+ All Categories
Home > Documents > Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President,...

Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President,...

Date post: 03-Apr-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
51
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. 01 12 th January 2009 1
Transcript
Page 1: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

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. 01

12th January 2009

BANGALORE

1

Page 2: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

GOVERNMENT OF KARNATAKAWATER RESOURCES DEPARTMENT

No.WRD 09 MBI 2008 Dt: 12/01/2009

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 Third week of January 2009. The details of the published Tender Notification may be obtained by the concerned Executive Engineers who has invited the respective Tenders.

Volume.No.01 (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: 01.1

Cauvery Neeravari Nigama Limited(A Government of Karnataka Enterprises)

CORRIGENDUMDated 29-12-2008

Ref:-

This office SHORT TERM TENDER NOTIFICATION No. 08 / 2008-09 / Date. 29-12-2008 16-1 (In continuation to this office Tender Notification No. 02 / 08-09 / 02-07-2008)

========With reference to the above the Notification the Corrigendum are issued as

under.

2

Page 3: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

Sl.NO. As Notified Read as

1) Design, Fabrication, Supply, transportation to work site, Erection, Painting testing and commissioning of 4 Nos. (Four Nos.) of Vertical lift fixed wheel / STONEY type gates for the +80’ level sluices of K.R.Sagara Dam with necessary reconditioning /modification /up gradation to the existing cast steel embedded parts and the rope drum hoist on TURN KEY BASIS. .(Two alternatives-See scope of work)

Design, Fabrication, Supply, transportation to work site, Erection, Painting testing and commissioning of 16 Nos. (Sixteen Nos.) of Vertical lift fixed wheel / STONEY type gates for vent size of 3.06 m X 6.10 M, for the +80’ level sluices of K.R.Sagara Dam with necessary reconditioning /modification /up gradation to the existing cast steel embedded parts and the rope drum hoist on TURN KEY BASIS. (Three alternatives-See scope of work)

2) Cost of tender forms (Including K S T) Rs. 10,000/-

Cost of tender forms (Including K S T) Rs. 25,000/-

3) Stipulated period for completion (including monsoon) 4 months

Stipulated period for completion (including monsoon) 16 months

4) Receipt of application on 27.01.2009 upto 5.30 PM & Issue of blank tender forms on 31.01.2009 up to 5.30 PM

Receipt of application & Issue of blank tender forms up to 31.01.2009 up to 5.30 PM

5) Technical bid (Cover–‘A‘) Shall contain the following documents:-

Technical bid (Cover–‘A‘) Shall contain the following documents:-

04. The intending bidder should have at least in two (2) years a minimum annual financial turn over of Rs 50.00 Lakhs cost during the preceding five (5) completed financial years i.e., 02-03, 03-04, 04-05, 05-06, 2006-07, Financial turn over of pervious year shall be given weightage of 10% per year to bring to the present price level. For the financial qualifying requirements latest Audited balance sheet by charted accountant shall be enclosed.

06. The Bidder should submit the letter of credit equal to minimum of Rs. 20.00 Lakhs from any Nationalised / Scheduled bank in the prescribed form.

04. The intending bidder should have at least in two (2) years a minimum annual financial turn over of Rs 200.00 Lakhs cost during the preceding five (5) completed financial years i.e., 02-03, 03-04, 04-05, 05-06, 2006-07, Financial turn over of pervious year shall be given weightage of 10% per year to bring to the present price level. For the financial qualifying requirements latest Audited balance sheet by charted accountant shall be enclosed.

06. The Bidder should submit the letter of credit equal to minimum of Rs. 50.00 Lakhs from any Nationalized / Scheduled bank in the prescribed form.

The other terms and conditions as stipulated in original tender Notification remains unchanged.

Sd/-Executive Engineer,

C.N.N.L., K.R.S. Division,K.R.Sagara.

3

Page 4: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

Volume: 01.2KRISHNA BHAGYA JALA NIGAM LIMITED

(A Government of Karnataka Undertaking)

Office of the Executive Engineer, KBJNL, ALBC Division, Almatti, Tq:B.Bagewadi, Dist:Bijapur. (08426-281044).

SHORT TERM TENDER NOTIFICATION

IFT.No: KBJNL/ALBC-DN/DM/TND/CLIS/2008-09/1714 Date:05.01.2008

1) On behalf of the Managing Director, KBJNL, Bangalore, the Executive Engineer, KBJNL, ALBC division, Almatti the under signed invites tender from Class-1 Registered contractors of KPWD/ any state Government or Central Government of Enrolled in Category-I of KBJNL select list of Contractors for the work fo Design, supply, installation, testing and commissioning of Chmmalagi Lift Irrigation Scheme on Turn Key Basis consisting of the following: Pumping machineries, transformer center, rising main including construction of civil works of intake channel and Jack well, delivery chambers, electrical works EOT crane, supply of spare parts, tools including requisite man power for operation and maintenance of the system for two years after the date of completion, in Bijapur District, as detailed in the table below. The tenderers are required to submit two separate sealed cover one containing EMD with technical bid and the other with details of their capability to undertake the tender (As detailed in instruction to tenderers clause 1 and 4) which will be opened only if tenderer is found to be qualified to execute the tendered work. The tenders are invited to note the minimum qualification criteria specified in Clause 4 of the instructions to tenders to qualify for the award of the work.

STATEMENT SHOWING THE DETAILS OF THE WORKS, AMOUNT TO TENDER UNDER E-PROCUREMENT PORTAL

Sl.No NAME OF WORK

Approximate amount put to tender

Rs.in Lakhs

EMD (Rs.in lakhs)

Transactions Fee in Rs

(only for the tenderer who

wish to participate)

Stipulated period for

completion of work

(including monsoon)

Category of

contractor eligible

1

Design, Supply, Installation, Testing and Commissioning of (1No) one number VT pump coupled with FT motor at ALBC Head works in the existing Jack well along with Electrical panel, starter capacitor, MS raising main, valves, modification to existing Delivery chamber, etc and (2Nos) Two number VT pumps coupled to HT motors at Chimmalagi LIS, Electrical HT panel, capacitor, FCMA self starter, HT cabling, 11 KV transformer center, M.S.raising mains, civil works of lead off canal, pump house, E.O.T Crane of suitable capacity, Delivery chamber for ultimate requirement including Line protection as per KPTCL norms, etc. complete on TURN KEY basis, supply of Spare parts, Tools including requisite man power for O & M of the system for two years from the date of completion

3,380.50 33.81 7500/- 18 Months

Category-I and above Who fulfills

the eligibility criteria.

4

Page 5: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

INSTRUCTIONS TO TENDERERS

3. Issue and submission of tender documents.

3.1 E-tendering:

3.1.1 Aspiring bidder who wish to undergo training to e-tendering should submit their request in writing to undersigned on or before 30.01.2009 and the training will be considered for such contractor on 02.02.2009 at 11.00 AM at the centre for e-governance MS building, Bangalore-I.

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 30.01.2009.

3.1.3. The contractors can request for e-tendering documents from 05.02.2009 to 10.02.2009 in KBJNL web site http;//eproc.karnataka.gov.in/e-tortal/index. same link e-tender document on payment (non refundable) of Rs.7,500/- 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 12.02.2009 during the office hours.

3.1.4.The contractor can have access to e-tender document from 06.02.2009 to 12.02.2009 up to 5.00 pm.

3.1.5 A pre-bid conference will be held on 17.02.2009 at 11.00am at the office of the Managing Director, KBJNL, PWD annexure, III Floor, K.R.Circle, Bangalore-560 001. The bidders should submit their quarries if any for clarifications on or before 16.02.2009 positively.

3.1.6. Submission of completed e-tendering documents will be from 24.02.2009 to 27.02.2009 up to 5.00pm.

3.1.7. Cover-I (Technical bid) of qualified bidder will be opened in the office of the Managing Directors, KBJNL, Bangalore on 28.02.2009 at 11.00 AM.

3.1.8. Cover-II (Financial bid) of qualified bidder will be opened in the office of the Managing Director, KBJNL, Bangalore on 09.03.2009 at 11.00am.

5.4 Further information can be had from the under signed during office hours phone no:08426-281044.

Sd/-(R.THIRUMURTHY)

Executive Engineer,KBJNL, ALBC division,

Almatti

5

Page 6: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

Volume: 01.3KARNATAKA NEERAVARI NIGAM LIMITED

(Government of Karnataka enterprises)

No. KNNL/SLI/Division No.-1/Tender/2008-09/648 Dt: 05-01-2009Office of the Executive Engineer, KNNL SLIS Division No-1, MUNDARGI

Ph No: 08371-262174

PRE QUALIFICATION CUM TENDER NOTIFICATION(e-Tendering cum manual tendering)

1. Sealed manual (Conventional) and electronic tenders in two cover system duly super scribing the name of the work are invited on lump sum, turnkey basis on behalf of the Managing Director, KNNL, Bangalore by the Executive Engineer, KNNL, SLI Division No.1 MUNDARGI from the enlisted category contractors under KNNL, who satisfy the Pre-Qualification conditions for taking up lift irrigation works on turnkey basis.

1. Two cover system of tendering consisting of Envelope-I and Envelop-II will be followed. The Envelop-I shall contain the following documents.

a) The certificate of registration issued by the State/Centre/Public sector organization along with category certificate in original

b) The requisite Earnest money deposit (EMD)c) Latest copy of VAT Registration certificate.d) Employees provident fund (EPF) registration certificate.

