Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web...

130
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.23 19-09-2005 BANGALORE 1

Transcript of Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web...

Page 1: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

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.23

19-09-2005

BANGALORE

1

Page 2: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

WATER RESOURCES DEPARTMENTNo.WRD 01 MBI 2005 Date:19-09-2005

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 September 2005. The details of the published Tender Notification may be obtained by the concerned Executive Engineers who has invited the respective Tenders.

Volume No.23 (D.UDAYASHANKAR)Email:-tender_bulletin@hotmail. Deputy Secretary to Govt., (MMI) WebSite:-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.

VOLUME:-23.1 BAGALKOT TOWN DEVELOPMENT AUTHORITY, BAGALKOT

No. CE/BTDA/T.No.177/2005-06/1452 Office of the Chief Engineer,B.T.D.A., BagalkotDate:23-08-2005

SHORT TERM TENDER NOTIFICATION(TWO COVER BID SYSTEM)

Sealed item Rate Tenders under two cover bid systems (Cover-1 and Cover-2) are invited for the following works from the registered class-1 K.P.W.D/CPWD contractors.

1) Name and address of the procuring entity andDesignation address of the tender inviting authority : Chief Engineer, BTDA Bagalkot.

2) Name of the scheme, project of programmes : Special package for Bagalkot Town. (Bagalkot Rehabilitation and resettlement project)

2

Page 3: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Sl. No.

Name of the work

Estimated amount put to tender Rs.In lakhs

E.M.D Amount in Rs.

Cost of Blank tender forms inclusive of tax at 14.95%

Period completion including rainy season

Eligibility

1 2 3 4 5 6 71 Improvements to

internal roads and drains of southern part of Lions school in Bagalkot

107.35 108000/- 11000.00+1650.0012650.00

9 Months As per below conditions

2 Improvements to internal roads and drains of Housing Colony and its adjoining areas in Bagalkot Town.

120.83 121000/- 12500.00+1900.0014400.00

9 Months As per below conditions

3 Improvements to internal roads and drains of Northern part of Kerudi hospital in old Bagalkot Town.

163.80 164000 16500.00+2500.0019000.00

9 Months As per below conditions

Conditions: -1) The contractors who are willing to participate in the tender for above works should fulfil

the following conditions.a) The contractors should have executed similar nature of work costing not less than

30% (including asphalting items of work) of the amount put to tender in any of the financial year for the last 5 (five) years (from 2001-02, 2002-03, 2003-04, 2004-05 and 2005-06). They should enclose work done certificate (with asphalting items) duly signed from the competent authority of the work.

b) Contractors should have ownership/hire-charge/lease agreement of the following machineries and they also produce the connected ownership documents from owners and hire-charge/lease agreement the contractor should produce an affidavit on bond paper duly signed by the machinery owners duly attested by along with ownership documents of relevant machineries. Such affidavit should have to be executed after the date of this tender notification and produce the original affidavit along with application otherwise liable for disqualification.

i) Hot Mix plant 20/30 and above : One Nos.ii) Pavour (MORT&H approved) finisher : One Nos.iii) Mechanical Sprayer : Two Nos.iv) Static Road roller : Two Nos.v) Tipper : Four Nos.

3

Page 4: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

vi) Water tanker : Two Nos.vii)Concrete mixture : Two Nos.viii)Pin Vibrator : One Nos.ix) Plate Vibrator : One Nos.

2) After completion of the work the maintenance period is upto 12 months.3) Cost of blank tender form is to be paid in the form of D.D. drawn in favour of Chief

Engineer, Bagalkot Town Development Authority, Bagalkot. The last date of receipt of application form for blank tender forms is dt: 20-9-2005 up to 5.00 PM contractor willing to get blank tender forms through post of Courier should pay an additional amount of Rs.200/- and the authority is not responsible for any delay receipt or damages caused to the tender schedules and any correspondence in the matter will not be entertained. Contractors must produce the contract registration pass book at the time of receiving the blank tender forms. Blank tender form will be issued up to 23-9-2005.

4) Completed sealed tenders will be received in cover-1 (technical bid) and cover-2 (Financial bid) put in a big cover mentioning the name of work and contractor’s name in bold letters on it and tenders will be received in sealed tender box in the office of the Commissioner R&R UKP Navanagar Bagalkot on Dated: 24-09-2005 upto 4.00 PM. If the contractors willing to send completed tenders by post or courier service, it should reach in the office of the Commissioner R&R UKP Navanagar Bagalkot within 4.00 PM on 24-09-2005. Otherwise tenders will not be considered and this Authority is not responsible for any delayed receipt or damages if any caused to tender schedule and correspondence in the matter will not be entertained. The sealed tender box will be opened on 26-09-2005 or any other convenient date and time of opening the tenders which will be notified on office notice board. The technical bid will be opened and evaluated and the contractors who are found eligible in technical bid only their financial bids will be opened.

5) All documents in support of technical bids shall be attested by the gazetted officer otherwise liable for rejection. The original documents should be proeduced for verification at any stage of tender process as and when sought for.

6) The contractors who have submitted the application vide T.O notification No. CE/BTDA/TND-166/2004-05/3036 Dated 31-03-2005 need not apply for the works already applied.

7) The contractors should enclose the EMD along with completed technical bid (cover-1) from tender in the form of DD/Pay order/FDR/Band Guarantee from nationalized scheduled Bank having currency up to 180 days in the name of Chief Engineer, BTDA Bagalkot, or other wise such tenders will be rejected.

8) Conditional tenders will not be accepted.9) If any Government holidays are declared on above mentioned dates then the next

working day will be considered.10) Cost of the Blank tender forms will not be refundable.11) The tender accepting authority reserves the right to reject any or all tenders without any

reasons thereof.12) The contractors who have purchased the tender booklets should have to submit the

completed tenders on the stipulated date or otherwise action will be taken against erring contractors as per rules.

13) Any information if required may be collected from this office during office hours.

Sd/-Chief Engineer,BTDA Bagalkot.

4

Page 5: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

PART-B

--- NIL ---

PART-C

--- NIL ---

Volume-23

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

(D.UDAYASHANKAR)Deputy Secretary to Government (MMI)

Water Resources Department

5

Page 6: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

BAGALKOT TOWN DEVELOPMENT AUTHORITY, BAGALKOT

No. CE/BTDA/AE-4/T.No.172/2005-06/1022 Office of the Chief Engineer,B.T.D.A., Bagalkot

Date:18-07-2005

TENDER NOTIFICATION(Two Cover Bid System)

(ELECTRONIC CUM MANUAL TENDERING SYSTEM)

Sealed item Rate Tenders for the work noted below under two cover bid system as per Karnataka Transparency in Public Procurement Act. 2000 in prescribed form in duplicate are invited from Class-I Contractor registered in KPWD/MORT and approved Firms and K.B.J.N.L. Two covers bid system of tendering consist of "Technical Bid" (Cover No.1) & "Financial bid" (Cover No.2). These two covers shall be sealed separately and kept in another sealed cover duly superscribing name of work and shall be addressed to the undersigned with name and full postal address of the bidder. Completed bids will be received in the office of the Chief Engineer, B.T.D.A., Bagalkot up to 4.00 p.m. on 22-08-2005. In addition to the normal tendering process in order to enhance transparency throughout automation in tendering process, KBJNL has introduced electronic tender process. Therefore one can also obtain tendering document and submit the completed tender document through electronic tender box. This facility is available through www.kbjnl.com (click on link named E-Tender which will link to www.tenderwizard.com where electronic tendering is provided) subject to the conditions laid down in form PWG-65 & 66 of KPWD code Vol.1&II special conditions contained in the schedules and in Karnataka Transparency in Public Procurement Act. 2000.

The applications will be received and blank tender document will be issued and completed tender document will be received at the following offices/website.

By Manual Tendering: Through E-Tendering:

Office of the www.kbjnl.com link to E-TenderChief Engineer,B.T.D.A., Bagalkot-587 102

1. Last Date of receipt of applications : 20-08-2005for purchasing blank tender forms (during office hours)

(for E-tendering up to 1.00 p.m. only)

2. Date of issue of Blank Tender forms : 20-08-2005(during office hours)

3. Date of receipt of completed tenders : 22-08-2005 (up to 4.00 p.m.)

4. Date of opening of Technical bids : 23-08-2005 (at 11.00 a.m.) (if possible)

6

Page 7: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Sl. No. Name of Work

Amount put to Tender

(Rs. in Lakhs)

E.M.D. (Rs. in Lakhs)

Cost of Blank Tender forms

Period of Completion

of Work

1 2 3 4 5 61. Resurrection to Bypass

Road from NH-218 to Bevinmatti Cross of Navanagar, Bagalkot. (Km 0.00 to 15.60)

1350.00 13.50 Rs.25000.00+ Rs.3750.00

(Taxes)

9 Months including monsoon

GENERAL CONDITIONS:

1. The Contractors interested in bidding for the work may submit an application along with cost of tender documents (non refundable) to be paid in the form of DD draw in favour of Chief Engineer, B.T.D.A., Bagalkot payable at Bagalkot. The applicants should submit the following documents, while submitting the applications for the purchase of the tender schedules, otherwise the application will not be considered.

1. Proof of Registration.2. Work done certificate issued by competent authority.

CONDITIONS FOR TECHNICAL BIDS:

1. The EMD in the form of BG/DD/FDR/Pay Order with minimum validity period of 180 days from the date of opening of technical bid drawn from a nationalized or scheduled bank, pledged in favour of the undersigned, shall be enclosed to the Technical Bid. Regarding the validity of EMD, tender condition etc. PWG-66 shall referred and is binding on the tender. The EMD pledged in favour of any authority other than the undersigned will be rejected without entertaining any enquiries / clarifications.

2. The defect liability period of the work in this notification will be 12 months, which is reckoned from the date of completion of the works. The item of works should be executed with stringent quality assurance norms and should not require any repairs for stipulated period after completion of the same. If the stretch / structure notified above require any repair during the liability period as above, the Contractor/Firm shall re-do the same at his own risk and cost. The additional 10% performance security defect liabilities period of work on tender cost should be furnished at the time of executing the tender agreement.

3. The Contractor should set up a quality control unit at work spot for conducting periodical quality control tests at his own cost.

4. Each Tenderer shall own following machineries and related documents are to be enclosed with the Technical Bids as the evidence of ownership, otherwise liable for disqualification.

7

Page 8: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Sl. No. Machineries Required

Nos.Evidence of Ownership

Attested1. Hot Mix Plant of 40/60 TPH capacity One Purchase invoice /

purchase bill / sale deed along with original invoice.

2. Paver finisher as per MORT & H specifications

One -do-

3. Static Road Roller Four -do-4. Vibratory Road Roller Two -do-5. Vehicle mounted mechanical

sprayer/ boozerOne -do-

6. Pug mill One -do-7. Tippers Six Registration certificate

from R.T.O.

5. Each Tenderer should have individually satisfactorily completed, one single road work of similar, for a value not less than 30% of amount put to tender of the value of work (in this notification updated at 10% per annum compoundable) in any one financial year during a block period of previous five financial year. Alternatively the Contractor should have completed a billing of 30% of the value of work of amount put to tender during the current financial year for similar nature of single road work. The specific turnover and annual turnover for the last five years should be enclosed.

6. For proof of Financial capacity "Line of credit" from any nationalized / scheduled bank shall be invariably produced for the particular work in the proforma prescribed in the technical bid for an amount equal to 30% of the amount put to tender. Failure to submit the line of credit along with the technical bid leads to disqualification.

7. All documents enclosed in support of technical bids, shall be attested by a gazetted officer otherwise liable for rejection. The original documents should be produced for verification at any stage of tender process as and when sought for. Failure to submit the line of credit along with the technical bid leads to disqualification.

8. Only relevant certificates and details shall be furnished with the technical bid. Details of Company/Agencies/Firms profile to be enclosed.

9. Joint venture deed in respect of machineries and experiences will not be considered.

10. Conditional tenders will not be accepted.

11. The undersigned reserves the right to reject the tender without assigning any reasons whatsoever.

8

Page 9: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

12. The contractor should produce Registration Pass Book while taking blank tender forms.

13. Tender schedules will not be sent by post.

14. A self attested Location Map showing the present existing site of the HMP & machineries should be enclosed with application for the purpose of inspection and verification of the same.

