for the tenderers who

wish to participate)

Stipulated period for completion

Category of contractors eligible.

1 2 3 4 5 6 7

1 Earthwork excavation,

Formation of embankment, C.C. lining including

Construction of CD works in Minor No. 11(KM. 1 & 2, Sub Minor 1 & Sub Minor -

2 ) of Distributary – 3 of UTP Main canal.( Call -II)

131.38 1.32 As per e – procure ment portal.

6 months Registered KPWD Class-I

KNNL Category-III and above.

2 Providing Improvements /Rehabilitation work of SC colonies under UTP project SCP Programme in Hangal Taluk Haveri District during the year 2010-11. ( Call -II)

155.00 1.55 - do - 6 months Class I of KPWD &

Category III and above in

KNNL

3 Providing Improvements /Rehabilitation work of ST colonies under UTP project TSP Programme in Hangal Taluk Haveri District during the year 2010-11 . ( all -III)

212.00 2.12 As per e – procure ment portal.

6 months Class I of KPWD & Category III and above in

KNNL

The Tenders are invited through www.eproc.karnataka.gov.in and in two cover system

as per KTPP norms. 1) 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.

2) The bidder is required to ensure browser compatibility of the computer well in advance to the last date and time for receipt of tenders. The departments shall not be responsible for non-accessibility of e-Procurement portal due to internet connectivity issues and technical glitches.

1.INSTRUCTIONS TO TENDERERS :- The tenderer should upload the following documents during bid submission for all works. 1)The certificate of registration issued by the KPWD/KNNL categorization certificate with its validity up to 31-03-2015. 2) The requisite Earnest Money Deposit (EMD) through e-cash only. 3) Latest copy of the Income Tax clearance Certificate. 4) EPF. Registration Certificate. 5) Copy of the PAN, TIN & VAT Certificate. 6) Scanned signature of the bidder/authorized representative in case of a firm or company

to be attached to the bid document. Also in case of authorized representative, scanned copy of power of attorney should be uploaded & the original should be produced at the time of opening of tender.

7) The contractor who have not executed any work in this Division shall upload the performance Certificate issue by the Division where they have worked for having satisfactory executed or Satisfactorily executed the works under taken by them under the Division. Tender received without performance certificate are liable for rejection.

8) Cover –I : - (Technical bid ) PRE -QUALIFICATION CONDITIONS for above Rs.50.00 Lakhs. (a)The bidder should have an annual financial turnover shall not be less than amount

put to tender in one year during last five years reckoned back from 2009-10 duly updating the financial turnover at 10% per annum. ( In all cases civil engineering construction works only ) support of the same a financial statements duly certified by charted Accountant should be furnished.

(b) The bidder should satisfactorily completed at least one similar nature of work costing not less than 50% of the amount put to tender in the last 5 years reckoned back from 2009-10 (to be reckoned as ``completed`` if 90% of the total contract value is executed. The value of completed work shall be updated to 2009-10 at 10% per annum). Work done certificate should be obtained from the officer not below the rank of Executive Engineer. ( For Work Sl.No. 1 )

(c) The bidder should satisfactorily completed at least one similar nature of

wor(Cement Concrete Roads) costing not less than 50% of the amount put to tender in the last 5 years reckoned back from 2009-10 (to be reckoned as ``completed`` if 90% of the total contract value is executed. The value of completed work shall be updated to 2009-10 at 10% per annum). Work done certificate should be obtained from the officer not below the rank of Executive Engineer. ( For Work Sl.No. 2 & 3 )

9) No separate pre-qualification is required for Category contractors enrolled in KNNL are allowed to participate in this tender, but all the conditions are unaltered for KPWD Class-I contractors. 10) Cover-II shall contain the Financial bid Cover-II (Financial bids ) of all the participated

bidders who satisfy the tender stipulations based on the uploaded documents only will be opened. The lowest bidder (L-1) should produce all the original documents for verification before awarding of the work. In case the lowest bidder fails to produce the original documents for entering in to an agreement or the original documents submitted does not match with the uploaded documents or found false , then his bid is treated as non-responsive bid as per clause-26(4) of the KTPP rules & his name would be removed from the select list of KNNL enrolment and barred from participation in any of the tenders invited by the KNNL there after, apart from forfeiting the EMD paid through e-cash.

11 Each of the documents uploaded to the e-portal should be self attested and the original documents should be submitted for verification after opening of Financial Bid if suppose he happens to be the lowest bidder.

12) 1% Cess towards Building and other construction workers welfare fund will be recovered from the agency in bills of the work as per Govt, regulations.

II). Issue and submission of Tender Documents. e - Tendering.The contractors can request for e-tendering documents from 08-06-2011 in the web site http://eproc.karnataka.gov.in/eportal/index.seam link e–tender document on payment (non-refundable) of transaction fee as per e-procurement portal system. While applying the contractors can pay the transaction fee in the e-procurement portal using any of the following payment modes Credit card/Direct Debit/National electronic fund transfer (NEFT)/ over the counter (OTC)

d. Last date of Submission of completed e-tendering document through e-procurement portal will be on 04-07-2011 up to 4.00 pm..

e. Cover-I (Technical bid) for the work Sl.No.2 will be opened on 06-07-2011 at 11.00 A.M. at division office.

e. Cover-II (Financial Bid) for work Sl.No.2 will be opened after the approval of Technical Bid from the competent authority . The date of Financial Bid opening will be informed only to the qualified contractors.

f. Financial Bid will be opened on 11-07-2011 at 11.00 A.M. at Division office. 3.EMD Details:

The EMD amount submitted by the contractor should govern the following Conditions. The contractor should pay the Full Earnest Money Deposit (EMD) for all the works through e – procurement portal (e-cash only) 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.