In respect of contractors who are not registered with the EPF authorities, the contractors should produce an undertaking that he/she shall, within 7 days of the close of every month submit to the Executive Engineer statement showing the recoveries of contribution in respect of employees employed by or through him and shall also furnish such information as the Executive Engineer is required to furnish under the provisions of the scheme to the Commissioner E.P.F.

e) The details of certificate for tie up with manufacturers of pumping machinery and electrical works for execution of electro mechanical components of lift irrigation scheme.

f) Documants for pre qualification requirements- Technical bid g) List of men and machinery workshop or factory available with him/her or

with the partner for taking up the work.Envelop-II shall contain the technical bid & financial bid. Both Envelop-I & Envelop II shall be put in a Single Envelop, Sealed & Submitted.

6

Page 7: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

The details of work put to tender are as follows.

Sl No

Name of work

Approximate amount

put to tender (Rs in Lakhs)

E.M.D (Rs. In lakhs)

Stipulated period of

completion including monsoon.

Category of

contractor eligible enrolled in KNNL

1 2 3 4 5 61 Design, drawings preparation of

estimates, supply, Installation, Testing and Commissioning of pumping machineries with LT motors, Transformer, Rising mains, including construction of intake arrangements, Transition Sump, Jack well-cum-pump house, Delivery chambers, Electrical works, EOT crane, Supply of spare parts and tools, on lump sum turnkey basis including Operation and Maintenance of the system for two years from the date of completion, for Head works of Mundawad and Hammigi Lift Irrigation on left side under SLIS in Mundargi Tq, Gadag Dist, Karnataka State

1076.00 10.80 18 Calendar Months

Category-II & Above,

3. MANUAL TENDERING.i) The aspiring bidders may submit their applications for blank tender documents,

After receiveing blank tender documents, the bidders should submit the sealed tenders at any of the following places on notified dates.a. Registered office KNNL, 4th Floor, Coffee Board Building No.1 Dr. B.R.Ambedkar Veedhi Bangalore-560001 b. O/o M.D.KNNL, Walmi Building Belgaum road Belur, Dharwad.c. O/o Executive Engineer, KNNL, No.1, S.L.I. Division, Mundargi, Gadag Dist.

ii) The cost of blank tender documents per set including all taxes is Rs. 28750/-(Rupees Twenty eight thousand seven hundred fifty only) It is not refundable and shall be in the form of “DD” (Demand Draft) or “BC” (Bankers Cheque) drawn in favour of Executive Engineer, KNNL, No.1, S.L.I. Division, Mundargi, Payable at State Bank of Mysore Gadag branch and shall be attached with the application. The bidders should mention in their application the place from where they wish to receive the tender documents.

iii) Submission of requisition for blank tender documents from 15-01-2009 to 20-01-2009 upto 5.30 p.m..

iv) Issue of blank tender documents at any of the place as requested by the contractor from 27-01-2009 to 31-01-2009 upto 5.30 p.m.

7

Page 8: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

v) A pre-bid, conference will be held on 05-02-2009 at 11-00 am at the office of the Managing Director, KNNL, 4th Floor, Coffee Board Building, No.1, Dr. B.R.Ambedkar Veedhi, Bangalore-560001.

vi) Last date for submission of completed tenders will be on 16-03-2009 upto 4.30 p.m.

vii) Envelop-I containing bid security and documents for pre qualification requirements will be opened on 19-03-2009 In the office of the Managing Director KNNL, 4th Floor, Coffee Board Building, No.1, Dr. B.R.Ambedkar Veedhi, Bangalore-560001. at 11-00 am

viii) Envelop-II containing price bid & Technical bid will be opened at the office of the Managing Director, KNNL, 4th Floor, Coffee Board Building, No.1, Dr. B.R.Ambedkar Veedhi, Bangalore-560001. on 24-03-2009 At 11-00 a.m.

ix) “EMD” shall be furnished in the form of Demand Draft or Banker’s Cheque or Bank guarantee of any Nationalized or scheduled bank drawn in favour of the Executive Engineer, No.1, S.L.I. Division, Mundargi, payable at Gadag. The validity of EMD shall be for a period of 180 days from the date of opening of tender, (it should be in the format enclosed to tender booklet) Tenders received without valid EMD shall be rejected.

4) e-TENDERINGIn addition to the normal tendering procedure in order to enhance transparency through automation in the tendering process, KNNL has introduced electronic tendering process for E-Tendering.

i) The blank tender documents can be obtained through web site www.knnlindia.com and by linking to e-tender(i.e.once you are in the web site click on e-tendering wizard which will link [email protected] where e-tendering is provided) and can be submitted through electronic tender box available therein also.

ii) The contactors can request for e-tendering documents from 15-01-2009 to 20-01-2009 in the KNNL, web site www.knnlindia.com link e-tender document on payment (non refundable) of Rs. 28750/- towards the cost of e-tendering document including all taxes. While applying the contractor should enter the particulars of payment like D.D., number, date, amount and name of the Bank Contractors who are applying through e-tender should submit D.D. at office of the Executive Engineer, KNNL, No.1 S.L.I.Division, Mundargi on or before 20-01-2009.

8

Page 9: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

iii) Aspiring bidders who wish to undergo training in e-tendering should submit their request in writing to undersigned on or before 20-01-2009 and the training will be conducted for such contractors on 22-01-2009 at 11-00 a.m at O/o MD, KNNL Bangalore Office.

iv) The aspiring contractors who have not previously obtained the user ID and password for participating in e-tendering in KNNL may now obtain the same by requesting in writing to the MD, KNNL, Regd. Office, Bangalore office on before 22-01-2009

v) The amount of Rs. 28,750/- Shall be paid in the form of Demand Draft (D.D.) or banker’s cheque of a Nationalized / schedule Bank draw in the favour of the Executive Engineer, KNNL, SLIS Division, No1 Mundargi payable at gadag (non-refundable when the blank tender documents are issued to tenderer)

vi) The contractor can have access to a e-tender document from 27-01-2009 to 31-01-2009 up to 5.30 p.m.

vii) A pre-bid conference will be held on 05-02-2009 at 11.00 a.m at the office of the Managing Director, KNNL, 4th Floor, Coffee Board Building, No.1, Dr. B.R.Ambedkar Veedhi, Bangalore-560001.

viii) Submission of completed e-tendering document from 16-03-2009 up to 4.30 p.m

ix) Envelop-I will be opened in the office of the MD, KNNL, Bangalore on 19-03-2009 at 11.00 a.m.

x) Envelop-II will be opened in the office of the MD, KNNL, Bangalore on 24-03-2009 at 11.00 a.m.

xi) The contractor may obtain tender documents from the web site, fill them, submit the completed tendered document into the electronic tender box on the web site itself. The EMD shall be scanned and attached to the e-tender document and original EMD document shall be submitted in person to Executive Engineer, KNNL, No.1, S.L.I. Division, Mundargi before opening of the tender. The validity of EMD shall be for a period of 180 days from the date of opening of tenders.

9

Page 10: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

xii) In case of e-tendering the necessary certificates shall be scanned and attached to the e-tender document. The original certificates shall be produced at the time of opening of tenders (Envelop-I) for verification.

xiii) Further information about electronic tendering can be had from www.knnlindia.com and linking to e-tender or e-mail [email protected].

7. NOTESi) The intending bidder /firm/company should have satisfactorily complete at

least one similar type of project costing not less than 50% of the amount put to tender like lift irrigation, water supply project involving lift components from surface source of water jackwell/rising main/ pumping machinery on turnkey basis including design evaluation, operation and maintenance (Certificates should be obtained from not below the rank of Executive Engineer).

ii) The bidder should have an annual financial turnover of minimum of Rs. 20-00 Crores. in any two years during the last five years. Audited balance sheet to be enclosed.

iii) The intending bidder/firm /company should furnish list of manpower machinery workshop factory available with them for taking up the work.

iv) The bidder should furnish certificate of tie up with manufacturer of pumping machinery and contractors executing electrical sub-station and electrical works inside pump house for lift irrigation scheme.

v) The intending bidders are advised to visit the site of work and submit any queries in advance, before attending the pre bid meeting.

vi) The successful bidder should produce an additional performance bank guarantee for the difference amount below 25% if the quoted Rates are below 75% of the estimated rates, before executing agreement with KNNL.

vii) Any document submitted through post/courier is at the risk of the contractor and KNNL will not be responsible for postal delay.

viii) The contractor should attach his/her scanned signature to the Schedule-B before submitting.

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

10

Page 11: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

x) Further information can be had from the office of the EE SLI Division No 1 Mundargi Gadag dist during office hours Phone. & Fax No 08371-262174

xi) Conditional tenders are liable to be rejected. The officer competent to accept the tender shall have the right to reject any of all the tenders without assigning any reason whatsoever.

xii) Corrigendum will be published in the web site/News papers for all modifications or corrections if any.

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

xiv) The completed tender bids should be submitted in separate sealed cover. The cover should be super scribed with name of work, tender notification no and date.

xv) The contractor should mention their recent correct postal address in the declaration form.

xvi) Incomplete tender documents will be rejected.

xvii) All materials like steel, cement etc required for the above work should be procured by the contractor only. No departmental supply of any materiels shall be made by KNNL.

xviii) All the necessary documents should be attested.

xix) The contractors shall send the authorization letter for their representatives duly attesting their signature.