15. Tenders are not transferable.

16. In case electronics tendering two options exists:

a) The Contractor will obtain tender document from the website print it and submit two copies manually (with EMD) into tender box.

b) The Contractor will obtain tender document from the website, fill them and submit one copy of the completed tender document into the electronic tender box on the website itself. In this case the E<D document should be scanned and attached to the tender document and original document shall be submitted in person to the Chief Engineer, B.T.D.A., Bagalkot before opening of the tender i.e. before 11.00 a.m. on 23-08-2005.

17. In case of electronic tendering, the Contractor is required to attach his scanned signature to the Schedule-B for submitting.

18. Intending bidder other than KBJNL registered category contractors shall obtain users name, password etc. from Mr. Anand, Computer Analyst, M.D. Office, KBJNL, Bangalore, for participating in E-Tendering (contact number 080-22244484). Further information about electronic tendering can be obtained from www.tenderwizard.com or e-mail: [email protected] [email protected].

Any other details regarding the work can be obtained from the above office during the office hours.

Chief Engineer,B.T.D.A., Bagalkot.

9

Page 10: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

10

Page 11: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Karnataka Neeravari Nigam Limited(A Govt. of Karnataka Undertaking)

Office of the Executive Engineer

KNNL, MBC Division, No.1 Gaddanakeri, Camp: Bagalkot, Phone # 08354-224334.

No: KNNL/MBC/DN-1/PB/TND/2005-06/1144 Date : 12-07-2005

SHORT TERM TENDER NOTIFICATION

(E-TENDERING/MANUAL TENDERING SYSTEM)

Item rate tenders are invited Manual or by the Electronic tendering system (e-tender) in the prescribed form by the undersigned on behalf of the Managing Director, Karnataka Neeravari Nigam Limited from contractors registered with KPWD/enrolled in the select list of contractors of KNNL for the works mentioned in the statement below.

The blank tender documents can be obtained through website www.knnlindia.com 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.com where electronic tendering is provided) and can be submitted through electronic tender box available therein OR the blank tender documents obtained and submitted manually in the following office mentioned below.

1. The Managing Director, KNNL, 4th Floor, Coffee Board Building Bangalore.2. The Chief Administrative Officer, KNNL, WALMI Building, Dharwad.3. The Chief Engineer, KNNL Irrigation (North), Club Road, Belgaum.4. The Superintending Engineer, KNNL, GRBCC, Circle Hidkal Dam.5. The Executive Engineer, KNNL, MBC, Dn-1 Gaddanakeri Camp, Bagalkot.

STATEMENT OF WORKS

Sl. No Name of work

Approx. Amount put to Tender (Rs. in Lakhs)

EMD In RS.

Cost of blank tender

document (including

KST + Surcharge)

(Non refundable)

Class of contractor

Stipulated period of

completion (including monsoon)

1 2 3 4 5 6 71 Const. of Murnal

minor KM-6 to 9 under Kerakalamatti Dy. (Bl-32)

164.00 164000/- 28750/- Class-I & above

4 months

2 Const. Of 114.00 114000/- 28750/- Class-I & 4 months

11

Page 12: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Bagalkot minor KM-1 to 4 under Bagalkot Dy. (Block-34)

above

NOTES:

The Demand Draft (DD) or Banker’s Cheque should be drawn in favour of “Executive Engineer, KNNL MBC Division, No.1 Gaddanakeri” on any scheduled bank payable at Bagalkot.

1 Date of Receipt of application for blank tender documents for e-tender manual tender is on

21/7/2005 during office hours,

2 The e-tender contractors should submit the original DD/BC (cost of blank tender document) in the office of the undersigned.

22/7/2005 during office hours,

3 Date of issue of Blank Tender Documents for e-tender/manual tender is on

26/7/2005 during office hours,

4 Date of Receipt of Completed Tender Document for e-tender/manual tender is on

28/7/2005 upto 4.00 PM

5 Date of Submission of original DD/BG/BC (EMD) for e-tender contractors in the office of the undersigned

30/7/2005 during office hours,

6 The e-tender/manual tender will be opened in the office of the Managing Director KNNL Bangalore on

1/8/2005 at 11.00 AM

Further information may be had from office of the undersigned during office

hours.

Sd/- Executive Engineer,

KNNL MBC Dn, No.1, Gaddanakeri,

Camp: Bagalkot-587101.

12

Page 13: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

CAUVERY NEERAVARI NIGAMA LTD.,

(A Government of Karnataka Enterprise)Office of the Executive Engineer, Cauvery Neeravari Nigama Limited,

V.C. Division, Mandya. Karnataka.

BRIEF RE-TENDER NOTIFICATION (TWO COVER BID THROUGH MANUAL CUM ELECTRONIC TENDERING SYSTEM) NO: 38/2005-06 DT: 30.6.2005

Manual-cum Electronic tenders (E-tenders) in the prescribed form are invited by the undersigned on behalf of the Managing Director, Cauvery Neeravari Nigama Ltd., from Class-I contractors registered with KPWD and enrolled with CNNL, Mysore 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 22.09.2003. www.tenderwizard.com/CNNL.

The blank tender documents can be obtained through website www.tenderwizard.com/CNNL. Additional conditions and information can be obtained through above mentioned website or at the office of the Executive engineer, V.C. Division, MANDYA.

STATEMENT OF WORKSSl. No.

Name of work Approx. amount put

to tender (Rs.in Lakhs)

EMD in Rs.

Cost of Manual and e-tendering

tender documents

including KST

Stipulated period for

completion including monsoon

1 2 3 4 5 61 Providing C.C. Lining in

1 to 7th km. of Shimsha Left Bank Canal.

209.00 209000.00 16200.00 12 months

2 Providing C.C. Lining in 8th to 15th km. of Shimsha Left Bank Canal.

236.00 236000.00 16200.00 12 months

Two cover bid system of tendering consisting of Technical Bid as part-I and Financial Bid as Part-II shall be followed. The evaluation of Technical Bid will be done based solely on the information provided by the contractor as per documents. Financial bid of only those bidders who qualify in the Technical bid will be opened on the specified date.

13

Page 14: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

TECHNICAL BID PART – I (1) The aspiring Class-I contractors who satisfy the following pre-qualification

conditions are eligible to bid for the work. (I) The contractor should have executed at least one single work of similar type costing not less than 50% of the amount put to tender in the last three years. (II) Contractor should have owned or leased the following machineries/ equipments.

a. Excavator 60 1 No.b. Tipper /Lorry 4 No.c. Vibrator 12 No.d. Concrete Mixer 8 No.e. Water Tanker 8 No.f. Diesel Pump 2 No.g. Air Compressor 2 No.h. Centering Sheets 200 Sqm. i. D.R.R (8 to 10 Tonnes) 1 No.j. Slip centering Form 7 No.

(2) Training on e-tendering will be conducted for the aspiring bidders at 11.30. a.m on 11-8-05 at the Office of the Executive Engineer, V.C. Division, Mandya.

(3) The aspiring contractors who have not previously obtained the User ID and

password for participating in e-tendering in CNNL. May now obtain the same by requesting in writing to the Executive Engineer, V.C. Division, Mandya. , on production of the Original Registration Pass Book, e-mail ID and Identification proof for issuing of user ID and Password. on or before 9.8.05.

(4) The contractors can request for e-tendering for blank tender document from 10.00 a.m. on 10-8-05 to 11-8-05 up to 5.30 p.m. in the CNNL website www.tenderwizard.com/CNNL. On payment of Rs. 16200/- towards the cost of tender documents (Non-refundable). While applying the contractor should enter the particulars of the payment like DD Number, date, amount and Name of the Bank. The Demand Draft or Bankers Cheque should be drawn in favour of undersigned. on any Scheduled Bank payable at Mandya. The Original DD should be submitted at the Office of the Executive Engineer, V.C. Division, MANDYA. During office hours.

(5) For Manual tender the contractors can request for blank tender documents at the Office of the Executive Engineer, V.C. Division, MANDYA, during the office hours on 10-8-05 & 11-8-05 upto 5.30 pm. payment of Rs. 16200/- in the form of D.D. or Banker’s Cheque drawn in favour of The Executive Engineer, V.C. Division, MANDYA. Payable at Mandya. (Non-refundable).

(6) The contractors can have access to e-tender form (with pre-qualification tender documents) from 17-8-05 to 18-8-05 upto 5.30 pm.

(7) For Manual Tendering the blank tender documents (with Pre-qualification documents) will be issued from 17-8-05 to 18-8-05 upto 5.30 pm. at the office of The Executive Engineer, V.C. Division, MANDYA.

(8) The contractor should submit the tenders either Manual or e-tendering in two parts i.e., Part-I is technical bid and Part-II indicates the item wise rate offer by the contractor.

14

Page 15: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

(9) The last date for submission of completed Manual/ e-tendering is 24-8-05 upto 4.00

p.m. For manual tendering the submission can be made in the below said offices.(a) Chief Engineer, CNNL, Irrigation (South) Mysore.(b) Superintending Engineer, CNNL, K.R.S. M & M I P Circle, Mandya.(c) The Executive Engineer, CNNL, V.C. Division, MANDYA.

(10)EMD should be in the form of DD or Bank Guarantee of a Nationalized or Scheduled Bank drawn in favour of the The Executive Engineer, V.C. Division, MANDYA. Payable at Mandya. Tenders received without valid EMD shall be rejected. The validity of EMD shall be for a period of 180 (One Hundred Eighty) days from the date of opening of tender.

(11)The contractor will obtained tender documents from website, 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-tender document and original EMD and attested copies of documents in support of Technical bid shall be submitted in person to The Executive Engineer, V.C. Division, MANDYA. on or before 27-8-05 up to 11.00 a.m.

(12) The Technical Bid (pre-qualification) document received through e-tendering will be opened in the office of The Executive Engineer, V.C. Division, MANDYA. On 27-8-05 at 11.30 a.m. and manual technical bid will be opened in the office of The Executive Engineer, V.C. Division, MANDYA. On 27-8-05 at 11.30 a.m. or other convenient date.

(13)The list of successful bidders will be notified in the website www.tenderwizard.com/CNNL. on 27-8-05 at 3.30 p.m. for e-tender, and for manual tender the list of successful bidder will be notified on the notice board of the Division office, Mandya.

(14)The financial bid of the successful bidder of both manual & e-tender will be opened on 27-8-05 at 4.00 p.m. on other convenient date. in the office of The Executive Engineer, V.C. Division, MANDYA.

(15)The following certificates shall be scanned and attached to the Manual/ e-tender documents.

(a) Contractor’s registration certificate.(b) Employee provident Fund (EPF) registration certificate.(c) Latest Income Tax Clearance Certificate.(d) Karnataka Sales Tax Clearance Certificate.(e) Enrolment Certificate

All the above original certificates shall be produced at the time of opening of tenders for verification

(16)Any document submitted through Post/Courier is at the risk of contractor.

(17)The contractor should attach his/her scanned signature to the Schedule ‘B’ before submitting the Manual/e-tender.

15

Page 16: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

(18) If any of the dates mentioned above happens to be a general holiday, the next working day will hold good.

(19)Further information can be had from the office of the undersigned during office hours.

(20)Further information about electronic tendering can be had from the website

www.tenderwizard.com/CNNL. and Ph: 080 - 23284311/13

(21)Conditional tenders are liable to be rejected. The office competent to accept the tenders shall have the right to reject any or all the tenders without assigning any reason whatsoever.

(22)Any Corrigendum will be published in the website and newspapers for all modification/ corrections if any.

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

(M.S. NAGARAJU) EXECUTIVE ENGINEER, Cauvery Neeravari Nigama Ltd., V.C. Division, MANDYA.

EE/VCD/ CNNL/MANDYA/PBC/TENDER/2005-06

Copy Submitted to (1) Managing Director Cauvery Neeravari Nigama Ltd., Mysore.

(2) State bulletin officer and deputy secretary (M.M.I) Water resources department M.S. Building, Bangalore for kind information and publish in state bulletin.

(3) Zilla tender bulletin officer, Zilla bulletin, Mandya for kind information and publish in Zilla tender bulletin.

(4) Administrator Command Area Development Authority Mysore.

(5) Chief Engineer Irrigation (S) Mysore / Hemavathi Canal Zone Tumkur / Hemavathi Project Zone Gorur.

(6) Superintending Engineer KRS M & M IP Circle, Mandya / K & VC Circle, Mysore / HP Circle, Kushalnagar.

16

Page 17: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Copy Forwarded with Compliments to (7) Executive Engineer, KRS Division KRS. / D & I Division Bannur. / MP Division

Ramanagar./ KRS Modernisation Division Malavalli (8) Copy to All Asst. Executive Engineers, of this Division for giving publicity.