4.NOTES: n. The intending bidders are advised to visit the site of work, before submitting their

tenders.

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

p. Conditional tenders will be rejected. The Officer competent to accept the tender shall have the right to reject any or all the tender without assigning any reason whatsoever.

q. The KNNL reserves the right of rejecting any or all tenders without assigning any reasons. If the percentage quoted by contractor for the work is below 90 percent of the amount put to tender then the successful contractor shall furnished an additional performance security in the form of Bank guarantee for an amount of equivalent to the difference between the cost as per quoted percentage above 110% of the amount put to tender, then the over and above 110% of the 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

r. 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.

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

t. Further details and information about electronic tendering can be had from http://www.eproc.karnataka.gov.inlink OR undersigned in all working days during Office hours on telephone No: 08373-267071.

Sd/- Executive Engineer, KNNL, UTP Division,

RANEBENNUR

Volume: 18.12 Office of the Executive Engineer, KNNL, MLBCC.Divn.No.2,

Naviluteertha, Tq: Saundatti Dist:Belgaum

No.MLBCC-2/DB-1/Tender/11-12/1197 Date: 28th July 2011. SHORT TERM TENDER NOTIFICATION

(Through GOK, e-procurement Platform only www.eproc.karnataka.gov.in)

The Executive Engineer, KNNL, MLBCC.Division No.2, Naviluteertha on behalf of the

Managing Director, KNNL, 4th Floor, Coffee Board Building No.1, Dr.B.R.Ambedkar Veedhi,

Bangalore-560 001 invites short-term, Percentage tender ( in Two cover system), through

GOK; e-procurement Platform only, from the eligible contractors, in the prescribed forms as

detailed in formal tender notice enclosed with blank tender documents.

THE DETAILS OF WORK PUT TO TENDER ARE AS FOLLOWS:

Sl. No.

Name of work Work indent No.

Approximate amount

EMD (in Rs.)

Tender Processing fees.

Category of eligible contracto

Stipulated period completion

The details of the detailed tender notification, conditions & other information can be obtained through G.O.K. Website: www.eproc.karnataka.gov.in) Note:- 1) The contractor can request for E-tendering documents on payment of tender processing

fees as per e-portal norms (non refundable). The tender processing frees shall be paid in the e-procurement portal, using modes namely through Axis Bank/credit card/direct debit/ National Electronic Fund Transfer (NEFT) / over the Counter (OTC).

2) Similarly the requisite EMD amount shall be paid through e-cash only i.e., by using any one of the modes viz through Axis bank / credit card / Direct debit / NEFT / OTC. The validity of the EMD shall be for a period of 180 days from the date of opening of tenders. The EMD amount accepted in the form of electronic cash will be maintained in the Government central pooling account at Axis bank until the contract is closed.

3) The tender is invited in two cover system. The cover-I i.e., Technical bid which contains the documents related to pre qualification conditions as prescribed in detailed formal tender notifications enclosed to blank documents.

And, the cover-II i.e., financial bid shall contain only financial bid of the bidder as prescribed in formal tender notification.

4) During opening of tenders, the technical bids (ie., cover-I), are opened first & evaluated and then the financial bids (ie., cover-II) of only those bidders who qualify in the technical bid, will be opened at the date intimated to bidders after getting necessary approvals to technical bid from competent authority).

5) The calendar of tender events is as follows. (a) The contractor can request for blank tender documents from 20/9/2011. upto 1730 Hrs. (b) Detailed blank tender documents may be downloaded from to 20/9/2011. upto 1730 Hrs. (c) Last date and time for tender quarries / clarification is 22/9/2011 upto 1730 Hrs. (d) Completed tenders may be submitted through e-portal upto 26/9/2011 1600 Hrs. (e) Date of opening of technical bid is on 29/9/2011 at 1100 am onwards in the Office of the

Executive Engineer, KNNL, MLBCC.Division No.2, Naviluteertha. (f) The financial bids of only those bidders who emerge eligible in technical bids will be

opened, on 3/10/2011 at 1100 am onwards (or on the further date intimated to successful technical bidders) in the Office of the Executive Engineer, KNNL, MLBCC.Division No.2, Naviluteertha.

6) If any of the dates mentioned above happens to be a General Holiday the next working day will hold good.

7) The detailed tender notification & any further information can be had from website www.eproc.karnataka.gov.in or in the office of the undersigned (Phone No.08330-292010).

8) The intending contractor should note that, as the percentage tender is invited, the bidder

shall quote his percentage above or below the amount put to tender as shown in the Schedule-`B` of the tender document. At which he is willing to execute the work shown in the Schedule-`B` of the tender document at which he is willing to execute the work.

put to tender (Rs.in Lakhs)

r enrolled under KNNL

of work (including mansoon).

1 2 3 4 5 6 7

1 Modernization of canal under Yenagi-Hittanagi LIS.

KNNL 11-12/2918

227.47 227500/-

As per e-portal norms.

Category-3 & above of KNNL.

6 months (including mansoon).

9) The intending contractor should note that, if any of 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.

10) Corrigendum/Addendum will be published in the E-Procurement website for all Modifications/corrections if any.

11) As per the Government Order No.LT/300/LET/2006 Bangalore Dt:18/1/2007 and C.A.O., KNNL, Dharwad Circular No.KNNL/ACD/KNNSSS/07-08/1486 Dt: 6/7/2007 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.

Sd/- Executive Engineer,

KNNL, MLBCC.Division No.2, Naviluteertha.