Sd/-Executive Engineer

KNNL, SLI Division No.1MUNDARGI

Volume: 01.4

KARNATAKA NEERAVARI NIGAM LIMITED

11

Page 12: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

(A Government of Karnataka enterprises)

No. KNNL/SLI/Division No.-1/T.S-1/Tender/2008-09/ 647 Dated: 05-01-2009

Office of the Executive Engineer, SLI, Division No.1, KNNL, MUNDARAGIPhone No. 08371-262174

CANCELLATION OF PRE-QUALIFICATION TENDER NOTIFICATION No.3/2005-06

Reference:1. This office tender notification No. KNNL/SLI/Division No.-1/T.S-1/

Tender/2005-06/ 1003 Dated: 16.02.2006.2. This office Corrigendum No. KNNL/SLI/Division No.-1/T.S-1/ Tender-

corrigendum/2005-06/ 1036(a) Dated: 23.02.2006.3. This office Corrigendum No. KNNL/SLI/Division No.-1/T.S-1/ Tender-

corrigendum/2005-06/ 1130 Dated: 23.03.2006.4. Chief Engineer, Irrigation Central Zone, Munirabad, Letter No:

TA4/AE8/SLIS/2008-09/3351 Date:24-12-2008

The tender notification called by this office vide letter Ref. No-1, 2 and 3 for the work of Design, supply, installation and commissioning of pumping machineries, rising main, construction of intake channel, sump and jack well cum pump house etc., for the work of Mundawad and Hammige Lift for Singatalur Lift Irrigation Scheme on lump-sum turnkey basis is here by cancelled due to the change in design and scope of the work. A fresh notification will be called for the changed scope of work.

- sd -Executive Engineer,

KNNL, SLI Division No. 1, MUNDARAGI

Volume: 01.5CAUVERY NEERAVARI NIGAMA LIMITED

(A Government of Karnataka Enterprise)

Office of the Executive Engineer, K.R.S. Division, K.R. Sagara, Srirangapatna Tq., Mandya Dist. Tel. No. 08236 257227, Fax: 257976

SHORT TERM TENDER NOTIFICATION No. 08 / 2008-09 / Date.29-12-2008 16-12-2008

(In continuation to this office Tender Notification No. 02 / 08-09 / 02-07-2008)

Name of work:-

Design, Fabrication, Supply, transportation to work site, Erection, Painting testing and commissioning of 4 Nos. (Four Nos.) of Vertical lift fixed wheel / STONEY type gates for the +80’ level sluices of K.R.Sagara Dam with necessary reconditioning

12

Page 13: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

/modification /up gradation to the existing cast steel embedded parts and the rope drum hoist on TURN KEY BASIS.(Two alternatives-See scope of work)

(TWO COVER SYSTEM THROUGH MANUAL CUM ELECTRONIC TENDERING)Manual cum Electronic tenders (E-tenders) in the prescribed form in two cover

system i.e., cover-A and cover-B are invited by the undersigned on behalf of the Managing Director, Cauvery Neeravari Nigama limited, from PWD Class-I Contractor / Reg. firm / Government of Karnataka or central government or any government under taking or public sector for the works mentioned in the statement below. Tenders are through Manual cum e-tender in order to enhance the transparency in the tendering process as per the Government of Karnataka Circular vide No. WRD 78 MBI 2003 dated 22.9.2003 www.tenderwizared.com/CNNL.

The blank tender documents can be obtained through website www.tenderwizard.com/CNNL and office of the Executive Engineer, K.R.S. Division, K.R. Sagara. Other conditions and information can be obtained through above mentioned website or at the office of the Executive Engineer, K.R.S. Division, K.R. Sagara, Srirangapatna taluk, Mandya District.

DETAILS OF WORKS PUT TO TENDER

Sl No Name of work

E.M.D.(Rs. In lakhs.)

Cost of tender forms

(including KST)(In Rs.)

Stipulated period for completio

n (including monsoon)

Eligibility of contractor

Last Date for

Receipt of applicatio

n upto5.30 PM

Issue of

blank tender forms upto5.30 PM

Receipt of

completed tender

forms upto

4.00 PM01.

Design, Fabrication, Supply,

transportation to work site, Erection,

Painting testing and commissioning

of 4 Nos. (Four Nos.) of Vertical lift

fixed wheel / STONEY type gates for the +80’ level

sluices of K.R.Sagara Dam with necessary reconditioning

/modification /up gradation to the

existing cast steel embedded parts

and the rope drum hoist on TURN KEY

BASIS. .(Two alternatives-See scope of work)

1.00 % of Bid

Amount. (higher of

two alternative

s)

10,000.00 4 months

CNNL Reg Contractors / PWD Class-I

contractor / registered

Firm / Governme

nt of Karnataka or Central Government or any

Government under taking or

public sector

27-01-2009

31-01-2009

09-02-2009

1. Pre bid Meeting: on 03-02-2009 at 11.00 AM at the O/O Executive Engineer, C.N.N.L., K.R.S. Division, K.R. Sagara, Srirangapattana Tq. Mandya Dist.

13

Page 14: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

2. Date of opening of technical Bid cover ‘A’ – 09-02-2009– at 4.30 P.M.3. Date of opening of financial bid cover ‘B’ will be intimated after the approval of

technical bid communicated.

The eligible contractors should furnish the details clearly about their submission of tenders either by manually or by e-tendering system at the time of submission of application form and should abide by the same system till the end of processing of tender. In case if they desired to submit through e-tendering system, they can obtain the blank tender forms through E-tendering address www.tenderwizard.com/CNNL. The blank tender forms can be obtained manually directly from the office of the Executive Engineer, K.R.S. Division, K.R. Sagara. The completed tender forms may be submitted to any of the following offices.

1. Managing Director, Cauvery Neeravari Nigama Limited, coffee board building, 4th floor, Dr. B.R. Ambedkar Street, Bangalore.

2. Chief Engineer, C.N.N.L., Irrigation (S) Zone, Public Office Building, New Sayyaji Rao Road, Mysore.

3. Superintending Engineer, K.R.S.M & MIP circle, Mandya, Karnataka.4. Executive Engineer, K.R.S. Division, K.R. Sagara, Srirangapatna taluk,

Mandya dist. Karnataka.

Two cover bid system of tendering consisting of Technical bid as Cover–‘A‘ and Financial bid as Cover –‘B’ shall be followed. The evaluation of Technical bid will be done based solely on the information provided by the Bidder as per documents. Financial bid of only those bidders who qualify in the Technical bid will be opened on the specified date.

Technical bid (Cover–‘A‘) Shall contain the following documents:-1. The E.M.D. shall be in the form of D.D. / Pledged N.S.C. / Pay Order for the

amount equal to 1.00 % of the quoted amount (Higher of two alternatives) obtained from any Nationalized Scheduled Bank, drawn in favour of the Executive Engineer, K.R.S. Division, K.R.Sagara payable at Mysore. This shall be sealed in a separate cover and enclosed in cover ‘A’ The validity of EMD should be for a period of 180 (one hundred eighty) days from the date of submission of tender. The D.D. / Pledged N.S.C. / Pay Order number and Name of Bank / Post Office are to be mentioned on the Cover containing the D.D. / Pledged N.S.C. / Pay Order

2. The Bidder should furnish the certified copies for having registered in P.W.D. / Central Government / Government under taking firms/ Reg. Firms.

3. The intending bidder should have satisfactorily completed similar type of work or gate work of major dams in last five financial years i.e., 02-03, 03-04, 04-05, 05-06, 06-07.

4. The intending bidder should have at least in two (2) years a minimum annual financial turn over of Rs 50.00 Lakhs cost during the preceding five (5) completed financial years i.e., 02-03, 03-04, 04-05, 05-06, 2006-07, Financial turn over of pervious year shall be given weightage of 10% per year to bring to the present price level. For the financial qualifying requirements latest Audited balance sheet by charted accountant shall be enclosed.

5. The certificates of experience copy must be signed by the Concerned project authorities not below the rank of Executive Engineer.

6. The Bidder should submit the letter of credit equal to minimum of Rs. 20.00 Lakhs from any Nationalised / Scheduled bank in the prescribed form.

14

Page 15: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

7. The Bidder should furnish the list of such works carried out in the past five years in the prescribed form.

8. The Bidder should posses necessary technical knowledge, workshop, and erection machinery for carrying out gate works. Details of Technical personnel, work experience, pocession of the required machinery may be furnished in prescribed form at the time of application for the tenders.

9. Broad design computations, outline drawings, Erection sequence and procedure, proposed modification to the embedded parts and Hoist.

Financial bid (Cover-‘B’) shall contain the following documents

1. The quoted rate should be both in figures and words and if any corrections should be attested with signature. Break up of cost of quoted amount in the format given.

General conditions:-

1. The Bidder should sign in each page of the tender booklet.2. Right to postponement of tender or any date rests with the CNNL.3. Right to accept or reject all or any one tender without giving any reasons.4. The bidder, who wishes to participate in the tender work, must have full

knowledge about the workspot, type of work, available communication facilities to workspot and other relevant details.