(9) Copy to Executive Engineer / Tech. Asst. / A/C Supdt / Cashier.

(10) Copy to M/S Antares Systems Ltd., No.24, Ist floor, Sudha complex, 3 rd stage, 4th

block, Havanoor Circle, Basaveswara Nagar. B’lore.(11) Copy to M/S KEONICS, #29/1, Race Course road, Bangalore-01 for Necessary

action taken to e-tendering.

(M.S. NAGARAJU)

EXECUTIVE ENGINEER, Cauvery Neeravari Nigama Ltd., V.C. Division, MANDYA.

17

Page 18: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KRISHNA BHAGYA JALA NIGAM LIMITED(A Government of Karnataka Undertaking)

Office of theExecutive Engineer, KBJNL: ARBC Division, Almatti.Tq: B.Bagewadi, Dist: Bijapur Karnataka State.

No.KBJNL/ARBC-Dn/DM/TND/TLIS/2005-06/425 Date:22-06-2005

PRE-QUALIFICATION CUM TENDER NOTIFICATION(THROUGH MANUAL CUM E-TENDERING SYSTEM)

Manual (Conventional) and Electronic tenders on “Turnkey” basis are invited by Executive Engineer, KBJNL: ARBC Division, Almatti, Tq: B.Bagewadi, Dist: Bijapur on behalf of the Managing Director, KBJNL: & Ex-Officio Principal Secretary to Government, Water Resources Department, PWD Annexe, III Floor, K.R.Circle, Bangalore-560 001 from enlisted pre-qualified LIS contractors under KNNL and KBJNL or Class-I KPWD registered contractors, who satisfy the pre-qualification conditions for taking up the following lift irrigation work on “Turnkey” basis.

The tenders are invited through manual tender and e-tendering in order to enhance the transparency in tendering process as per the Water Resources Department, Government of Karnataka Circular dated: 12.02.2004.

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

i. The certificate of registration issued by the State/Centre/Public sector organization.ii. The requisite EMD.iii. Latest copy of Income Tax clearance certificate.iv. Latest copy of Sales Tax clearance certificate.v. EPF registration certificate

In respect of contractors who are not registered with the EPF authorities, the contractors should produce an undertaking that he shall, within 7 days of the close of every month submit to the Executive Engineer a statement showing the recoveries of 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.f

vi. 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.

vii. Technical bidviii. List of men and machinery available with him for taking up the work.

Envelop-II shall contain the financial bid. The Envelop-I will be opened first and thereafter Envelop-II of only those bidders whose documents in Envelop-I are in order will be opened.

18

Page 19: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

2. The details of work put to tender is as follow:

Sl.No.

Name of work Approximate amount put to tender Rs.in Lakhs

EMD Rs.in Lakhs

Stipulated period for completion of work (including monsoon)

Category of contractor eligible

1) Design, Supply, Installation, Testing and Commissioning of pumping machineries, Trans former sub–station, including construction of intake canal, transition, sump/jackwell cum pump house, raising main, delivery chamber, electrical works and EOT crane, supply of spare parts and tools including operation and maintenance of system for two years after the date of completion of work etc., of Timmapur Lift Irrigation Scheme of Bagalkot Taluk (Bagalkot District) on turnkey basis. 2403.00 24.03 24 months

Enlisted pre-qualified L.I.S. contractors under KNNL, KBJNL or other KPWD reg. Class-I contractors who fulfills the pre-qualification conditions.

3. MANUAL TENDERING:

(i) The aspiring bidders may submit their applications for blank tender documents receive blank tender documents and submit the sealed tenders at any of the following places on notified dates.

a) Managing Director, KBJNL: & Ex-Officio Principal Secretary to Government, Water Resources Department, PWD Annexe, III Floor, K.R.Circle, Bangalore-560 001.

b) Managing Director, KBJNL: & Ex-Officio Principal Secretary to Government, Water Resources Department, Administrative Office, Almatti, Tq: B.Bagewadi, District: Bijapur.

c) Executive Engineer, KBJNL: ARBC Division, Almatti, Tq: B.Bagewadi, Dist: Bijapur.

(ii) The cost of blank tender documents per set including KST and surcharge is Rs.30,000/- (Rupees thirty thousand only). It is not refundable and shall be in the form of “DD” (Demand Draft) or “BC” (Banker’s Cheque) drawn in favour of Executive Engineer, KBJNL, ARBC Division, Almatti payable at State Bank of India, Almatti Damsite Branch, Tq: B.Bagewadi, Dist: Bijapur 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 07-07-2005 to 14-07-2005 during office hours.

(iv) Issue of blank tender documents at any of the places as requested by the contractor from 15.7.2005 to 18.7.2005 during office hours.

19

Page 20: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

(v) A pre-bid conference will be held on 02-08-2005 at 11.00 a.m. at the office of the Managing Director, KBJNL: & Ex-Officio Principal Secretary to Government, Water Resources Department, PWD annexe, III floor, K.R.Circle, Bangalore-560 001.

(vi) Submission of completed tenders from 20-08-2005 to 23.08.2005 during office hours.

(vii) Envelop-I containing bid security and technical details will be opened on 25-8-2005 in the office of the Managing Director, KBJNL: & Ex-Officio Principal Secretary to Government, Water Resources Department, PWD annexe, III floor, K.R.Circle, Bangalore-560 001 at 11.00 a.m.

(viii) Envelop-II containing price bid will be opened at the office of the Managing Director, KBJNL: & Ex-Officio Principal Secretary to Government, Water Resources Department, PWD annexe, III floor, K.R.Circle, Bangalore-560 001 on 31-8-2005 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 payable in favour of the Executive Engineer, KBJNL:ARBC Division, Almatti payable at State Bank of India, Almatti Damsite branch, Tq: B.Bagewadi, Dist: Bijapur. The validity of EMD shall be for a period of 180 days from the date of opening tender. Tenders received without EMD shall be rejected.

4) E-TENDERING:

In addition to the normal tendering procedure in order to enhance transparency through automation in the tendering process, KBJNL has introduced electronic tendering process for e-tendering.

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

ii) Aspiring bidders who wish to undergo training in e-tendering should submit their request in writing to undersigned on or before 14.07.2005 and the training will be conducted for such contractorson15-07-2005 at 11.00 a.m. at MD., KBJNL Bangalore office.

iii) The aspiring contractors who have not previously obtained the user ID and password for participating in e-tendering in KBJNL may now obtain the same by requesting in writing to the MD., KBJNL, Regd.Office, Bangalore office on or before 15-07-2005.

iv) The contractors can request for e-tendering documents from 07-07-2005 to 14-07-2005 in the KBJNL website www.kbjnl.com link e-tender document on payment (non-refundable) of Rs.30,000/- towards the cost of e-tendering document including KST and surcharge. While applying the contractors 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 their D.D. at Office of the Executive Engineer, KBJNL: ARBC Division, Almatti on or before 15-07-2005.

v) The amount of Rs.30,000/- shall be paid in the form of Demand Draft (D.D.) or Banker’s Cheque of a nationalized / scheduled bank drawn in favour of the undersigned (non-refundable when the blank tender documents are issued to tenderer).

vi) The contractor can have access to e-tender document from 15-07-2005 to 18-07-2005 upto 5.00 p.m.

20

Page 21: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

vii) A pre-bid conference will be held on 02.08.2005 at 11.00 a.m. at the office of the Managing Director, KBJNL: & Ex-Officio Principal Secretary to Government, Water Resources Department, PWD annexe, III floor, K.R.Circle, Bangalore-560 001.

viii) Submission of completed e-tendering document from 20-08-2005 to 23-08-2005 upto 4.00 p.m.

ix) Envelop-I will be opened in the office of the MD., KBJNL Bangalore on 25-08-2005 at 11-00 a.m.

x) Envelop-II will be opened in the office of the MD., KBJNL Bangalore on 31-08-2005 at 11-00 a.m.

xi) The contractor may obtain tender documents from the website, fill them, submit the completed tendered document into the electronic tender box on the website 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, KBJNL ARBC Division, Almatti before 25-08-2005 or before opening of the tender.

xii) In case of e-tendering the necessary certificates shall be scanned and attached to 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.kbjnl.com and linking to e-tender or e-mail [email protected].

6. ELIGIBILITY AND PRE-QUALIFICATION CONDITIONS:

a) The intending bidder should have satisfactorily completed 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, jack well / raising main / pumping machinery on turn key basis including design, execution, operation and maintenance (Certificates should be obtained from not below the rank of Executive Engineer).b) The bidder should have an annual financial turnover of minimum Rs.10.00 Crores in any two years during the last five years. Audited balance sheet is to be enclosed.

c) Contractor other than those enlisted in KNNL and KBJNL should furnish the ownership certificate of following machineries.

1. Excavator of not less than 0.9 cum capacity 3 Nos.2. Tippers of not less than 4 cum. capacity 8 Nos.3. Concrete mixer of not less than 7cft.capacity with hopper 4 Nos.4. DRR not less than 8-10 tonnes capacity 1 No.5. All other equipments required for the construction of work

such as water tanker, vibrators etc.,

7. NOTES

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

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

21

Page 22: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

iii. Any document submitted through post / courier is at the risk of contractor i.e., KBJNL will not be responsible for postal delay.

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

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

vi. Further information can be had from the office the undersigned during office hours, phone No. 08426-282541.

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

viii. Corrigendum will be published in the website / newspapers for all modifications / corrections if any.

ix. 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 whatsoever relating to non-availability of land would be entertained.

(M.K.NIMBAL)Executive Engineer, KBJNL: ARBC Division, Almatti.

22

Page 23: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Copy submitted for kind information to:

1. The Managing Director, KBJNL: & Ex-Officio Principal Secretary to Government, Water Resources Department, PWD annexe, III floor, K.R.Circle, Bangalore-560 001 / Almatti.

2. The Chief Engineer, KBJNL: Dam Zone, Almatti3. The Superintending Engineer, KBJNL: Dam Circle, Almatti4. 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.

5. The Deputy Commissioner, District Tender Bulletin Officer, Bagalkot / Bijapur with a request to publish the Notification in the State Tender Bulletin.

6. Computer Engineer, KBJNL Registered office, PWD Annexe building, III Floor, Left wing, K.R.Circle, Bangalore alongwith computer floppy/CD.

Copy forwarded for information and necessary action to:

1) PB Section / AB section of this office 2) Notice Board of Division office.

Executive Engineer, KBJNL: ARBC Division, Almatti.

23

Page 24: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Karnataka Neeravari Nigam Limited(A Govt. of Karnataka Enterprices)

Office of the Executive Engineer

KNNL, Upper Tunga Division, Magod.Tq.RANEBENNUR.

Tender Noti No. : EE/UTP/DN/RNR/DM/TND-NOTI - 4 / 2005-06/876 Date : 17-06-2005

SHORT TERM TENDER NOTIFICATION ( Manual Cum Electronic Tendering )

Manual (Conventional) and Electronic item rate tenders in the prescribed form are invited by the

undersigned on behalf of The Managing Director, Karnataka Neeravari Nigam Ltd, Bangalore, from the

eligible contractors enrolled in KNNL, select list of contractors category III and above, who satisfy the

conditions for the below mentioned works.

For Manual Tendering.: 1) Submit their applications, receive blank tender documents and

submit sealed tender documents, @ any of the following places on the noted dates.a. Office of

the KNNL, Coffee Board building Dr. B.R. Ambekar Veedhi Bangalore. b. Office of the KNNL.,

WALMI buiding Belgaum Road Dharwad. C. Office of The Chief Engineer, KNNL, UTP Zone,

Shimoga.d.Office of The Eexecutive Engineer. KNNL, U.T.P. Division (Magod Road),

Ranebennur, Haveri Dist.

E-Tendering :1. The blank documents can be obtained through web site: www.knnlindia.com &

by linking to www.tenderwizard.com 2. The contractors can request for E-Tendering document

on: 25-06-2005 up to 5.30 PM of Rs.28,750=00 (Non refundable ) to wards the cost of

e-tender document and enter DD No,Date, amount and name of bank. The original DD shall be

submitted in the office of the undersigned during office hours on or before:27-06-2005

Details of Works Put to Tender

Sl. No. Name of work

Amount put to

tender (Rs. in lakhs)

EMD (Rs. in Lakhs)

Cost of blank tender

document per set (KST+ surcharge)

Stipulated period for

completion (including mansoon)

Class of Contract

or

1 2 3 4 5 6 7

1

Construction of Aqueduct for R.B.C of Ch:9.279 Km (from ch:8.770 Km to ch:10.00 Km) including earth work excavation, embackment ,Lining work of Itagi-Saslwad LIS in Shirahatti :Tq. Gadag:Dist

190.0 1.90 28750.00 6 Months

KNNL category III and above.

