No: KBJNL/MLI Dn-1/PB/Tender/ LOC-I / /373 Date: TENDER CORRIGENDUM 2. lakhs) As per

Size: px
Start display at page:

Download "No: KBJNL/MLI Dn-1/PB/Tender/ LOC-I / /373 Date: TENDER CORRIGENDUM 2. lakhs) As per"

Transcription

1 KRISHNA BHAGYA JALA NIGAM LIMITED (A Government of Karnataka Enterprises) Office of the Executive Engineer, KBJNL MLI Division No.1, Mattihal , B.Bagewadi Taluk, Bijapur District, Karnataka No: KBJNL/MLI Dn-1/PB/Tender/ LOC-I / /373 Date: TENDER CORRIGENDUM 2 Ref : 1) Tender Notification No: KBJNL/MLI Dn-1/PB/ TN/LOC-I/ /284 Date: ) Tender Corrigendum-1 No: KBJNL/MLI Dn-1/PB/Tender/ LOC-I / / 343 Date: On behalf of the Managing Director, KBJNL, Bangalore, the Executive Engineer, KBJNL, MLI Division No.1, Mattihal invites tenders on percentage basis from contractors Enrolled in Category-I of KBJNL select list of Contractors for the work as detailed in table below. The tenderers are required to up load two separate covers one containing technical bid with details as mentioned under instructions to the tenderers vide Para -1.1 and other cover containing financial bid of the tender which will be opened only if the tenderer is found to be qualified to execute the tendered work vide Para -2 Sl. No. STATEMENT showing the details of work put to e-tendering : Name of work Approximate Earnest Transactio amount put to Money n fee tender Deposit (Rs. in lakhs) (Rs. in lakhs) 1 Reconstruction of existing leadoff canal-1 from Baluti to Hanamapur Jackwell from Km 4.00 to 5.464Km.including Balance Lining work and Remedial measures suggested by Prof K.S.Subbarao under MLIS INSTRUCTIONS TO TENDERERS As per e-portal Stipulated period for completion of work (in closure period) 2 months Eligibility of contractor KBJNL enlisted Category I 1.1 COVER-I (Technical bid) shall contain the following documents. i. A copy of the Category-I enrollment certificate issued from KBJNL with validity. ii. The requisite Earnest Money Deposit (EMD) in e-cash, in single transaction. iii. A copy of the Income Tax return filed for the year mentioning PAN and Tan Nos (Assessment year ). iv. Sales Tax clearance certificate for the financial year v. Employees Provident Fund Registration Certificate. The intending contractor should compulsorily registered with EPF authorities. vi. Pre-qualification Criteria

2 a) The intending bidder should have satisfactorily executed one canal construction work including lining costing not less 50% of the amount put to tender in 4 months in any one financial year during last five years reckoned back from (i.e , , , , ) The Certificate should be issued by an Officer not below the rank of Executive Engineer of the concerned division / equivalent officer & Counter signed by the SE of the concerned Circle / next higher officer. b) The intending bidder should have achieved a minimum financial turnover not less than twice the amount put to tender in any 2 calendar years during the last 5 years reckoned back from (i.e , , , , ) duly updating the financial turnover 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 has to upload the document of following either owning / hiring minimum of 10 tippers, 2 excavators, 3 pavers, 2 batching plant and 6 transit mixers or 6 nos of self loader, 6 tankers, 3 Front loaders, 2 batching plants, 3 DG sets of 50 KVA of age less than 2 years and record of this effect should be uploaded and furnished to the Executive Engineer for verification at the time of technical bid opening d) The bidder Should have execute not less then Sqm of canal lining within two months in a single canal construction work using mechanical paver. e) The intending bidder should have tie up with an agency who has executed the work of Shot- Creting / Guniting not less then 5600Sqm, in any single work within four months in any financial year during the last 5 years reckoned back from (i.e , , , , ) prior to bidding. The tie up details are to be uploaded. Note:1) Each of the above documents uploaded to the e-portal should be self attested by the contractor or an authorized representative in case of firm/company. 2) The bidder has to upload the programme of execution for completion of this work within the stipulated peroid shall be uploaded and it is binding on the part of bidder. 3) Documents which are not self attested will not be considered for evaluation COVER-II shall contain the financial bid. 2.1 The Cover-I (Technical bid) will be opened first and thereafter Cover-II (Financial bid) of only those bidders who fulfill the conditions mentioned at Para 1.1 will be opened Issue and submission of tender documents 3.1 E- Tendering Aspiring bidders who wish to undergo training to e-tendering should submit their request in writing to e-governance MS building, Bangalore-1 and the training will be conducted for such contractors up to