5. All necessary original documents and certificates should be submitted on the date of opening of tender.

6. If the date mentioned in the above notification happens to be a general holiday; the next working day will holds good.

7. The conditional tenders will be rejected.8. The tenderer should submit two separate sealed covers ‘A’ & ‘B’ placed in a

single sealed cover inscribing the name of work, Notification number and Date boldly and clearly written and submitted with in the due date for submission of tenders.

9. The cover – ‘A’ will be opened in presence of the bidder or his person authorised representative. The list of eligible bidders will be prepared and informed with letter of intimation.

10. The cover-B of such eligible bidders will be opened in presence of them or their authorised representative under intimation.

11. The application fee remitted for tender forms will not be refunded.12. CNNL reserves the right to verify any information/ documents furnished by the

bidder, should the circumstances so warrant in the overall interest of the work. In case the information or the documents furnished are found to be incorrect or invalid, then the EMD furnished by such bidder will be forfeited and his tender will be rejected.

13. Any details about the work may be obtained from the office of the Executive Engineer, K.R.S. Division, K.R. Sagara, Srirangapatna taluk, Mandya district on any working day during office hours.

14. The agencies who have applied for the work vide tender notification No. 2/08-09/ 2-07-08 of this office need not apply again. Tender booklets will be issued to them on the basis of earlier application.

Sd/-Executive Engineer

C.N.N.L., K.R.S. DivisionK.R. Sagara.

15

Page 16: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

Volume: 01.6GOVERNMENT OF KARNATAKA.WATER RESOURCES DEPARTMENT

OFFICE OF THE CHIEF RESEARCH OFFICER, TECHNICAL SERVICES DIVISION, KARNATAKA ENGINEERING RESEARCH STATION, K.R.SAGARA.

Notification No. CRO/TSD/KERS/ESC BUILDING-10/2008-09 Dt :07/01/2009

SHORT TERM INVITATION FOR TENDER(Only through electronic tendering system)

The Chief Research Officer, Technical services division, K.E.R.S., K.R.Sagara invites Item rate Tenders under Two cover bid system as per the Karnataka Transparency in Public Procurement Act 1999 and Rules 2000 and as per the prescribed Performa of Standard Tender Document (KW-4) through electronic tendering system (e-tender) from eligible Class-I Contractors (Civil & Electrical) registered in KPWD who have got adequate financial resources, state of the art technology, suitable construction equipments, technical man power & sufficient past experience for the following work as per the schedule given below:

Name of the work

Approxcost put to

tender(Rs.in lakhs)

EMD(Rs.in lakhs)

Cost of tender documents

(Non-refundable)

(Rs.)

Time for completion

Construction of New Engineering Staff College Building, K.E.R.S.,

Krishnarajasagara. 121.00 2.00 15,000/-

12 Months (including

monsoon & mobilisation

Periods )

a) Last date for receiving requisition for tender documents.

: 28.01.2009 upto 4.00 pm

b) Issue of blank Tender documentsc) Date & time of Pre Bid meeting

: 30.01.2009 onwards: 02.02.2009 at 11.00AM

d) Last date for receipt of Tender documents : 09.02.2009 at 4.00 pme) Opening of tenders : 09.02.2009 at 4.30 pm

or subsequent working day

16

Page 17: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

STATE TENDER BULLETIN, VIKASA SOUDHA, BANGALORE.

Sl No

Competent Authority

for inviting Tender

I.F.T. and Date

Name of Work

Amount put

to Tende

r ( Rs.

in Lakhs)

E.M.D ( Rs. in Lakhs)

Last date for receipt

of Application

Issue of blank

Tender Docum

ents

Last date for

receipt of

Tender

Documents

Competent

Authority for

receiving Tender

1 2 3 4 5 6 7 8 9 10

1

Chief Research Officer,

Technical Services Division,

Karnataka Engineering

Research Station,

Krishnarajasagara.

Tender Notification

No. CRO/TSD/KE

RS/ESC BUILDING-10/2008-09 Dt :07/01/

2009

Construction of New

Engineering Staff College

Building, K.E.R.S.,

Krishnarajasagara.

121.00 2.00

28-01-200930-01-2009

09-02-2009

Chief Research Officer,

Technical Services Division,

Karnataka Engineering Research

Station,Krishnaraja

sagara.

Upto 16.00 Hrs.

onwards Upto 16.00 Hrs.

Note : 1. The bidders/contractors should submit the requisition for tender documents, to the

undersigned on or before 4.00 p.m.of 28 - 01 -2009. The requisition for tender documents should accompany Valid Registration Certificate issued by KPWD, Demand Draft towards tender document fee., Permanent Account Number, & VAT Registration Certificate. Also, the pass book issued by the KPWD should be produced along with the above. Except the Demand Draft, the copies of all the other documents have to attested by a Gazetted Officer or a Notary. Failure to submit any of the above documents, the requisition for tender documents will not be considered. The original documents should be produced for verification at any stage of tender process as and when sought for, failing which, the bids are liable for disqualification.

2. Participating bidders/contractors in the tender should submit the following documents along with Technical Bid :

a) Work done certificate for having successfully executed at least one similar single work and in a year costing not less than 80% of the value of the amount put to tender in any one financial year during block period of previous five financial years. Certificate to

17

Page 18: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

this effect from a competent authority not below the rank of Executive Engineer should be enclosed. The work done certificate should mention the details of work executed and the date of commencement & date of completion of the work.

b) E.M.D. in the form of Demand Draft drawn in favour of Chief Research Officer, Technical services division, K.E.R.S., K.R.Sagara payable at Mysore

c) The bidder must submit Line of Credit for an amount equal to 30% of the amount put to tender issued by Nationalised/Scheduled Bank in original, for the particular work.

d) The bidder must submit balance sheets for proof of having annual turn over not less than twice the amount put to tender in any two of the previous five financial years, which shall be duly certified by a Chartered Accountant.

e The bidder should own or demonstrate his assured access (through hire/ lease/purchase agreement invoice) to the items of plants and equipments supported by documentary evidence as listed below :

1. concrete mixer – 2 no.(Min 7.5 cft capacity )2. Concrete vibrators- 3 no.3. Centering, scaffolding and form works materials.-500

Sqmtr.4. Lorry/tipper – 1 no.

All the copies of the above documents {except (b) & (c) } shall be attested by a Gazetted Officer or a Notary, otherwise, the bids are liable for disqualification. The original documents should be produced for verification at any stage of tender process as and when sought for, failing which, the bids are liable for disqualification.

3. The Tender comprises two cover bid system (i) Technical Bid containing details of information & documents as per

2 (a) to 2 (e) above. (ii) Financial Bid containing only rates quoted through electronic

tender. Financial bid of only those tenderers who fulfill the eligibility criteria and qualify technically, shall be opened.

4. Aspiring bidders / contractors who have not obtained the user ID & password for participating in e-tendering in WRD, may now obtain the same from the website www.tenderwizard.com/WRD through link “Register Me”. User ID &Password will be issued to the contractor only on presenting the Pass book (Contractors Registration Book) and entries will be made in the passbook at the time of registering for User ID & Pass word. If the contractor is unable to collect the User ID & Password in person, the same may be obtained through a representative with an authorization letter duly attesting his signature along with production of Pass book.

5. Bidders/Contractors can access tender documents on the website, fill them and submit the completed tender document into electronic tender on the website

18

Page 19: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

itself with in the stipulated date. The blank tender documents can be obtained through website: www.tenderwizard.com/WRD where electronic tender form is provided. Additional conditions and information also can be obtained through the above mentioned website.

6. Non submission of tender attracts action as per conditions stipulated in the rules of Registration of contractors.

7. Tendering through Joint Venture is not allowed.

8. The item rates shall be clearly and legibly typed both in figures and words in English only.

9. The successful tenderer will have to execute an agreement with the Chief Research Officer,Technical services division, K.E.R.S., K.R.Sagara within the

date stipulated.

10. The work shall be commenced with all earnestness within seven days from the date of issue of work order, failing which it would be presumed that he is not interested in the work and action will be taken to get the work executed through alternate agency at the risk and cost of the former tenderer.

11. 1% of the tender amount will be deducted from the work bill towards Construction Workers Welfare cess besides the other statutory deductions.

12. Corrigendums / modifications / corrections, if any, will be published in the website.

13. Conditional tenders, incomplete tenders, tenders without EMD and late submission of tenders shall be rejected.14. If any of the dates mentioned above is declared an holiday, the next working

day will hold good without any change in the timings indicated.

15. Chief Research Officer, Technical services division, K.E.R.S., K.R.Sagara reserves the right to accept / reject any or all tenders without assigning any reasons.

16. Further details of work can be obtained in the office of the undersigned Officer on all working days.

Sd/-Chief Research Officer,

Technical Services Division,K.E.R.S., K.R.SagaraSrirangapatna Tq,

Volume: 01.7

GOVERNMENT OF KARNATAKA(Water Resources Department)

Office of the Executive Engineer, No:2 Canal Division Odderahatti, Tq;Gangavati, Koppal District.