2 Construction of RBC including Earthwork excavation, Embankment,

399.88 4.00 28750.00 9 Months KNNL category III and

24

Page 25: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Sl. No. Name of work

Amount put to

tender (Rs. in lakhs)

EMD (Rs. in Lakhs)

Cost of blank tender

document per set (KST+ surcharge)

Stipulated period for

completion (including mansoon)

Class of Contract

or

1 2 3 4 5 6 7

1

Construction of Aqueduct for R.B.C of Ch:9.279 Km (from ch:8.770 Km to ch:10.00 Km) including earth work excavation, embackment ,Lining work of Itagi-Saslwad LIS in Shirahatti :Tq. Gadag:Dist

190.0 1.90 28750.00 6 Months

KNNL category III and above.

Lining, and CD works from Km 10.00 to 25.517 of Itagi Sasalwad LIS in Shirahatti Tq. Gadag District.

above.

3. The contractors can have access to e-tender from tender document on:19-07-2005 Office hours.

4) Last date for submission of completed e-tender document is 26-07-2005 upto

4-00 pm. 5) The price bid will be opened at the Office of The Manging Director,KNNL, 4 th

floor Cofee Board Building Dr.Ambedkar Veedi Bangalore. On 30-07-2005 at 11.00 Am 6) The contractor will submit the Tender Document through e-tender box in the website along

with scanned EMD and original EMD shall be submitted in person to Executive Engineer,

KNNL, UTP, Division Ranebennur, on or before:28-07-2005 during office hours .

3. For Manual Tendering A)submission of requisition for blank tender documents 25-06-

2005.B) Issue of blank tender documents @ all the four places requested by the contractors 19-07-

2005 (At the office of the undersigned Upto 24-07-2005 .-C) Submission of completed

tenders on 26-07-2005 upto 4-00 p.m.

D) Opening of Price bid on 30-07-2005 @ office of the Managing Director KNNL, 4th Floor

Cofee Board building Ambedkar Veedhi Bangalore. @ 11 A.M.

IV. E.M.D. Should in the form of D.D. or Bank Guarantee of a Nationalised or Scheduled bank

drawn in favour of Karnataka Neeravari Nigam Ltd., Payable at Ranebennur Tender received

without EMD shall be rejected. III The validity period for E.M.D. shall be for a minimum period of

180 days from the date of opening of tenders.

Note :1. The following certificates shall be scanned and attached to e-tender document.

2. Contractors enrollment letter under KNNL / registration certification from KPWD.

3. Employee Provident Fund (E.P.F.) registration certificate.

4. Latest income tax clearance certificate.

5. Karnataka Sales tax clearance Certificate.

25

Page 26: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

6. All the above original certificates shall be produced at the time of opening of tenders for

verification.

7. Any documents submitted through post/courier is at the risk of contractors (i.e. KNNL, is

not responsible for postal delay)

8. The contractor should attach his/her scanned signature to the schedule “B” before

submitting.

9. If any of the dates mentioned above happens to be a general holiday the next working

day will

hold good.

10. Further information can be had from the office of the undersigned during office hours.

(Phone No.

08373 – 267071) about electronic tendering can be had from WWW knnlindia.com &

linking to e-tender or e-mail [email protected]

11. Conditional tenders are liable to be rejected. The office competent to accept the tender

shall have

the right to reject any or all the tenders without assigning nay reason whatsoever.

12. Corrigendum will be published in the website for all modification/ Corrections if any.

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

whole)

required for the work is not yet acquired by the Nigam, if shall be the responsibility of the

contractors to take possession of such lands and start the work by consent of the

owners before commencement of work at no extra cost to the Nigam and no claims

whatsoever relating to non availability of land would be entertained.

14. Total cost of work on hand in KNNL, with one contractor should not exceed Rs. 20.00

Crores (Twenty crores) excluding cost of any major works like dam, barrage, lift

irrigation, gates etc.,

Executive Engineer KNNL, UTP, Division

Ranebennur

26

Page 27: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED(A GOVERNMENT OF KARNATAKA UNDER TAKING)

Office of the Executive Engineer, KNNL, G.R.B.C.C Dn.No.4 Chikodi

Phone No: 275186

TENDER NOTIFICATION(MANUAL CUM ELECTRONIC TENDERING SYSTEM)

No.KNNL/GRBCC-4/DBA/TND/BBC/2005-06/ Date:

Tenders are invited manually or by electronic tender (e-tender) in prescribed form in section I & II by the undersigned on behalf of the Managing Director, Karnataka Neeravari Nigam Limited from contractors enrolled in the selected list of contractors of KNNL for the works mentioned in the statement below. These tenders are through MANUAL or by the ELECTRONIC TENDERING SYSTEM. While applying for the tender documents the contractors shall invariably mention in their application whether they want to submit their tenders by manually or by e-tender.

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 above web site,

click on E-tender Wizard, which will link to www.tenderwizard.com where electronic

tendering is provided) and can be submitted through electronic box available therein.

Application of the manual tenders shall be submitted, blank tender form can be obtained

and completed tenders can be submitted to the offices mentioned below.

1. Managing Director, KNNL, Coffee Board Building, 4th floor Dr B.R Ambedkar Veedhi, Bangalore.

2. Chief Administrative Officer Walmi Building Belur Road Dharwad.

3. Chief Engineer, KNNL, Irrigation (North) Belgaum.

4. Superintending Engineer, KNNL, GRBCC Circle, Hidkal Dam.

5. Executive Engineer, KNNL, GRBCC Dn.No.4 Chikodi.

27

Page 28: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

STATEMENT OF WORK

Sl No Fd Name of Work

Approximate Amount put to Tender

(Rs in lakhs)

EMD (Rs in lakhs)

Cost of tender form

(tender document)

(including KST in Rupees)

Category Enrolled

under KNNL

Select list of

Contractor

Stipulated period of Comp

letion (includ - ing Mon

soon)1 2 3 4 5 6 7

1 Construction of Aqueduct including approach and exit embankment in KM No.49 of BBC at Ch.48+060 including head work regulator at Ch.47+720 and escape at Ch.47+730

241.60 2.416 28125.00 Category –III and above

6(Six) Calendar Months

2 Construction of Bidri Branch Canal from Km. No. 54 (From Ch.53+830 to 54+00 including Erthwork, Bankwork, C.C. Lining, C.D.Works and Aqueduct at Ch.53+112m

230.00 2.30 28125.00 Category –III and above

6(Six) Calendar Months

3 Construction of Bidri Branch Canal in KM No. 55, Earthwork and lining including C.D.Works.

89.10 0.891 16875.00 K.P.W.D Class-I

and above

4(Four)Calendar Months

Note: 1. The contractors shall apply for User ID and Password for participating in e-

tendering in KNNL and obtain the same by requesting in writing to the registered Office, KNNL, Bangalore on 16-6-2005 upto 5.30 PM.

28

Page 29: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

2. The contractors can have access to the blank tender forms up to 21-06-05 up to 5.30 PM through web site www.knnlindia.com link e-tender. The cost of blank tender forms shall be in the form of demand draft of nationalised bank drawn in the favour of Executive Engineer GRBCC Dn.No.4 Chikodi payable at Chikodi. The DD, No with date, amount and the name of bank etc shall be scanned and submitted through web site. The original demand draft shall be submitted in the office of the undersigned by 23-6-2005. The original documents prescribed under note 4 & 5 shall also be produced for verification in the office of the undersigned on the said date failing which action will be taken not to issue blank tender forms through web site. For manual tenders the contractor can also apply up to 21-6-2005 up to 5.30 PM in the offices prescribed above the original documents prescribed under note 4 & 5 shall be produced for verification in the office of the undersigned.

3. The contractors shall clearly mentioned the name of office from where they want to obtain blank tender forms and submit completed tenders.

4. The contractors who have enrolled in the category of KNNL shall submit the following qualification through web site www.knnlindia.com up to 21-6-2005. The contractors who want to submit their tender manually shall enclosed the same at the time of applying duly attested.

I. The current contractors enrollment registration certificate for category under KNNL

II. Employee provident fund (EPF) registration certificateIII. Certificate showing the amount deposit towards EPF up to the previous

month.IV. Latest sales tax clearance certificate.

5. The class-I contractors of KPWD who want to apply for work at Sl.No 3 shall furnish the following qualification through web site up to 21-6-2005 the contractor who want to submit their tenders manually shall enclosed the same at the time of applying duly attested. Sl.No.3 work is Financial Bid only.

The current contractors registration certificate in class-I of KPWD.Employee provident fund (EPF) registration certificate.Certificate showing the amount deposit towards EPF up to the previous month.Latest sales tax clearance certificate.List of machineries with the contractor.

6. The above said certificate and EMD shall be scanned & enclosed to the section II of the e-tender. The contractors who want to submit their tenders manually shall enclosed all the certificates with EMD to the section II of the tender. The section I is only for “ financial bid ”.

7. The blank tender forms will be issued to the contractor in the above-mentioned 5 offices on 27-6-2005 up to 5.30 PM. The same can also be obtained through web site.

29

Page 30: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

8. The contractor can submit their tender through e-tendering by 30-6-2005 up to 4.00 PM scanning their signature on schedule “B” of section I. The section II shall contains all the certificate mentioned in note 4 & 5 and EMD duly scanned.

9. Section one of manual tender contains financial bid and section II containing prescribed documents and EMD Both the tenders shall be put in separate cover and then shall be sealed in a common cover and submitted on 30-6-2005 up to 4.00 PM.

10. The contractor who submit their tender by e tendering shall submit the original EMD on 1-07-2005 up to 5.30 PM in the office of the undersigned.

11. Section II of the tender will be opened on 2-7-2005 at 11.30 AM in the office of the Managing Director, KNNL, Coffee Board Building, 4th floor Dr B.R Ambedkar Veedhi, Bangalore and section I will be opened on 2-7-2005 at 3.00 PM. For any in convinces if the tenders are not opened on the day fresh date will be intimated.

12. The EMD shall be in the form of demand draft, Bankers Cheque, Bank guarantee issued by the nationalised bank in the favour of Executive Engineer KNNL, GRBCC Dn.No.4 Chikodi payable at Chikodi. The EMD other than prescribed above will not considered and tenders will be rejected. The validity of EMD should be for a period of 180 days from the date of opening the tenders.

13. The Nigam is not responsible for any delay for postal and courier services.

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

15. Further information can be had from the office of the undersigned during office hours. Further information about electronic tendering can be had from www.knnlindia.com and linking to e-tender or e-mail [email protected].

16. In any condition the cost of blank tender forms will not be returned and also it will not be adjusted for any other work.

17. 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.

18. Corrigendum will be published in the web site for all modification/corrections if any. The contractor who applied for manual tendering will be informed separately.

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

30

Page 31: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

20. Total cost of work on hand in KNNL with one contractor should not exceed Rs 20.00 Crores (Rs Twenty Crores) excluding cost of any major like dam, Barrage, Lift Irrigation, Gates etc.

Executive Engineer, KNNL, GRBCC Dn. No 4 Chikodi

1. Copy submitted to the Managing Director, KNNL, Coffee Board Building, 4th floor Dr B.R Ambedkar Veedhi, Bangalore. For favour of kind information.

2. Copy submitted to the Antrases system limited No.24 1st floor Sudha complex 3rd

stage,4th block, Basaveshwar nagar Bangalore-5600079 for information.

3. Copy submitted to the Deputy Secretary to Government, Irrigation, Department, state Bulletin Officer for Irrigation Department, Bangalore for kind publication.

4. Copy submitted to the Deputy Commissioner, District Tender Bulletin Officer, Belgaum for favour kind of information.

5. Copy submitted to the Inspector General of police (Vigilance). Irrigation Department Basav Bhavan 4th floor Bangalore for favour of kind information.