3 3.1.2 The aspiring contractors who have not previously obtained the user ID and Password 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 The Contractors can request for e-tendering documents from to in the web site http;//eproc.karnataka. gov.in / e-portal/index. seam link e- tender document on payment (non refundable) as per e-portal towards transaction fee. While applying, the contractor can pay the transaction fee in the e-procurement portal using payment modes -1/ credit cards / Direct Debit / National electronic fund transfer (NEFT)/over the counter (OTC) on or before during office hours The contractor can have access to e-tender document from to up to 5.00 pm Submission of completed e-tendering documents from to up to 5.00 pm Cover I (Technical bid) will be opened in the Executive Engineer KBJNL MLI Division no-1 Mattihal Taluk B Bagewadi office on at AM. The technical bids of all bidders who have uploaded the tender along with all relevant documents will be considered in the technical evaluation Cover II (Financial bid) of qualified bidder will be opened in the Executive Engineer KBJNL MLI Division no-1 Mattihal Taluk B Bagewadi office on at AM Contractor should pay the required Earnest money deposit (EMD) in the e-procurement portal in mode of payment such as a) Credit card/ direct debit/ National electronic fund transfer (NEFT)/ Over the counter (OTC). The EMD amount submitted by the contractor should govern the following conditions, a. The EMD amount accepted in the form of electronic cash (and not through Demand draft or Bank guarantee). b. The EMD amount submitted in cash through e-procurement portal will be retained till the completion of tender procedure and after signing of the agreement transfer the e-cash EMD of the successful bidder to KBJNL account. c. Tender inviting authority would release EMD taken in cash through e-procurement against Bank Guarantees for similar amount. d. The entire EMD amount for a particular tender has to be paid in a single transaction. For details on e-payment services refer to e-procurement portal for more details on the process The necessary certificates/ documents in support of eligibility criteria and other conditions fulfilled 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 Further information about electronic tendering can be had from 4 NOTES 4.1 The intending bidders are advised to visit the site of work, before submitting their tenders.

4 4.2 Prior to awarding of the work the Lowest (L-1) bidder should produce the original documents in support of the uploaded documents to enter into the agreement. IF the Lowest bidder ( L-1 ) does not produce the Original documents for entering into the agreement then his bid can be treated as non responsive bid as per Clause 26(4) of the KTPP Rules. The name of the bidder who does not produce the original documents will be recommended for black listing and which will be automatically barred from participating in any of the tenders to be invited by KBJNL apart from forfeiting the EMD paid through e-cash. Further the Lowest bidder (L-1) can be determined amongst the other responsive bidders. 4.3 If the percentage quoted by contractor for the work is below 90% (Ninety Percent) of the estimated amount of the department then the contractor shall furnish an additional performance security in the form of Bank Guarantee for an amount equivalent to the difference between the cost as per quoted percentage and 90% of the estimated amount put to tender. The additional performance security will be released only after the entire work contracted is fully completed and so certified by the Engineer. 4.4 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 participation in the bid. 4.5 If any of the dates mentioned above happen to be a general holiday, the next working day holds good 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. 4.7 Any addendum/ modifications will be published in kbjnl web site: contractors are advised to visit the website regularly for updates. 4.8 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. 4.9 They should abide by the directions of Government towards recovery of 1 % ( or as modified by Government from time to time) Cess from the contractor s bill under the provisions of building and other constructions worker welfare Cess Act If any bidder fails to satisfy the conditions mentioned at Para 1.1 above, such bids shall be rejected Successful bidders should execute the agreement within 15 days from the date of approval intimated. If the contractor fails to enter into the agreement within the said period, the E M D of the contractor shall be forfeited and action shall be initiated for banning to participate in the tender of KBJNL They should abide by the directions of Government towards service tax as applicable by reverse charge mechanism. Further information can be had from the undersigned during office hours on telephone No Sd/- (R.Shashikanth) Executive Engineer, KBJNL, MLI Division No-1 Mattihal

5 Copy Submitted for kind information to: 1. The Managing Director, KBJNL: water resources department, PWD office annex, III floor, K.R. Circle, Bangalore / Almatti. 2. The Chief Engineer, KBJNL: Dam Zone, Almatti. 3. The Superintending Engineer, KBJNL MLI circle, Almatti 4. The Personal Secretary to WRD Minister, Room No: 327A, 3 rd Floor, Vidhan Soudha Bangalore The state Tender Bulletin Officer, Office of the Secretary, Water Resources Department. M.S. Building, Bangalore with a request to publish the notification in the state Tender Bulletin. 6. The Deputy Commissioner, District Tender Bulletin Officer, Bijapur with a request to publish the notification in the District Tender Bulletin. 7. The Inspector general of Police Vigilance, Water Resources Department. 3 rd floor, Basav Bhavan Bangalore. 8 Copy to kbjnl123@yahoo.co.in. Copy forwarded for information and necessary action to: 1. Asst Executive Engineer KBJNL, MLI Sub division-4 Mattihal 2. PB Section / AB Section of this office 3. Notice Board of Division office. Executive Engineer KBJNL, MLI Division No-1, Mattihal