19

Page 20: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

No; EE-2/TS-1/TND/2008-09/1323 Dated: 02.01.2009

::TIME EXTENSION::SHORT-TERM TENDER NOTIFICATION

TWO COVER BID SYSTEM (KW-4)(Manual and Electronic Tendering System)

Sub: Tender works of T.L.B.C. Main canal and Distributory-Time Extension.Ref: This office Tender Notification No.1096 Dated:26.11.2008

----The Calendar of events mentioned under this office Tender Notification cited

above are extended as below.

1.

Last date for receipt of application for blank tender documents

:: 20-01-2009 up to 5.30 PM

2 Date of issue of blank tender documents :: 23-01-2009 to 28-01-2009 up to 5.30PM.

3 Date of Pre-Bid Meeting :: 31-01-2009 up to 11.00AM.4 Date of receipt of completed tender documents

(Both Technical and Financial bids):: 03-02-2009 up to 11.00 AM.

5 Date of opening of Technical Bid. :: 04-02-2009 at 11.00AM

The other details mentioned under Tender Notification dated: 26-11-2008 remain un changed.

Sd/-Executive Engineer,

No:2, Canal Division., Odderhatti camp.

Volume: 01.8Government of Karnataka

(WATER RESOURCES DEPARTMENT)

Office of the Executive Engineer, No:6 Canal Division, Bellary.

No:EE-6/BLY/TS/Distry/Tender Notification (Manual Cum E-Tendering)/2008-09/1774 Date:09-01-2009.

SHORT TERM TENDER NOTIFICATION(MANUAL CUM ELECTRONIC TENDERING SYSTEM)

(TWO COVER BID SYSTEM) (KW-4)

20

Page 21: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

Manual (Conventional) cum electronic tenders are invited by the Executive Engineer No.6 Canal Division, Bellary. On behalf of Governor of Karnataka as per the terms and conditions laid down in K.W-4 from Class-I Contractor/Firms registered in Water Resources Department/Public Works Department of Karnataka State. (Under Head of Account 4701-800 for the year 2009-10) Two Cover Bid System of Tendering (Consisting of Technical bid and Financial Bid) manual cum electronic tendering system shall be followed: Financial Bid of only those bidders who qualify in the technical bid will be opened on a date to be intimated later. The tender documents should be submitted in two different sealed covers marked as Technical Bid and Financial Bid. These two covers shall be sealed and kept in another single sealed cover duly super scribing Name of work with full address of the Bidder.

The tenders are invited through manual tender cum E-Tendering in order to enhance the transparency in tendering process. E- Tendering by website: www.tenderwizard.com/ WRD.1. Two cover system of tendering consisting of Cover-1 and Cover-2 will be followed. The Cover-1 (Technical Bid) shall contain the following documents.

Cover-1i. EMD in the form of DD /Pay order/Irrevocable Bank Guarantee of Nationalized

Bank, NSC (Pledged in the name of Executive Engineer, No.6 Canal Division, Bellary) should be submitted along with the Tender Schedules. Tenders submitted without EMD will be rejected.

ii. Tender capacity.

1. Eligible tenderers will be qualified only if their available tender capacity is more than total value. The available tender capacity will be calculated as under.

Assessed available tender capacity = A X N X1.5 – B A= Maximum value of Civil Engineering works executed in any one year during the last five year taking in to account the completed as well as works in progress (considering 10% for each year).

N= Number of years prescribed for completion of works for which tenders are invited.

21

Page 22: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

B= Value, of existing commitments and on-going works to be completed during the tender period (Considering 10% for each year)

2. Works during the last 5 years.a) The Contractor should have completed similar works in at least last two

financial years (Civil Engineering construction works only)b) The contractor should have satisfactorily completed at least one similar work of

value not less than 80% of the amount put to tender as a prime contractor.iii. The turnover certificate should be certified by the Charted Accountant.

iv. Machinery Capacity:- The tenderers should posses ownership of the 50% the machineries required for

the work and submit the documents for the same. The necessary lease/rent availability certificate has to be furnished if the machinery is being taken on lease/rent.

Machinery required :-

SL:No Details of Machineries Nos.1 Excavator 0.90 cum Capacity 2 Nos.2 Concrete Mixer 7 To 10 cft Capacity 6 Nos.3 Lorry/Tippers 6 Nos.4 Water Tankers 2 Nos.5 D.R.R. 8 to 10 Ton Capacity 1 No.6 Vibrator 4 Nos.7 Generator 2 Nos.8 Mechanical paver. 1 No.9 Transits mixer. 2 Nos.

Any other required machineries may be obtained by himself.

v. The contractor should submit a list of liquid assets or availability of credit facility (from Nationalized Banks) not less than 25% of the amount put to tender.

Cover- II- Financial Bid:-

Cover II- Shall contain the Financial Bid. The Cover-I will be opened first and Cover-II of only those bidders who qualify the Technical Bid will be opened on a date intimated later.

22

Page 23: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

2. The details of works :-

PackageNo Name of Work

Approximate Amount put

to tender (Rs. In

lakhs)

Earnest Money Deposit (Rs. In Lakhs)

Cost of document

s(in Rs)

Period for completion of work

Class of contractor

s

1) No:2 HLC SUB-DIVISION, KURUGODU

I.

Providing Cement Concrete lining (with mechanical paver) from Km:6.00 to 10.00 including improvements to structures of Distributary-7 under RBHLC.

510.60 7.659 25,000/-60 ¢

£ÀUÀ¼ÀÄ (ªÀļÉUÁ® ¸ÉÃj)

1£Éà zÀeÉð

ªÀÄvÀÄÛ ªÉÄîàlÄ

Ö

2) No:2 LLC SUB-DIVISION, SIRGUPPA

II.

Providing Cement Concrete lining (with

mechanical paver) from Km:0.00 to 3.00 including

improvements to structures of Bagewady

Distributary under RBLLC.

269.56 4.044 25,000/-60 ¢

£ÀUÀ¼ÀÄ (ªÀļÉUÁ® ¸ÉÃj)

1£Éà zÀeÉð

ªÀÄvÀÄÛ ªÉÄîàlÄ

Ö

III.

Providing Cement Concrete lining (with

mechanical paver) from Km:3.00 4.00 & Km:8.00

to 10.00 including improvements to

structures Bagewady Distributory under RBLLC.

265.88 3.989 25,000/-60 ¢

£ÀUÀ¼ÀÄ (ªÀļÉUÁ® ¸ÉÃj)

1£Éà zÀeÉð

ªÀÄvÀÄÛ ªÉÄîàlÄ

Ö

3. Manual Tendering:i. The aspiring bidders may submit their application for receipt of blank tender

documents at the office of the Executive Engineer, No 6 Canal division, Bellary only and submit the completed sealed tenders (Technical and financial bid) at any of the following offices on the notified dates.

a) Office of the Chief Engineer Irrigation Central Zone Munirabad.b) Office of the Executive Engineer, No.6 Canal Division, Bellary. Ph:08392-268196.

ii. The cost of blank tender booklets including all taxes is Rs. 25,000- (Rs. Twenty five Thousand only) (non-refundable) and shall be in the form of Crossed Demand Draft infavour of Executive Engineer No.6 Canal Division, Bellary. Payable at

23

Page 24: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

Bellary and shall be submitted with the application. Tender Documents will be issued after verification of Registration Certificate.

iii. The last date for submission application for issue of blank tender documents is 09-02-2009 during office hours

iv. Issue of blank tender documents on 12-02-2009 during office hours

v. Pre-bid meeting will be held on 16-02-2009 at 11.00A.M in the office of the Executive Engineer, No.6 Canal Division, Bellary.

vi. Submission of completed tenders (Technical Bid and Financial Bid) on 18-02-2009 from 10.00 AM to 4.30 PM.

vii. Opening of Cover -I containing bid security and Technical bid Covers will be opened in the office of the Executive Engineer, No.6 Canal Division, Bellary. on dated 20-02-2009 at 11.00 AM.

viii. Cover-II of those who qualifies in Cover-I will be opened on the date which will be intimated later.

ix. EMD along with tenders should be in the form of DD / Pay order/ Irrevocable Bank Guarantee of Nationalized Bank, NSC (NSC should be pledged in the name of Executive Engineer, No.6 Canal Division, Bellary) along with the submission of Tender Schedules. Tenders received without EMD shall be rejected. The above dates will holds good for E-tendering also.

4. E-Tendering:1. The Tender can also be submitted through E- Tendering in the website:

www.tenderwizard.com/ WRD. In addition to the normal tendering procedure in order to enhance transparency through automation in tendering process, WRD has introduced Electronic Tendering process and tender documents can be obtained and completed tender documents can be submitted through electronic tender Box. This facility is available through Web Site: www.tenderwizard.com/WRD.

For any clarifications of E-Tendering contact Tele Fax: 080-23284311.