6. Copy submitted to the Chief Administrative Officer Walmi Building Belur Road Dharwad. .

7. Copy submitted to the Chief Engineer, KNNL, Irrigation (North) Belgaum for favour of kind information.

8. Copy submitted to the Chief Engineer, Minor, Irrigation (North) Zone Bijapur for favour of kind information.

9. Copy submitted to the Chief Engineer, Minor, Irrigation (South) Zone, Bangalore for favour of kind information.

10. Copy submitted to the Chief Engineer, PWD C&B (South) Bangalore for favour of kind information.

11. Copy submitted to the Chief Engineer, Irrigation (South) Mysore for favour of kind information.

12. Copy submitted to the Chief Engineer, PWD C&B (North) Dharwad for favour of kind information.

13. Copy submitted to the M/S Marketing Consultant and agencies limited. State Government Enterprises, Mehara Complex No. 42, and Millers Road Bangalore-52

31

Page 32: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

for information and request to publish in the Leading State level two Newspapers in minimum space.

Copy Submitted to the:

1. Superintending Engineer, KNNL, GRBCC Circle, Hidkal Dam

2. Superintending Engineer, KNNL, GLBCC Circle, Jamakhandi

3. Superintending Engineer, KNNL, MRBCC Circle, Dharwad

4. Superintending Engineer, KNNL, MLBCC Circle, Naviluteerth

5. Superintending Engineer, PWD Circle, Belgaum.

6. Superintending Engineer, PWD Circle, Dharwad.

7. Superintending Engineer, Minor Irrigation Circle, Belgaum.

8. Superintending Engineer, Minor Irrigation Circle, Gulbarga.

9. Superintending Engineer, Z.P Engineering Circle,Saptapur Dharwad.

10. Copy fdwcs to the Executive Engineer, KNNL, GRBCC Dn.No 2 Hidkal Dam/No 3 Gokak / No.5 Lokapur, Camp Koujalagi/MBC Dn Gaddankeri./MRBCC Dn

No.1 Nargund/No.1 Navalgund /No.3 Badami/HBC Dn Athani/GLBC Dn.No.1

Ghataprabha/No.2 Jamakhandi/ No.3 Bilagi Ghp.Q.C.Dn. Hidakal Dam MLBCC Dn.No.2 Naviluteerth / Dn.No.1 Ramdurg for information and wide publicity.

11. Copy fdwcs to the Z.P Engineering Division, Chikodi/Belgaum/Dharwad/Haveri/Gadag for information and wide publicity.

12. Copy to the Assistant Executive Engineer, KNNL, CBC Sub-Dn.No.3 Ghataprabha / No.4, kabbur / GRBCC Sub-Dn.No.4 Kerur / D.P. Sub-Dn. Nipani & MRBC Sub-Dn.No 20, Nipani for information wide publicity.

13. Copy to Office Notice Board./Copy to EE’S Table/T.A Table/Accounts Superintendent’s table.

Executive Engineer,KNNL, GRBCC Dn. No 4 Chikodi

32

Page 33: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

33

Page 34: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED(A Government of Karnataka Under taking)

Office of the Executive Engineer, KNNL No.2, SLIS Divn. Huvinahadagali, Dist, Bellary.

No.KNNL /EE-2/SLIS/HH/TECH/TEND/05-06/144 Dated: 31-05-2005.

Corrigendum for the Pre-Qualification cum tender Notification No.1/2005-06 Estimated cost (Modified)Rs.1746.00 Lakhs.

Sl. No. Details for Manual cum E-Tendering Modified Dates1. Receipt of application along with pre-

qualification detailsFrom 10-06-2005-Office hrs

2. Issue of blank bid documents From 14-6-2005-Office hrs.3. Pre bid meeting @ corporate Office Bangalore 20-06-2005 at 11.00 AM.4. Submission of completed bids 27-06-2005 upto 4.00 PM5. Opening of Technical bid (cover-II) at corporate

office Bangalore28-06-2005 at 11.00 AM.

6. Opening of price bid (cover-I) at corporate office, Bangalore.

30-06-2005 at 11.00 AM.

Note: Other terms and conditions may be obtained from Executive Engineer or through web site www.knnlindia.com

The cost of Blank Bid documents is Rs.28,750/- including all taxes (Non-Refundable). Shall be in thr form of Demand Draft drawn in favour of Executive Engineer, KNNL, SLIS Division No.2, Huvinahadagali, payable at State Bank of Mysore, Huvinahadagali Branch, shall be attached with the application.

Ph: 08399-240390 Sd/- (B.N.Kanakadas), Executive Engineer,

34

Page 35: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED

(A Government of Karnataka Enterprises)

Office of the Executive Engineer, KNNL MLBCC Divn. No.1, RamdurgTaluk: Ramdurg District: Belgaum, Phone No.(08335)242143.

No.MLBCC 1/DB.1/Remodelling/Tender/05-06/274 Dated: 28-05-2005.

SHORT TERM TENDER NOTIFICATION(MANUAL CUM ELECTRONIC TENDERING SYSTEM)

Sealed item rate tenders by manually or Electronic tenders (e-tenders) in the prescribed form are invited by the undersigned on behalf of Managing Director, Karnataka Neeravari Nigam Limited, Bangalore from the contractors enrolled in the selected list of contractors of KNNL for the works mentioned in the statement below. While applying for the tender the contractor shall invariably mention his option regarding submission of tender by manually or by e-tendering.

The bland tender documents can be obtained through web site www.knnlindia.com and by linking to e-tendering (ie., once you are in the above website click on e-tender wizard, which will link to www.tenderwizard.coml where electronic tendering is provided) and can be submitted through electronic tender box available therein or the blank tender documents obtained and submitted manually in the offices mentioned in note(5).

Statement showing the works put to tender.

Sl. No. Name of work

Approx. Amount put to

tender (Rs. in lakhs)

EMD in Lakhs

Cost of tender forms including all

taxes

CategoryStipulated period of

completion

1 2 3 4 5 6 71 Remodelling of

MLBC km No.46, 48, 52, 53 & 54

464.00 4.64 31,900 IIIrd & above

4 Months including monsoon

2 Remodelling of MLBC km No.55, 56, 58 & 59

385.00 3.85 31,900 --do-- 4 Months including monsoon

Note: The aspiring tenderer should have following pre-qualifications:

1. The contractor can request for blank tender documents on 14-06-2005 upto 5.00 PM in the KNNL website www.knnlindia.com link e-tender or in the offices mentioned in the note (5) (for manual tendering) on payment of the amount mentioned in col.(5) above for the works towards the cost of tender documents. The cost of form shall be paid in the forms of Demand Draft (DD) or Bankers cheque of a Nationalised Bank/Scheduled Bank

35

Page 36: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

drawn in the favour of Executive Engineer, Karnataka Neeravari, Nigam Limited, payable at State Bank of Mysore, Ramdurg (non refundable).

If the contractor opt for e-tendering he should enter the particulars like Demand Draft No., Date amount, and Name of the Bank in the website and also the original DD should be submitted at any one of the following mentioned offices on 14-6-2005 along with the letter specifically mentioned the name of works.

2. The blank tender documents will be issued on 16-6-2005 and 17-6-2005 upto 5.30 PM in the below mentioned offices (Note.5).

3. The contractors can have access to e-tender documents on 16-6-2005 to 17-6-2005 upto 5.30 PM.

4. The last date for submission of completed e-tender documents and also for manual tendering is on 21-6-2005 (upto 4.00 PM).

5. i) Registered office, Managing Director, KNNL, 4th Floor Coffee Board Building, No.1, Dr.B.R.Ambedkar Veedhi, Bangalore-560001.ii) Central office KNNL, WALMI Building, Belgaum Road, Dharwad.iii) Chief Engineer, KNNL, Irrigation (North) zone, Belgaum.iv) Superintending Engineer, KNNL MLBCC Circle, Naviluteertha.v) Executive Engineer, KNNL MLBCC DN. No.1, Ramdurg.

6. The following certificates shall be scanned and attached to e-tender documents. In case of manual tenders certificates shall be enclosed with tender documents.

a. Contractor enrolled under KNNL.b. Karnataka State Sales Tax clearance certificate.c. Employee Provident Fund (EPF) registration certificate.

All the above original certificate shall be produced at the time of opening of tender for verification.

7. The e-tender and Manual tender will be opened in the office of the Managing Director, KNNL 4th Floor, Coffee Board Building, No.1, Dr.B.R.Ambedkar Veedhi, Bangalore-560001 on 23-6-2005 at 11.00 AM or other convenient date which will be informed.

8. EMD should be in the form of DD or Bank guarantee of Nationalised or Scheduled Bank drawn in favour of the Executive Engineer, KNNL MLBC Dn. No.1, Ramdurg payable at State Bank of Mysore, Ramdurg. Tender received without valid EMD shall be rejected. The validity of EMD shall be for period of 180 days (one hundred eighty days) from the date of opening of tender shall be submitted along with the tender in manual tender system.

9. The contractor shall obtained blank tender documents from website and submit the completed tender documents with electronic tender box on the website it self. The EMD shall be scanned and attached to the e-tender documents and original EMD documents shall be submitted in person to; the Executive Engineer, KNNL MLBCC Dn. No.1, Ramdurg before opening of the tender ie., before 22-6-2005 during working hours.

10. Any documents submitted through post/couriers is at the risk of contractor (ie., KNNL is not responsible for postal delay).

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

12. Corrigendum will be published in the website for all modifications/corrections if any.13. The contractor should attach his/her scanned signature to the Schedule “B” before

submitting (ie. In case of e-tendering) and affix his/her signature to the schedule “B” in case of manual tendering.

36

Page 37: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

14. If any of the dates mentioned above happens to be General holiday the next working and will holds good.

15. Whenever erratic rate ie., 60% below the estimated rate is quoted for an excavation item the quantity mentioned in the tender for that item will be paid at the quoted rate irrespective of actual strata met during execution.

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

17. The detail tender notification can be had from the KNNL website www.knnlindia.com and linking to e-tender or in the office of the undersigned.

18. The total cost of the work on hand in KNNL should not exceed 20 Crores (Rs. Twenty Crores only) excluding cost of any major works like dam, Barrage, lift Irrigation etc.,

19. Contractor should have completed work (latest) not less than Rupees one Crore in CC lining for canal with power machine and they should enclose the work done certificate obtained from competent authority to the application form invariably.

Executive Engineer,KNNL MLBCC Dn. No.1,

Ramdurg.

37

Page 38: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

20. Governmentof Karnataka(Water Resources Department)

Office of theExecutive Engineer, WRD.,

K.P.C. Division No. 1, Bidar.

No. KPCD-1/BDR/PB-6/ TND/2005-06/299 Date : 04.05.2005

PREQUALIFICATION CUM TENDER NOTIFICATION(Two Cover Bid System, Through Manual and E-Tendering System)

Sealed item rate tenders by manual or electronic tender (e-tender) in the prescribed form are invited by the undersigned on behalf of Governor of Karnataka from the contractors registered with KPWD/CPWD/MES of Karnataka State undertaking for the works mentioned in statement below. Tenders may be applied through e-tendering or by manual system. While applying for the tender, the contractor shall invariably mention whether he wants to submit the tender manually or through e-tendering, which will be final and binding on the part of the contractor.

The “contractor” herein means either an individual contractor or a firm or a company. Joint venture of any type is not allowed. The blank tender documents can be obtained through website www.waterresources.kar.nic.in and linking to e-tender (i.e., once you are in the above website click on e-tender which will link to www.tenderwizard.com.wrdo ), where electronic tendering system is provided and can be submitted through electronic tender box available therein or in case of manual tendering the blank tender documents can be purchased from the office of the Executive Engineer, K.P.C. Division No.1, Bidar and submitted manually either in office of the (1) Chief Engineer, WRD., I.P. Zone, Gulbarga or (2) Superintending Engineer, WRD., I.P.C. Circle, Bidar or (3) Executive Engineer, WRD., K.P.C. Division No. 1, Bidar.

STATEMENT OF WORKS

Sl. No.

Name of work Approx. amount put to tender (Rs. In Lakhs).

E.M.D. (in Rs.)

Cost of Tender Documents including KST and Surcharge (non- refundable) in Rs.

Class of Contractor

Stipulated period of completion (including monsoon).

1 Construction of RCC Bridge across Hallikhed Nala on Approach Road to Bothagi Village along with widening and raising the road approaches on either side near Bothagi of Karanja Project, Bidar.

225.00 2,25,000/- 30,000/- Class-ISix Calendar Months.

2. Construction of Parapet over Pile Foundation and asphalting of roadway over the earthen flanks on the Dam of Karanja Project.

148.00 1,48,000/- 25,000/-Class-I

Four Calendar Months.