The Tenderer/Firms who wish to apply through E-Tendering shall remit the application fees of Rs:25,000/- (for each package) in form of Demand Draft of Nationalized Bank drawn in favour of" Executive Engineer, No:6 Canal Division, Bellary" payable at Bellary (Non-Refundable)

24

Page 25: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

ii. The blank tender documents can be obtained through Website: www.tenderwizard.com/WRD. And by linking to E-Tender (i.e., Once you are in the Website click on E-Tendering wizard which will like www.tenderwizard.com/WRD). Where electronic Tendering provided and can be submitted through electronic tender box available therein also.

iii. The Aspiring Contractors/ Firms, who have not previously obtained the user. I.D and password for participating in E-Tendering, may now be obtained from the office of the Director Operations, Karnataka State Electronics Developments Corporations, Bangalore - 580 001 (Ph: 080-22200169/ 080-23284311/ 080-23284313/ 080-41287932).

iv. The Contractor can request for E-Tendering documents upto 12-02-2009 during office hours in the www.tenderwizard.com/WRD. Link E-Tender document on payment of requisite E.M.D (Non-refundable) of Rs. 25,000/- towards the cost of E-Tendering Documents including all taxes. While applying the contractor should enter the particulars of payment like D.D. No. date, Amount and name of the Bank. Contractors who are applying through E-Tendering should submit their DD at office of the Executive Engineer, No.6 Canal Division, Bellary. On or before 09-02-2009 during office hours. The above amount of Rs. 25,000/- shall be paid in the form of Demand Draft of Nationalized Bank drawn in favour of "Executive Engineer, No.6 Canal Division, Bellary" payable at Bellary (Non-Refundable).

v. The Contractor can have access to E-Tender document from 12-02-2009 during office hours.

vi. Submission of completed (Technical & financial) E-Tendering documents on 18-02-2009 from 10.00 AM to 4.30 PM

vii. Opening of Cover-I containing bid security and Technical bid covers will be opened in the office of the Executive Engineer, No.6 Canal Division, Bellary on dated 20-02-2009 at 11.00 A.M.

viii. Cover-II of successful bidders will be opened on the date which will be intimated later.

ix. The contractor may obtain tender documents from the Web site, fill them and submit the completed, tender documents into electronic tender Box on the website itself the EMD Shall be scanned and attached to the E-Tendering documents and original EMD documents shall be submitted in person to

25

Page 26: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

Executive Engineer office, No.6 Canal Division, Bellary on or before 20-02-2009 at 11.00 AM.

x. In case of E- Tendering the necessary certificates shall be scanned and attached to E-tender documents. The original certificate shall be produced at the time of opening of tenders (Cover-I) for verification.

xi. Further information about electronic tendering can be had from www.tenderwizard.com/WRD. (Ph: 080-22200169/ 080-23284311/ 080-23284313/ 080-41287932.& Executive Engineer, No:6 Canal Division, Bellary Office Ph:No:08392-268196)

5. General Conditions:1. The intending bidders are advised to visit the site of work before submitting

their tenders.2. If any of the dates noted above happens to be a general holiday the next

working day will holds good.3. Tenders will be opened on the due date in the presence of contractors or their

authorized representatives.4. The Executive Engineer will have the right to accept or reject any tender or all

tenders without assigning any reason thereof.5. The contractor may contact the undersigned during the office hours for any

details pertaining to this work.6. The contactor should adhere to the accepted action plan submitted by him

under any circumstances without linking to the pending payment to the work.7. Documents submitted by contractor should be attested by an officer not below

the rank of Executive Engineer.8. The payment of bills of these works will be made as and when letter of credit is

received under the same Head of Account from Government of Karnataka.9. Maintenance Period of Two Years from the date of completion of work.10.The Successful bidders should produce an additional performance security

deposit in the form of Irrevocable Bank Guarantee /DD drawn in favour of Executive Engineer, No.6 Canal Division, Bellary payable at Bellary for the difference amount below 25% of the estimated rates while executing agreement with Executive Engineer No.6 Canal Division Bellary.

11.The contractor should attach his/her scanned signature to the schedule-B before submitting.

26

Page 27: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

12.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 Department is shall be responsibility of the bidder to take position of such land and start the work by consent of the land owners before commencement of the work at no extra cost to the department and no claim whatsoever relating to non-availability of lands would be entertained.

Sd/-Executive Engineer,

No:6 Canal Division, BellaryVolume: 01.9

GOVERNMENT OF KARNATAKA(Water Resources Department)

Office of the Executive Engineer, No. 3 Canal Division, Sindhanur.

NO: EE.3/TS-1/CLOSURE-09/TENDER/2008-09/1639 DATE: 7-01-2009

SHORT TERM TENDER NOTIFICATION (TWO COVER SYSTEM)(Manual and Electronic Tendering System) (KW-4)

Manual(conventional) cum electronic tenders are invited by the undersigned on behalf of Governor of Karnataka as per terms and conditions laid down in KW-4 from Class-1 contractors/Firms registered in KPWD/Water resources department of Karnataka state. Two cover bid system of tendering(consisting of technical bid and financial bid) manual cum electronic tendering system shall be followed: Financial bid of only those bidders who qualify in the technical bid will be opened on a date to be intimated later. The tender documents should be submitted in two different sealed covers marked as Technical Bid and Financial Bid. These two covers shall be sealed and kept in another single sealed cover duly super scribing Name of work with full address of the Bidder. The tenders are invited through manual cum E-Tendering in order to enhance the transparency in tendering process. E-Tendering by website: WWW.tender wizard.com/ WRD.

I) Two cover system of tendering consisting of Cover-1 and Cover-2 will be followed.

The Cover-1 (Technical Bid) shall contain the following documents. Cover-1

a) EMD in the form of DD/ pay order/ Irrevocable Bank Guarantee of Nationalized/ Scheduled Bank/ NSC-pledged in the name of Executive Engineer, W.R.D., NO:3 Canal Division, Sindhanur, should be submitted along with the Tender schedules. Tenders submitted without EMD will be rejected.

b) Tender capacity.1. Eligible tenderers will be qualified only if their available tender capacity is more than the total tender value. The available tender capacity will be calculated as under. Assessed available tender capacity—AxN x 1.5 –B Where

27

Page 28: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

A = Maximum value of civil engineering works executed in any one year during the last five year taken into account the completed as well as works in progress.(considering 10% for each year)

N = Number of years prescribed for completion of the works for which tenders are invited.

B = Value, of existing commitments and on-going works to be completed during the tender period

i. Works during the last 5 years. a) The tenderer should have achieved in at least Two financial years a

minimum financial turnover (civil engineering construction works only.) of Rs. 400.00 Lakhs.

b) The contractor should have satisfactorily completed at least one similar work of value not less than 80% of the amount put to tender as a prime contractor.

c) The turnover certificate should be certified by the Charted Accountant.

ii. Machinery capacity. The tenderers should posses ownership of the 50% of the machineries required for the work and submit the documents for the same. The necessary lease/ rent availability certificate has to be furnished if the machinery is being taken on lease/ rent.

iii. Machinery required

1) Excavator 0.90 cum Capacity -------------------- 2 No’s2) Concrete mixer 7 to 10 cuft. Capacity -------------------- 6 No’s3) Lorry/ Tippers. -------------------- 6 No’s4) Water Tankers -------------------- 2 No’s5) D.R.R. 8 to 10 Tonne Capacity -------------------- 2 No’s6) Vibrator -------------------- 3 No’s7) Generator -------------------- 2 No’s8) Mechanical paver -------------------- 2 No’s

Any other required machinery may be obtained by himself.

iv. The contractor should submit a list of liquid assets or availability of credit facility ( from nationalized banks ) not less than 25% of the amount put to tender.

Cover-II-Financial Bid :-

Cover-II – Shall contain the Financial Bid. The Cover-I will be opened first and Cover-II of only those bidders who qualify the Technical Bid will be opened on a date intimated later.

II) The details of the works put to tender are as follows: Pack-age.No Name of Work

Approximate value of

work(Rs.in Lakhs)

EMD(Rs.in

Lakhs)

Cost of documentsin Rs. (Non refundable

Period for completion

of work (Including

28

Page 29: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

) mansoon)1 2 3 4 5 61 Providing RCC Lining with mechanical

paver from Ch: 2979.50 to 2998.00 & 3002.00 to 3008 in Km.91 of TLBC

178.60 2.68 15000 90 Days

2 Providing CC Lining with mechanical paver from Km. 0.00 to 2.00 of Distributory -55 of TLBC

143.67 2.16 15000 90 Days

3 Providing CC Lining with mechanical paver from Ch: 2.00 to 60.00, 72.50 to 120.00 of Distributory - 40 of TLBC

236.55 3.55 15000 90 Days

4 Providing CC Lining with mechanical paver from Ch:3.00 to 58.00(in selected reaches) of Distributory-45 of TLBC

118.75 2.00 15000 90 Days

III) Manual Tendering :-

i) The aspiring bidders may submit their application for receipt of blank Tender documents at the office of the Executive Engineer, No. 3 Canal Division, Sindhanur, Dist. Raichur only and submit the completed sealed tenders (Technical and financial bid) at any of the following offices on the notified dates.

A) Office of the Chief Engineer, Irrigation Central Zone, Munirabad.B) Office of the Superintending Engineer, TCC circle, Yaramarus.C) Office of the Executive Engineer, No. 3 Canal Division, Sindhanur.

ii) The cost of blank tender booklets including all taxes is Rs. 15,000.00 (Fifteen thousand only) (non-refundable) and shall be in the form of Crossed Demand Draft infavour of Executive Engineer, No. 3 Canal Division, Sindhanur. Dist. Raichur. Payable at Sindhanur and shall be submitted with the application. Tender Documents will be issued after verification of Registration Certificate.

iii) The last date for submission of application for issue of blank tender documents is 11- 02-2009 during office hours.

iv) Issue of blank tender documents on 18-02-2009 to 21-02-2009 during office hours.

v) Pre-bid meeting will be held on 25-02-2009 at 11.00 AM in the office of the Chief Engineer, Irrigation Central Zone, Munirabad.

vi) Submission of completed tenders (Technical Bid and Financial bid) on 28-02-2009 from 10.00AM to 4.30PM.

vii)Opening of Cover-I containing bid security and Technical bid covers will be opened in the Office of the Chief Engineer, Irrigation Central Zone, Munirabad on 2- 03-2009 at 11.00AM.

viii) Cover-II of those who qualified in cover-I will be opened on the date which will be intimated later.

ix) EMD along with tenders should be in the form of DD / Pay order / Irrevocable bank guarantee of Nationalized bank / NSC (NSC should be pledged in the name of the Executive Engineer, No. 3 Canal, Division, Sindhanur, Dist. Raichur, along with the submission of tender schedules. Tenders received without EMD will be rejected. The above dates will holds good for E-Tendering also.

IV) E-Tendering:-

The tender can also be submitted through E-Tendering in the website: www.tenderwizard.comWRD

29

Page 30: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

a) In addition to the normal tendering procedure, in order to enhance transparency through automation in tendering process WRD has introduced electronic tendering process and tender documents can be obtained and completed tender documents can be submitted through electronic tender box. This facility is available through website www.tenderwizard.comWRD . The firm / Contractor intending to submit their tender through E-Tendering shall remit the application fee in the office of Executive Engineer, No:3 Canal Division, Sindhanur.as mentioned in the Notification.

b) The blank tender documents can be obtained through website www.tenderwizard.comWRD in and by linking to E-tender (i.e., once you are in the above website click on E-tender wizard which will link to www.tenderwizard.comWRD where electronic tendering system is provided) and can be submitted through electronic tender box available there in also.

c) The aspiring contractors/ firms who have not previously obtained the user ID. and password for participating E-Tendering, may now be obtained from the office of the Director, operations Karnataka State Electronic development Corporation, Bangalore-580001(Phone. No: 080-22200169 , 23284313 , 41287932 )

d) The contractors/ firms can request for E-Tendering documents up to 11-2-2009 during office hours in the www.tenderwizard.comWRD on payment as mentioned above for each work towards the cost of E-Tendering documents. While applying the contractor , should enter the particulars of payment like DD No., Date., Amount. and Name of the Bank. Contractors who are applying through E-Tendering should submit their DD at the Office of The Executive Engineer, No:3 Canal Division , Sindhanur. On or before 12-2-2009 during the Office hours. The above amount of Rs. 15,000/- shall be paid in the form of DD of Nationalized Bank drawn infavour of The Executive Engineer, No:3 Canal Division , Sindhanur., payable at State Bank of Hyderabad, Sindhanur.

e) The contractor can have access to E-Tender document from 18-02-2009 to 21-02-2009 During office hours.

f) Submission of completed (Technical and Financial) E-Tendering documents on 28-02-2009 from 10.00AM to 4.30PM.

g) Opening of Cover on containing Bid security and Technical bid covers will be opened in the Office of the Chief Engineer, Irrigation Central Zone, Munirabad., on 2-03-2009 at 12.30PM.

h) The Cover-II of successful bidders will be opened on the date which will be intimated later.

i) The contractor may obtain tender document from the website , fill them and submit the completed documents into electronic tender box in the website itself. The EMD shall be scanned and attached to the E-Tender document and Original EMD shall be submitted in person to the The Executive Engineer, No:3 Canal Division, Sindhanur. On or before 2- 03-2009 on or before 10.30AM.

j) In case of E-tendering the necessary certificates shall be scanned and attached to E-Tender documents. The original certificates should be produced at the time of opening of tenders for verification.

30

Page 31: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

k) Further information about electronic tendering can be had from www.tenderwizard.com/WRD (Ph. No: 080-22200169, 23284313, 41287932)

V) General Conditions :-

1. The intending tenderers are advised to visit the site of work before submitting their tenders.

2. If any of the dates noted above happens to be a General holiday, the next working day will holds good.

3. Tenders will be opened on the due date in the presence of contractors / their representatives.

4. Conditional tenders are liable for rejection. The officers competent to accept the tenders shall have the rights to reject any or all the tenders without assigning any reasons whatsoever.

5. The tenderer should adhere to the accepted action plan submitted by him under any circumstances without linking to the pending payment to the work.

6. Documents submitted by tenderer should be attested by an Officer not below the rank of Executive Engineer.

7. The payment of bills of these works will be paid as and when letter of credit is received under the Head of Account from Government of Karnataka.

8. Maintenance period shall be Two years from the date of completion of work.

9. The successful tenderer should furnish additional performance security in the form of DD / FDR / Bank guarantee for an amount equivalent to the difference between the cost as per quoted rates and 75% of the estimated rate, if the rates quoted are below 25% of the estimated rate, before entering in to agreement.

10.The EMD shall be valid for a period of minimum 180 days from the date of opening of Technical bid.

11.The tenderer should attach their scanned signature to the Schedule-B before submitting.

12.All the materials like steel, cement etc., required for the works shall be procured by the contractors them selves and should be got tested by the Quality Control authority before use on the work at no extra cost.

13.As per Karnataka Building and other construction workers welfare cess act 1996, One percent of the amount of bill will be deducted.

14.Typographical errors if any will not be the ground for any claims by the contractor.

15.Tendering by the joint ventures is not allowed.

31

Page 32: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

16.The intending bidders should note that if any of lands either in part or in whole required for the work is not acquired by the department, is shall be responsibility of the bidders to take possession of such land and start the work by obtaining consent of the land owners before commencement of the work at no extra cost to the department and no claim whatsoever relating to non availability of lands would be entertained.

17.Further information required if any, may be had from the office of under signed during office hours.

Sd/-

Executive Engineer. WRD, No:3 Canal Division, Sindhanur.

Volume: 01.10

Government of Karnataka(WATER RESOURCES DEPARTMENT)

Office of the Executive Engineer, No:6 Canal Division, Bellary.

No:EE-6/BLY/TS/Distry/Tender Notification (Manual Cum E-Tendering)/2008-9/1767 Date:09-01-2009.

SHORT TERM TENDER NOTIFICATION(MANUAL CUM ELECTRONIC TENDERING SYSTEM)

(TWO COVER BID SYSTEM) (KW-4)

Manual (Conventional) cum electronic tenders are invited by the Executive Engineer No.6 Canal Division, Bellary. On behalf of Governor of Karnataka as per the terms and conditions laid down in K.W-4 from Class-I Contractor/Firms registered in Water Resources Department/Public Works Department of Karnataka State. (Under Head of Account 4701-800 for the year 2009-10) Two Cover Bid System of Tendering (Consisting of Technical bid and Financial Bid) manual cum electronic tendering system shall be followed: Financial Bid of only those bidders who qualify in the technical bid will be opened on a date to be intimated later. The tender documents should be submitted in two different sealed covers marked as Technical Bid and Financial Bid. These two covers shall be sealed and kept in another single sealed cover duly super scribing Name of work with full address of the Bidder.

The tenders are invited through manual tender cum E-Tendering in order to enhance the transparency in tendering process. E- Tendering by website: www.tenderwizard.com/ WRD.

1. Two cover system of tendering consisting of Cover-1 and Cover-2 will be followed. The Cover-1 (Technical Bid) shall contain the following documents.

32

Page 33: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

Cover-1i. EMD in the form of DD /Pay order/Irrevocable Bank Guarantee of Nationalized

Bank, NSC (Pledged in the name of Executive Engineer, No.6 Canal Division, Bellary) should be submitted along with the Tender Schedules. Tenders submitted without EMD will be rejected.

ii. Tender capacity.

1. Eligible tenderers will be qualified only if their available tender capacity is more than total value. The available tender capacity will be calculated as under.

Assessed available tender capacity = A X N X1.5 – B

A= Maximum value of Civil Engineering works executed in any one year during the last five year taking in to account the completed as well as works in progress (considering 10% for each year).

N= Number of years prescribed for completion of works for which tenders are invited.

B= Value, of existing commitments and on-going works to be completed during the tender period (Considering 10% for each year)

2. Works during the last 5 years.c) The Contractor should have completed similar works in at least last two

financial years (Civil Engineering construction works only)d) The contractor should have satisfactorily completed at least one similar work of

value not less than 80% of the amount put to tender as a prime contractor.iii. The turnover certificate should be certified by the Charted Accountant.

iv. Machinery Capacity:- The tenderers should posses ownership of the 50% the machineries required for

the work and submit the documents for the same. The necessary lease/rent availability certificate has to be furnished if the machinery is being taken on lease/rent.

Machinery required :-

SL.No Details of Machineries Nos.

33

Page 34: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

1 Excavator 0.90 cum Capacity 2 Nos.2 Concrete Mixer 7 To 10 cft Capacity 6 Nos.3 Lorry/Tippers 6 Nos.4 Water Tankers 2 Nos.5 D.R.R. 8 to 10 Ton Capacity 1 No.6 Vibrator 4 Nos.7 Generator 2 Nos.8 Mechanical paver. 1 No.9 Transits mixer. 2 Nos.

Any other required machineries may be obtained by himself.

v. The contractor should submit a list of liquid assets or availability of credit facility (from Nationalized Banks) not less than 25% of the amount put to tender.