38

Page 39: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Pre-qualification (Two Cover) bid system of tendering consisting of technical bid as Part I and financial bid as Part II shall be followed. The evaluation of the technical bid for pre-qualification will be done based solely on the information provided by the contractor as per his documents. The blank financial bid documents will issued only to the contractor who are pre-qualified by the undersigned based on the technical bid details furnished by the contractor.

PRE-QUALIFICATION (TECHNICAL) BID–PART–I.

Applicant depending upon his bidding capacity satisfying the below mentioned qualifying conditions shall only apply,

1) Each applicant should have in the last five year reckoned back beginning from 2004-05a) achieved in atleast two financials years a minimum annual financial turnover (in

all classes of civil engineering, construction works only) Rs. 450 Lakhs (Rupees Four Hundred Fifty Lakhs Only) for work at Sl. No. (1) and Rs. 300 Lakhs (Rupees Three Hundred Lakhs Only) for the work at Sl. No. (2). Financial turnover shall be given a weight of 10% per year based on the reference value to bring them to 2005-06 price level and

b) satisfactorily completed (not less than 90% of the contract value) as a prime contractor atleast one similar work (comprising of salient items of work like, earth work excavation and concrete work) of value not less than Rs. 115 Lakhs (Rupees One Hundred Fifteen Lakhs Only) for work at Sl. No. (1) and Rs. 75 Lakhs (Rupees Seventy Five Lakhs Only) for the work at Sl. No. (2) at 2005-06 price level. Cost of work completed shall be given a weightage of 10% per year based on the reference value to bring them to 2005-06 price level

c) Executed in any one year the following minimum quantities of work.For work For work at Sl. No. 1 at Sl. No. 2

Earth work excavation 8000.00 Cum. 4000.00 Cum. Cement concrete 6000.00 Cum. 6000.00 Cum.

2. The applicant should produce testimonials and demonstrate a) Availability (either owned or leased) of the following key and critical

equipment for the work.

i) Excavator/ poclain (0.9 cum capacity) - 1 No.ii) Lorries/ Tippers - 4 Nos.iii) Compressor / Wagon driller - 1 No.iv) Machine mixer (10/7 Cft capacity) - 4 Nos.v) Vibrator - 6 Nos.vi) Pump set (5 HP) - 2 Nos.vii) D.R.R. (10 ton capacity) - 1 No.viii) Paver finisher (for work at Sl. No. 2 only) - 1 No.ix) Water Tanker - 1 No.x) Hot Mix Plant (for work at Sl. No. 2 only) - 1 No.

39

Page 40: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

b) Availability for this work, a Project Manager with not less than 5 years experience in construction of similar Civil Engineering works and other key personnel with adequate experience as required and

c) Liquid assets/ availability of credit facilities of not less than Rs. 80.00 Lakhs for the work at Sl. No. 1 and not less than Rs. 60.00 Lakhs for the work at Sl. No. 2, credit lines/ letters of credit certified from banks for meeting the fund requirements etc.,

3. Contractor should have sufficient Man power for executing the work.4. Contractor has to procure steel, cement, etc., required for the work at his own cost.5. The documents furnished by the contractor for technical qualification should invariably

be signed by the contractor as as a token of attestation regarding genuinity and truthfulness of the documents. The documents without the contractor’s attested signature will not be considered for evaluation of the pre qualification bid.

6. The intending contractor should furnish the certificate of Registration issued by KPWD / CPWD / MES of Karnataka State.

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

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

9. Latest copies of Income Tax and Sales Tax clearance certificate shall be enclosed.10. Employee provident fund (EPF) registration certificate shall be enclosed.

The aspiring contractors who have not previously obtained the USER ID and password for participating in e-tendering in Water Resources Department may now obtain the same by requesting in writing to the Chief Engineer, WRD., I.P. Zone, Gulbarga on or before 16.05.2005 during office hours.

The contractors desirous of bidding through manual tendering system can request for blank pre-qualification documents from 06.06.2005 to 08.06.2005 during office hours in any of the following three offices on payment of stipulated cost of blank pre-qualification documents (non-refundable).

a) Office of the Executive Engineer, K.P.C. Division No. 1, Bidar.b) Office of the Superintending Engineer, WRD., I.P.C. Circle, Bidar.c) Office of the Chief Engineer, WRD., I.P. Zone, Gulbarga.

The contractors desirous of bidding through Electronic tendering system can request for blank pre-qualification documents through Water Resources Department website www.waterresources.kar.nic.in and by linking to e-tender from 06.06.2005 to 08.06.2005 on payment of stipulated cost of blank pre qualification documents (Non refundable). While applying the contractor should enter the particulars of payment like D.D. No., date, amount and the name of the bank.

MODE OF PAYMENT :

The stipulated cost of blank pre qualification / tender documents for either e-tendering or manual tendering should be in the form of D.D. or Bankers cheque drawn in favour

40

Page 41: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

of the Executive Engineer, WRD., K.P.C. Division No. 1, Bidar on any schedule bank payable at S.B.H, Bidar. In case of e-tendering the original D.D. should be submitted in any of the above three offices on or before 10.06.2005 during office hours.

The dates of issue of blank pre qualification schedule in case of manual tendering system are 13.06.2005 and 14.06.2005 in the O/o the Executive Engineer, WRD., K.P.C. Division No. 1, Bidar during officer hours. The Contractors who have applied through e-tendering system can have access to the blank e-pre qualification documents from 11:00 A.M. on 06.06.2005 to 14.06.2005 up to 4:00 P.M.

The last date for submission of completed pre qualification documents either through e-tender or manually is 20.06.2005 up to 4:00 P.M. and for manual tendering the date of submission of completed pre qualification documents is 20.06.2005 from 11:00 A.M. to 4:00 P.M. either in the (1) office of the Executive Engineer, WRD., KPC Division No. 1, Bidar or (2) Office of the Superintending Engineer, WRD, IPC, Circle, Bidar or (3) Office of the Chief Engineer, WRD., I.P. Zone, Gulbarga. The sealed cover containing pre qualification documents should be clearly suprescribed with the name of work and name and address of the contractor.

The date of opening of sealed pre qualification documents submitted manually and also e-tender is 21.06.2005 at 11:00 A.M. The list of pre qualification bidders will be announced on 23.06.2005 in the notice board of the O/o the Executive Engineer, K.P.C. Division No. 1, Bidar.

FINANCIAL BID (PART-II) :

The pre qualified contractors who have applied through manual system can receive blank tender documents from the O/o the undersigned from 23.06.2005 to 24.06.2005 during office hours.

The pre qualification contractors who have applied through e-tendering system can have access to the blank tender documents from the website from 23.06.2005 to 04.07.2005 up to 4:00 P.M. A pre-bid conference will be held by the Executive Engineer, K.P.C. Division No. 1, Bidar on 28.06.2005 at the office of the Chief Engineer, WRD., I.P. Zone, Gulbarga at 11:00 A.M.

The financial bid documents for both the above works comprises of Section I (of Part II) consisting of financial bid to indicate the amount offered by the bidder for completion of the work based on contract specifications, Schedule ‘A’ and Schedule ‘B’ of the contract form. The contractor should neither make any alteration in the conditions of contractor nor stipulate any condition of his own in the first section of the financial bid documents.

The EMD should be in the form of D.D. or Bank Guarantee of Nationalised or Schedule Bank drawn in favour of the Executive Engineer, WRD., K.P.C. Division No.1, Bidar or deposit at call receipt or challan from Govt. Treasury/ Sub-Treasury or National Saving Certificate duly pledged in the name of the Executive Engineer, WRD., K.P.C. Division No. 1, Bidar. Tender received without valid EMD will be rejected. The validity of EMD shall be for a period of 90 (Ninety) days from the date of opening of tender.

The pre qualification contractors (who have opted for e-tendering) shall fill in the financial bid documents and submit the completed tender documents through electronic tender

41

Page 42: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

box through the website itself from 23.06.2005 to 04.07.2005 up to 4:00 PM. The pre qualified contractors (who have opted for manual tendering) shall submit the filled in sealed tender documents in the tender boxes provided either in O/o the Chief Engineer, WRD., I.P. Zone, Gulbarga, or O/o the Superintending Engineer, WRD., I.P.C. Circle, Bidar or O/o the Executive Engineer, WRD., K.P.C. Division No. 1, Bidar respectively along with the requisite EMD on 04.07.2005 from 11:00 AM to 4:00 PM. The section I (of Part-II) and Section II (of Part-II) should be submitted in two separate sealed covers and then putting them in a third sealed cover duly superscribing the name of work and name and address of the contractor. The EMD in case of e-tendering shall be scanned and attached to the e-tender documents and original EMD shall be submitted to the undersigned on or before 06.07.2005 during office hours.

Section – II (of Part-II) shall contain condition and stipulation, if any proposed by the contractor. Section-II (of Part-II) shall be opened prior to opening of the section-I (of Part-II). The results (loading factors) of section-II (Part-II), will be made known to the contractor present on the day opening of the section-I (of Part-II) prior to opening of Section-I (of Part-II).

Section – II (of Part-II) will be opened in the presence of the available contractor on 07.07.2005 at 11:00 AM. The Section-I (of Part-II) will be opened on 11.07.2005 at 11:00 AM in the office of the Chief Engineer, WRD., I.P. Zone, Gulbarga by the undersigned in the presence of contractors.

Any document submitted through post / courier is at the risk of contractor. The WRD is not responsible for postal delay.

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

If any of the dates mentioned above happens to be a General Holiday, the next working day will holds good.

Further information about electronic tendering can be had from www.waterresources.kar.nic.in and linking to e-tender procedure.

The Executive Engineer shall have the right to reject any or all the tenders without assigning any reason whatsoever.

Corrigendum will be published in the newspapers and website for modifications if any.

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

If the contractor makes any alterations in the conditions of contract or put any conditions of his own in section-I of Part-II of the tender documents, such tenders are liable for rejection.

Further details, if any, required can be had from the office of the undersigned during the office hours (Phone No. 08482-226490) on all working days.

42

Page 43: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

(M.R. Venkatchala)Executive Engineer, WRD,

K.P.C Division. No. 1, Bidar.

43

Page 44: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Copy submitted for kind information to :

1) The Secretary, Irrigation Dept., 6th Floor, M.S. Building, Bangalore.

2) The Secretary, PWD, 5th Floor, M.S. Building, Bangalore.

3) The Engineer-in-Chief WRD., Anand Rao Circle, Bangalore.

4) Chief Engineer, WRD., IP. Zone, Gulbarga.

5) Chief Engineer, KNNL, Irrigation (North) Club Road, Belgaum.

6) Chief Engineer, Irrigation Central Zone, Munirabad.

7) Chief Engineer, Hemavati Project, Gorur.

8) Chief Engineer, C&B (South), K.R. Circle, Bangalore.

9) Chief Engineer, C&B (North), Dharwad.

10) Chief Engineer, Minor Irrigation, K.R. Circle, Bangalore.

11) Chief Engineer, Irrigation South, Mysore.

12) Chief Engineer, U.T.P, Shimoga.

13) Superintending Engineer, WRD., I.P.C. Circle, Gulbarga/ Bidar.

14) Copy Submitted to the State Tender Bulletin Officer and Deputy Secretary to Govt. (MMI), Irrigation Dept., M.S. Building, Bangalore – 1 for information with a request to publish in State Tender Bulletin.

15) Copy submitted to District Bulletin Officer, D.C. Office, Bidar for information and requested to publish in the District Bulletin.

16) Copy forwarded to the Director Dist. Publicity and Information Dept., Bangalore with a request to publish this tender notification in leading Kannada and English Newspapers.

17) Copy submitted to the Directorate, Journal of Commerce Intelligence and Statistics, No. 1, Council House Street, Kolkata (W.B.) 700 001 for publication, in the next issue.

18) Copy to the Compiler, Karnataka Gazette, (Government Press, Bangalore for publishing the same in the next issue of Gazette.

19) Copy submitted to the I.G.P. Vigilance Cell, Water Resources Department, 3rd Floor, Basava Bhavana, High Grounds, Bangalore.

20) Copy forwarded with compliments to All Executive Engineers, I.P. Zone, Gulbarga for information and for displaying on the notice board.

21) Copy to all Assistant Executive Engineers of this Division, for information and for displaying on the Notice Board.

22) Copy to Office Notice Board/Stores/Account Branch/EE’s Table.

23) Extra copies.

(M.R. Venkatchala)

44

Page 45: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Executive Engineer, WRD,K.P.C Division. No. 1, Bidar.

45

Page 46: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Government of Karnataka(Water Resources Department)

Office of theExecutive Engineer, WRD.,

K.P.C. Division No. 3, Bhatambra.

No. KPC-3/AE-1/KLI/TND/2005-06/112 Date : 03.05.2005

PREQUALIFICATION CUM TENDER NOTIFICATION

Manual (conventional) and Electronic Tenders on TURN-KEY BASIS are invited by the

Executive Engineer, WRD., K.P.C. Division No. 3, Bhatambra on behalf of the Governor of

Karnataka from the contractors / firm / company registered with KPWD/CPWD/MES of

Karnataka State undertaking for the works mentioned below, who fulfill the pre-qualification

conditions.

Tenders may be applied through e-tendering or manual system. While applying for the

tenders, the contractor shall invariably mention as to whether he wants to submit the tender

manually or through e-tendering, which will be final and binding on the part of the contractor.

The “contractor” herein means either an individual contractor or a firm or a company.

Joint venture of any type is not allowed. The blank tender documents can be obtained through

website www.waterresources.kar.nic.in and linking to e-tender (i.e., once you are in the

above website click on e-tender which will link to www.tenderwizard.com.wrdo where

electronic tendering system is provided) and can be submitted through electronic tender box

available therein or in case of manual tendering the blank tender documents can be purchased

from the office of the Executive Engineer, K.P.C. Division No.3, Bhatambra and submitted

manually either in office of the (1) Chief Engineer, WRD., I.P. Zone, Gulbarga or (2)

Superintending Engineer, WRD., I.P.C. Circle, Bidar or (3) Executive Engineer, WRD.,

K.P.C. Division No. 3, Bhatambra.

Contd..2

46

Page 47: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

[2]STATEMENT OF WORKS

Sl. No.

Name of work Approx. amount put to tender (Rs. In Lakhs).

E.M.D. (in Rs.)

Cost of Tender Documents including KST and Surcharge (non- refundable) in Rs.

Class of Contractor

Stipulated period of completion (including monsoon).

1 Design, manufacture, supply, installation, testing, commissioning lift irrigation system for the lift irritation scheme on Left Bank of Karanja Reservoir near ATIWAL village of Karanja Project, Bidar, on Turn-key basis consisting ofPumping machineries, Transformer Sub Station, Construction of Intake arrangements, Transition, Sump/ Jack well cum pump house, Rising Main, Delivery Chamber, Electrical Works, EOT Cranes, Supply of Spare Parts & Tools including operation and maintenance of the system for two calendar years after the date of completion.

411.73 4,12,000/- 35,000/- Class-I Six Calendar Months.

2. Design for remodeling of the rising main for the existing lifting arrangements of Foreshore Lift Irrigation scheme of Karanja Project, Bidar including Manufacturing, Supply, installation, testing, and commissioning of the

280.96 2,81,000/- 35,000/- Class-I Four Calendar Months.

47

Page 48: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

rising main on turn-key basis including operation and maintenance of the rising main system for a period of two calendar years after the date of completion.

Contd..3

48

Page 49: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

[3]

Pre-qualification (Two Cover) bid system of tendering consisting of technical bid as Part I and financial bid as Part II shall be as follows:

The evaluation of the technical bid for pre-qualification will be done based solely on the information provided by the contractor as per his documents.

The blank financial bid documents will be issued only to the contractor who are pre-qualified by the undersigned based on the Technical bid details furnished by the contractor.

PRE-QUALIFICATION (TECHNICAL) BID PART–I.

Applicant depending upon his bidding capacity satisfying the below mentioned qualifying conditions shall only apply,

2) Each applicant should have in the last five years reckoned back beginning from 2004-05.

a) achieved in atleast two financial years a minimum annual financial turnover of Rs. 800 Lakhs (Rupees Eight Hundred Lakhs) for work at Sl. No. (1) and Rs. 560 Lakhs (Rupees Five Hundred Sixty Lakhs) for the work at Sl. No. (2) (in all classes of civil, electrical and mechanical engineering construction works only). Financial turnover shall be given a weight of 10% per year based on the reference value to bring them to 2005-06 price level.

b) Satisfactorily completed (not less than 90% of the contract value) atleast one similar work (comprising of salient items of work like, Civil, Electrical and Mechanical components) of value not less than Rs. 210 Lakhs (Rupees Two Hundred Ten Lakhs) for work at Sl. No. (1) and Rs. 140 Lakhs (Rupees One Hundred Forty Lakhs) for the work at Sl. No. (2) at 2005-06 price level. Cost of completed work shall be given a weightage of 10% per year based on the reference value to bring them to 2005-06 price level.

3) The applicant should produce testimonials and demonstrate,a) Availability (either owned or leased) of the following key and critical equipment

for the work.

i) Excavator/ poclain (0.9 cum capacity) - 1 No.ii) Lorries/ Tippers - 4 Nos.iii) Compressor / Wagon driller - 1 No.iv) Machine mixer (10/7 Cft capacity) - 4 Nos.v) Vibrator - 6 Nos.vi) Pump set (5 HP) - 2 Nos.vii) D.R.R. - 1 No.viii) Pipe laying equipments - 1 Set.

49

Page 50: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

b) Availability for this work, a Project Manager with not less than 5 years experience in construction of similar Engineering works and other key personnel with adequate experience as required and

c) Liquid assets/ availability of credit facilities of not less than Rs. 140.00 Lakhs for the work at Sl. No. 1 and not less than Rs. 100.00 Lakhs for the work at Sl. No. 2, credit lines/ letters of credit certified from bank for meeting the fund required etc.,

Contd..4

50

Page 51: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

[4]

4) Contractor should have sufficient Man power for executing the work.5) Contractor has to procure steel, cement, pipes, electrical and mechanical setup

required for the work at his own cost.6) The documents furnished by the contractor for pre-qualification should invariably be

signed by the contractor as a token of attestation regarding genuinity and truthfulness of the documents. The documents without the contractor’s attested signature will not be considered for evaluation of the pre-qualification bid.

7) The intending contractor should furnish the certificate of Registration issued by KPWD / CPWD / MES of Karnataka State.

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

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

10) Latest copies of Income Tax and Sales Tax clearance certificate shall be enclosed.11) The intending contractor should furnish the details of certification of tie-up with

manufacturers of pumping machineries and electrical works with the contractor for execution of electromechanical components of L.I. Schemes. (Only for the contractors intended to apply for the work at Sl. No. 1).

12) Employee provident fund (EPF) registration certificate shall be enclosed.

The aspiring contractors who have not previously obtained the USER ID and password for participating in e-tendering in Water Resources Department may now obtain the same by requesting in writing to the Chief Engineer, WRD., I.P. Zone, Gulbarga on or before 10.05.2005 during office hours.

The contractors desirous of bidding through manual tendering system can request for blank pre-qualification documents from 02.06.2005 to 06.06.2005 during office hours in any of the following three offices on payment of stipulated cost of blank pre-qualification documents (non-refundable).

d) Office of the Executive Engineer, K.P.C. Division No. 3, Bhatambra.e) Office of the Superintending Engineer, WRD., I.P.C. Circle, Bidar.f) Office of the Chief Engineer, WRD., I.P. Zone, Gulbarga.

The contractors desirous of bidding through Electronic tendering system can request for blank pre-qualification documents through Water Resources Department website www.waterresources.kar.nic.in and by linking to e-tender from 02.06.2005 to 06.06.2005 on payment of stipulated cost of blank pre qualification documents (Non refundable). While applying the contractor should enter the particulars of payment like D.D. No., date, amount and the name of the bank.

MODE OF PAYMENT :

The stipulated cost of blank pre qualification / tender documents for either e-tendering or manual tendering should be in the form of D.D. or Bankers cheque drawn in favour of the Executive Engineer, WRD., K.P.C. Division No. 3, Bhatambra on any schedule bank payable at

51

Page 52: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

S.B.H, Bhalki. In case of e-tendering the original D.D. should be submitted in any of the above three offices on or before 08.06.2005 during office hours.

Contd..5

52

Page 53: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

[5]

The dates of issue of blank pre qualification schedule in case of manual tendering system are 09.06.2005 and 10.06.2005 in the O/o the Executive Engineer, WRD., K.P.C. Division No. 3, Bhatambra during officer hours. The Contractors who have applied through e-tendering system can have access to the blank e-pre qualification documents from 11:00 A.M. on 02.06.2005 to 10.06.2005 up to 4:00 P.M.

The last date for submission of completed pre qualification documents either through e-tender or manually is 16.06.2005 up to 4:00 P.M. and for manual tendering the date of submission of completed pre qualification documents is 16.06.2005 from 11:00 A.M. to 4:00 P.M. in the (1) office of the Executive Engineer, WRD., KPC Division No. 3, Bhatambra or (2) Office of the Superintending Engineer, WRD, IPC, Circle, Bidar or (3) Office of the Chief Engineer, WRD., I.P. Zone, Gulbarga. The sealed cover containing pre qualification documents should be clearly suprescribed with the name of work and name and address of the contractor.

The date of opening of sealed pre qualification documents submitted manually and also e-tender is 17.06.2005 at 11:00 A.M. The list of pre qualification bidders will be announced on 20.06.2005 in the notice board of the O/o the Executive Engineer, K.P.C. Division No. 3, Bhatambra.

The pre qualified contractors who have applied through manual system can receive blank tender documents from the O/o the undersigned from 20.06.2005 to 21.06.2005 during office hours.

The pre qualification contractors who have applied through e-tendering system can have access to the blank tender documents from the website from 20.06.2005 to 30.06.2005 up to 4:00 P.M. A pre-bid conference will be held by the Executive Engineer, K.P.C. Division No. 3, Bhatambra on 27.06.2005 at the office of the Chief Engineer, WRD., I.P. Zone, Gulbarga at 11:00 A.M.

The financial bid documents for both the above works comprises of Section I (of Part II) consisting of financial bid to indicate the amount offered by the bidder for completion of the work on turn-key basis based on contract specifications, Schedule ‘A’ and Schedule ‘B’ of the contract form. The contractor should neither make any alteration in the conditions of contractor nor stipulate any condition of his own in the first section of the financial bid documents.

The EMD should be in the form of D.D. or Bank Guarantee of Nationalised or Schedule Bank drawn in favour of the Executive Engineer, WRD., K.P.C. Division No.3, Bhatambra or deposit at call receipt or challan from Govt. Treasury/ Sub-Treasury or National Saving Certificate duly pledged in the name of the Executive Engineer, WRD., K.P.C. Division No. 3, Bhatambra. Tender received without valid EMD will be rejected. The validity of EMD shall be for a period of 90 (Ninety) days from the date of opening of tender.

The pre qualification contractors (who have opted for e-tendering) shall fill in the financial bid documents and submit the completed tender documents through electronic tender box through the website itself from 20.06.2005 to 30.06.2005 up to 4:00 PM. The pre qualified contractors (who have opted for manual tendering) shall submit the filled in sealed tender documents in the tender boxes provided in O/o the Chief Engineer, WRD., I.P. Zone,

53

Page 54: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Gulbarga, or O/o the Superintending Engineer, WRD., I.P.C. Circle, Bidar or O/o the Executive Engineer, WRD., K.P.C. Division No. 3, Bhatambra respectively along with the requisite EMD on 30.06.2005 from 11:00 AM to 4:00 PM. The section I (of Part-II) and Section II (of Part-II) should be submitted in two separate sealed covers and then putting them in a third sealed cover duly superscribing the name of work and name and address of the contractor. The EMD in case of e-tendering shall be scanned and attached to the e-tender documents and original EMD shall be submitted to the undersigned on or before 02.07.2005 during office hours.

Contd..6

[6]

Section – II (of Part-II) shall contain condition and stipulation, if any proposed by the contractor. Section-II (of Part-II) shall be opened prior to opening of the section-I (of Part-II). The results (loading factors) of section-II (Part-II), will be made known to the contractor present on the day opening of the section-I (of Part-II) prior to opening of Section-I (of Part-II).

Section – II (of Part-II) will be opened in the presence of the available contractor on 04.07.2005 at 11:00 AM. The Section-I (of Part-II) will be opened on 06.07.2005 at 11:00 AM in the office of the Chief Engineer, WRD., I.P. Zone, Gulbarga by the undersigned in the presence of contractors.

Any document submitted through post / courier is at the risk of contractor. The WRD is not responsible for postal delay.

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

If any of the dates mentioned above happens to be a General Holiday, the next working day will holds good.