Cover- II- Financial Bid:-

Cover II- Shall contain the Financial Bid. The Cover-I will be opened first and Cover-II of only those bidders who qualify the Technical Bid will be opened on a date intimated later.2. The details of works :-

PackageNo Name of Work

Approximate Amount

put to tender (Rs.

In lakhs)

Earnest

Money Deposit (Rs.

In Lakhs)

Cost of document

s(in Rs)

Period for completion of work

Class of contractor

s

1) No:3 HLC SUB-DIVISION, BELLARY.

I.

Providing Cement Concrete lining (with mechanical paver) from Km:4.60 to 6.00 including improvements to structures of Distributary-14 under RBHLC.

150.88 2.27 25,000/-60 ¢

£ÀUÀ¼ÀÄ (ªÀļÉUÁ

® ¸ÉÃj)

1£Éà zÀeÉð

ªÀÄvÀÄÛ ªÉÄîàlÄ

Ö

2) No:3 LLC SUB-DIVISION, BELLARY.

II.

Providing Cement Concrete lining (with mechanical paver) in between Km: 0.00 to 2.00Km including improvements to structures of Kuriganur Distributary under RBLLC.

121.90 1.83 25,000/-60 ¢

£ÀUÀ¼ÀÄ (ªÀļÉUÁ

® ¸ÉÃj)

1£Éà zÀeÉð

ªÀÄvÀÄÛ ªÉÄîàlÄ

Ö

34

Page 35: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

III.

Providing Cement Concrete lining (with mechanical paver) in between Km:0.00 to 2.00 of Distributary-12 under RBHLC.

103.96 1.56 25,000/-60 ¢

£ÀUÀ¼ÀÄ (ªÀļÉUÁ

® ¸ÉÃj)

1£Éà zÀeÉð

ªÀÄvÀÄÛ ªÉÄîàlÄ

Ö

IV.

Providing Cement Concrete lining (with mechanical paver) in between Km:8.80 to 12.00 of Distributary-13 under RBHLC.

211.14 3.17 25,000/-60 ¢

£ÀUÀ¼ÀÄ (ªÀļÉUÁ

® ¸ÉÃj)

1£Éà zÀeÉð

ªÀÄvÀÄÛ ªÉÄîàlÄ

Ö

3. Manual Tendering:i. The aspiring bidders may submit their application for receipt of blank tender

documents at the office of the Executive Engineer, No 6 Canal division, Bellary only and submit the completed sealed tenders (Technical and financial bid) at any of the following offices on the notified dates.

c) Office of the Chief Engineer Irrigation Central Zone Munirabad.d) Office of the Executive Engineer, No.6 Canal Division, Bellary. Ph:08392-

268196.

ii. The cost of blank tender booklets including all taxes is Rs. 25,000- (Rs. Twenty five Thousand only) (non-refundable) and shall be in the form of Crossed Demand Draft infavour of Executive Engineer No.6 Canal Division, Bellary. Payable at Bellary and shall be submitted with the application. Tender Documents will be issued after verification of Registration Certificate.

iii. The last date for submission application for issue of blank tender documents is 09-02-2009 during office hours

iv. Issue of blank tender documents on 12-02-2009 during office hoursv. Pre-bid meeting will be held on 16-02-2009 at 11.00A.M in the office of the

Executive Engineer, No.6 Canal Division, Bellary.vi. Submission of completed tenders (Technical Bid and Financial Bid) on 18-02-2009

from 10.00 AM to 4.30 PM.vii. Opening of Cover -I containing bid security and Technical bid Covers will be

opened in the office of the Executive Engineer, No.6 Canal Division, Bellary. on dated 20-02-2009 at 11.00 AM.

35

Page 36: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

viii. Cover-II of those who qualifies in Cover-I will be opened on the date which will be intimated later.

ix. EMD along with tenders should be in the form of DD / Pay order/ Irrevocable Bank Guarantee of Nationalized Bank, NSC (NSC should be pledged in the name of Executive Engineer, No.6 Canal Division, Bellary) along with the submission of Tender Schedules. Tenders received without EMD shall be rejected. The above dates will holds good for E-tendering also.

4. E-Tendering:

1. The Tender can also be submitted through E- Tendering in the website: www.tenderwizard.com/ WRD. In addition to the normal tendering procedure in order to enhance transparency through automation in tendering process, WRD has introduced Electronic Tendering process and tender documents can be obtained and completed tender documents can be submitted through electronic tender Box. This facility is available through Web Site: www.tenderwizard.com/WRD.

For any clarifications of E-Tendering contact Tele Fax: 080-23284311.

The Tenderer/Firms who wish to apply through E-Tendering shall remit the application fees of Rs:25,000/- (for each package) in form of Demand Draft of Nationalized Bank drawn in favour of" Executive Engineer, No:6 Canal Division, Bellary" payable at Bellary (Non-Refundable)

xii. The blank tender documents can be obtained through Website: www.tenderwizard.com/WRD. And by linking to E-Tender (i.e., Once you are in the Website click on E-Tendering wizard which will like www.tenderwizard.com/WRD). Where electronic Tendering provided and can be submitted through electronic tender box available therein also.

xiii. The Aspiring Contractors/ Firms, who have not previously obtained the user. I.D and password for participating in E-Tendering, may now be obtained from the office of the Director Operations, Karnataka State Electronics Developments Corporations, Bangalore - 580 001 (Ph: 080-22200169/ 080-23284311/ 080-23284313/ 080-41287932).

36

Page 37: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

xiv. The Contractor can request for E-Tendering documents upto 12-02-2009 during office hours in the www.tenderwizard.com/WRD. Link E-Tender document on payment of requisite E.M.D (Non-refundable) of Rs. 25,000/- towards the cost of E-Tendering Documents including all taxes. While applying the contractor should enter the particulars of payment like D.D. No. date, Amount and name of the Bank. Contractors who are applying through E-Tendering should submit their DD at office of the Executive Engineer, No.6 Canal Division, Bellary. On or before 09-02-2009 during office hours. The above amount of Rs. 25,000/- shall be paid in the form of Demand Draft of Nationalized Bank drawn in favour of "Executive Engineer, No.6 Canal Division, Bellary" payable at Bellary (Non-Refundable).

xv. The Contractor can have access to E-Tender document from 12-02-2009 during office hours.

xvi. Submission of completed (Technical & financial) E-Tendering documents on 18-02-2009 from 10.00 AM to 4.30 PM

xvii. Opening of Cover-I containing bid security and Technical bid covers will be opened in the office of the Executive Engineer, No.6 Canal Division, Bellary on dated: 20-02-2009 at 11.00 A.M.

xviii. Cover-II of successful bidders will be opened on the date which will be intimated later.

xix. The contractor may obtain tender documents from the Web site, fill them and submit the completed, tender documents into electronic tender Box on the website itself the EMD Shall be scanned and attached to the E-Tendering documents and original EMD documents shall be submitted in person to Executive Engineer office, No.6 Canal Division, Bellary on or before 20-02-2009 at 11.00 AM.

xx. In case of E- Tendering the necessary certificates shall be scanned and attached to E-tender documents. The original certificate shall be produced at the time of opening of tenders (Cover-I) for verification.

xxi. Further information about electronic tendering can be had from www.tenderwizard.com/WRD. (Ph: 080-22200169/ 080-23284311/ 080-23284313/ 080-41287932.& Executive Engineer, No:6 Canal Division, Bellary Office Ph:No:08392-268196)

5. General Conditions:

37

Page 38: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

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

1. If any of the dates noted above happens to be a general holiday the next working day will holds good.

2. Tenders will be opened on the due date in the presence of contractors or their authorized representatives.

3. The Executive Engineer will have the right to accept or reject any tender or all tenders without assigning any reason thereof.

4. The contractor may contact the undersigned during the office hours for any details pertaining to this work.

5. The contactor should adhere to the accepted action plan submitted by him under any circumstances without linking to the pending payment to the work.

6. Documents submitted by contractor should be attested by an officer not below the rank of Executive Engineer.

7. The payment of bills of these works will be made as and when letter of credit is received under the same Head of Account from Government of Karnataka.

8. Maintenance Period of Two Years from the date of completion of work.

9. The Successful bidders should produce an additional performance security deposit in the form of Irrevocable Bank Guarantee /DD drawn in favour of Executive Engineer, No.6 Canal Division, Bellary payable at Bellary for the difference amount below 25% of the estimated rates while executing agreement with Executive Engineer No.6 Canal Division Bellary.

10.The contractor should attach his/her scanned signature to the schedule-B before submitting.

11.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 Department is shall be responsibility of the bidder to take position of such land and start the work by consent of the land owners before commencement of the work at no extra cost to the department and no claim whatsoever relating to non-availability of lands would be entertained.

Sd/-Executive Engineer,No:6 Canal Division,

Bellary.38

Page 39: Government of Karnatakawaterresources.kar.nic.in/tender Volume-1.doc · Web viewThe President, Karnataka State Contractor’s Association, Bangalore, for information with a request

PART B

Nil

PART C

Nil

Volume –01Web Site:- watarresources.kar.nic.inEmail:- [email protected]

[email protected] Water Resources Department.

SYED NAEEMULLA SHA KHADRIDeputy Secretary to Government (MMI)

Water Resources Department

39


Recommended