Further information about electronic tendering can be had from www.waterresources.kar.nic.in and linking to e-tender procedure.

The Executive Engineer shall have the right to reject any or all the tenders without assigning any reason whatsoever.

Corrigendum will be published in the newspapers and website for modifications if any.

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

If the contractor makes any alterations in the conditions of contract or put any conditions of his own in section-I of Part-II of the tender documents, such tenders are liable for rejection.

Further details, if any, required can be had from the office of the undersigned during the office hours (Phone No. 08484-268034) on all working days.

54

Page 55: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Executive Engineer, WRD.,K.P.C. Division No. 3, Bhatambra.

Contd..7

55

Page 56: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

[7]

Copy submitted for kind information to :

24) The Secretary, Irrigation Dept., 6th Floor, M.S. Building, Bangalore.

25) The Secretary, PWD, 5th Floor, M.S. Building, Bangalore.

26) The Engineer-in-chief & Project Co-Ordinator, Mysore.

27) The Engineer-in-Chief WRD., Anand Rao Circle, Bangalore.

28) Chief Engineer, WRD., IP. Zone, Gulbarga.

29) Chief Engineer, KNNL, Irrigation (North) Club Road, Belgaum.

30) Chief Engineer, Irrigation Central Zone, Munirabad.

31) Chief Engineer, Hemavati Project, Gorur.

32) Chief Engineer, C&B (South), K.R. Circle, Bangalore.

33) Chief Engineer, C&B (North), Dharwad.

34) Chief Engineer, Minor Irrigation, K.R. Circle, Bangalore.

35) Chief Engineer, Irrigation South, Mysore.

36) Chief Engineer, U.T.P, Shimoga.

37) Superintending Engineer, WRD., I.P.C. Circle, Gulbarga/ Bidar.

38) Copy Submitted to the State Tender Bulletin Officer and Deputy Secretary to Govt. (MMI), Irrigation Dept., M.S. Building, Bangalore – 1 for information with a request to publish in State Tender Bulletin.

39) Copy forwarded to the Director Dist. Publicity and Information Dept., Bangalore with a request to publish this tender notification in leading Kannada and English Newspapers.

40) Copy submitted to the Directorate, Journal of Commerce Intelligence and Statistics, No. 1, Council House Street, Kolkata (W.B.) 700 001 for publication, in the next issue.

41) Copy to the Compiler, Karnataka Gazette, (Government Press, Bangalore for publishing the same in the next issue of Gazette.

42) Copy submitted to the I.G.P. Vigilance Cell, Water Resources Department, 3rd Floor, Basava Bhavana, High Grounds, Bangalore.

43) Copy forward to Dy. Director, Publicity & Information Dept., Bidar for necessary action.

44) Copy forwarded with compliments to All Executive Engineers, I.P. Zone, Gulbarga for information and for displaying on the notice board.

45) Copy to all Assistant Executive Engineers of this Division, for information and for displaying on the Notice Board.

46) Copy to Office Notice Board/Stores/Account Branch/EE’s Table.

47) Extra copies.

56

Page 57: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Executive Engineer, WRD,K.P.C Division. No. 3, Bhatambra.

57

Page 58: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED(A Government of Karnataka Undertaking)

Office of the Executive Engineer, KNNL, MBC Division, No.1,Gaddanakori Camp. Bagalkot, Phone: 08354-224334

No.KNNL/MBC/DN-1/PB/TND/2005-06/570 Dated: 26-05-2005

SHORT TERM TENDER NOTIFICATION(E-TENDERING/MANUAL TENDERING SYSTEM)

Item rate tenders are invited Manual or by the Electronic tendering system (e-tender) in the prescribed form by the undersigned on behalf of the Managing Director Karnataka Neeravari Nigam Limited from contractors registered with KPWD/enrolled in the select list of contractors of KNNL for the works mentioned in the statement below.

The blank tender documents can be obtained through website www.knnlindia.com 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.com where electronic tendering is provided) and can be submitted through electronic tender box available therein OR the blank tender documents obtained and submitted manually in the following offices mentioned below.

1. The Managing Director, KNNL, 4th Floor, Coffee Board Building, Bangalore.2. The Chief Administrative Officer, KNNL, WALMI Building, Dharwad.3. The Chief Engineer, KNNL, Irrigation (North) Club Road, Belgaum.4. The Superintending Engineer, KNNL, GRBCC Circle Hidkal Dam.5. The Executive Engineer, KNNL, MBC Division No.1, Gaddanakeri Camp, Bagalkot.

STATEMENT OF WORKS

Sl. No. Name of work

Approx. Amount put to Tender

(Rs. in lakhs)

EMD in Rs.

Cost of blank tender

document (including

KST + surcharge)

(Non refundable)

Class of Contractor

Stipulated period of

completion (including monsoon)

1 2 3 4 5 6 71 Const. of GRBC KM-

120 & 121 Earth work Lining and CD works (Balance work).

242.00 242000 28750 Category-III & above

4 months

2 Construction of CD worksa) CTC/SP atch

166-300b) BC atch 167-

560c) CTC atch 168-

475d) SP atch 169-

122.00 122000 28750 Class-I & above

4 months

58

Page 59: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

645 of GRBC

NOTES:

The Demand Draft (DD) or Banker’s cheque should be drawn in favour of “Executive Engineer, KNNL MBC Division No.1, Gaddanakeri” on any scheduled bank payable at Bagalkot.

1 Date of Receipt of application for Blank Tender Documents for e-tender manual tender is on

6-6-2005 during office hours.

2 The e-tender contractor should submit the original DD/BC (cost of blank tender document) in the office of the undersigned.

7-6-2005 during office hours.

3 Date of issue of Blank Tender Documents for e-tender/manual tender is on

10-6-2005 during office hours.

4 Date of Receipt of Completed Tender Document for e-tender manual tender is on

14-6-2005 upto 4.00 PM

5 Date of Submission of original DD/BG/BC (EMD) for e-tender contractors in the office of the undersigned

15-6-2005 during office hours.

6 The e-tender manual tender will be opened in the office of the Managing Director KNNL Bangalore on

16-6-2005 at 11.00 AM

Further information may be had from office of the undersigned during office hours.

Sd/- (K.B.HOSUR)

Executive Engineer, KNNL, MBC DN, No.1,

Gaddanakeri Camp. Bagalkot.

59

Page 60: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

CAUVERY NEERAVARI NIGAM LIMITED(A Government of Karnataka Enterprise)

Office of the Executive Engineer, No.1, CNNL, D & I Division, Bannur, Mysore District, Phone: 958227 275653

Tender Notification No.4/2005-06 Dated:19-05-2005

BRIEF TENDER NOTIFICATION(TWO COVER ITEM RATE BID THROUGH MANUAL CUM ELECTRONIC TENDERING

SYSTEM)

Manual-cum-Electronic Tender (E-Tenders) in the prescribed form are invited by the undersigned on behalf of the Managing Director, Cauvery Neeravari Nigama Limited from Class-I contractors registered with KPWD/CPWD/WRD/Any other Government Organisation for the work 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: 22-09-2003.

Name of the work: Earth work Excavation, embankment, CD Works, and CC. Lining for Distributaries (14 Nos.) coming in the reach from 1 to 13 th KM of B.G. Pura canal including construction of Head regulator @ the off take point and improvement works to B.G. Pura canal from KM 7.00 to 13.00.

Scope of work: The B.G. Pura canal has been designed to carry a required head discharge of about 130 cusecs and it is intended to provide improvements to KM 7 TO 13 of B.G. Puara Main. 14 Nos. of distributaries will take off in the said 13 th KM stretch of the B.G.Pura Main. The head discharge of these distributaries varies from 14 cusecs to 1 cusecs. Certain works some distributaries and laterals have been executed. Certain distributaries works are to be started afresh.

General Conditions: -

The bidders intending to take up the work should submit the requisition for issue of blank tender documents along with the details mentioned below:

1. Name and address of the firm/bidder indicating Telephone/Fax No. & Telegraphic address/e-mail address.

2. Name and address of the proprietor (partner in case of partnership of firms) and the name of the Chief Executive and the registered office address together with a copy of the articles of association in the case of limited company.

3. Certified copy of registration certificate and pass book.4. Details of registration with other private/State/Public Sector undertakings engaged in

similar activities.5. The tenderer must produce documents supporting past experience for having executed

similar nature of work.6. The tenderer should have a minimum turnover of 60% of the cost of the work now

proposed per year during last three years.7. The tenderer should have satisfactorily executed a similar single work of Rs.350.00 lakhs

in any one year during last five years.

60

Page 61: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

8. The tenderer should furnish the list of similar works completed during last 5 years in proforma-1. Necessary completion certificate/report issued by the officer not below the rank of Executive Engineer shall be attached.

9. The details of works already tendered, if any, in proforma-2 to be furnished.10. Details of works on hand should be indicated in proforma-3 along with necessary

certificate.11. Details of Technical personnel employed by the tenderer/firm who are suitable for both

design and execution work and number of technical personnel who will be deployed EXCLUSIVELY for this work should be indicated in proforma-4.

12. List of plant and machinery available with the tenderer and the list of such plant and machinery which will be deployed EXCLUSIVELY for this work should be indicated. Details of centering materials (props) are to be more specifically mentioned in proforma-5.

13. Certified copy of the income tax clearance certificate for latest assessment year, KST Registration Certificate/VAT reference and EPF Registration Certificate shall be furnished. CNNL reserves the right to verify the above statements and inspect the bidders job, if felt necessary.

14. Any other relevant information in support of the above conditions like financial soundness etc., to be furnished.

15. Contractors shall submit documents for having owned the following machineries.

Machineries Minimum No.a) Excavator – 60 1 No.b) Tipper 4 Nos.c) Vibrator 12 Nos.d) Concrete mixer 10 Nos.e) Water tanker 10 Nos.f) Steel centering 200 Sqmg) Tractor dozer 1 No.h) Slip centering form 10 Nos.i) Diesel pump 2 Nos.

Additional machineries as per requirement shall be deployed for speedy and timely completion for the work.

STATEMENT OF WORK

Sl. No. Name of work

Approx amount put to

tender Rs.

EMD Rs.

Last date for receipt of

application seeking

blank tender form (before

5.30 pm)

Date of issue of blank tender

form (upto 5.30 pm)

Date of submission

of filled tender form (upto 4.00

pm)

Remarks

1 Earthwork Excavation, embankment, C.D Works, and CC Lining for Distributaries (14 Nos.) coming in the reach from 0 to 13th

KM of B.G.Pura canal including construction of Head regulator @

3,68,00,000 3,68,000 20-06-05 22-06-05 24-06-05 2nd call

61

Page 62: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

the off take point and improvement works to B.G.Pura canal from KM 7.00 to 13.00

Instructions for Tendering:

The aspiring bidders may submit their application for blank tender documents, receive the same and submit the filled tender through web site www.tenderwizard.com/CNNL or from any offices mentioned below.

1. Office the Managing Director, Cauvery Neeravari Nigama Limited, Vinoba Road, Opposite Kalamandir, Mysore.

2. Office of the Chief Engineer, CNNL, Irrigation (South) Zone, Public Offices Building, New Sayyaji Rao Road, Mysore-570024.

3. Office of the Superintending Engineer, KRSM & MIP Circle, Mandya.4. Office of the Executive Engineer, CNNL, D & I Division, Bannur, Mysore District.

1. Cost of the blank tender documents per set: Rs.37,000.00 (+8% tax) non refundable)2. Class of bidder eligible: Class-I3. Stipulated duration for completion of work: 6 months (including monsoon)4. Date of opening: 1st cover containing technical bid: 25-06-2005 (11 am)5. Date of opening 2nd cover containing price bid : 27-06-2005 (11 am)

Training on e-tendering will be conducted for the aspiring bidders at 11.30 am on 15-06-2005 at the office of the Superintending Engineer, CNNL, KRSM & MIP Circle, Mandya.

Aspiring bidders who have not previously obtained the User ID and password for participating in e-tendering in CNNL, may obtain the same by requesting in writing to the Executive Engineer, D & I Division, Bannur on production of the original registration pass book, e-mail, ID and identification proof. User ID and password will be issued on or before 20-06-2005.

The bidders can request for blank tender documents for the work through website www.tenderwizard.com/CNNL on payment of prescribed amount as shown above. While applying the bidder should enter the particulars of the payment like DD number, date, amount and name of the bank. The demand draft or banker cheque should be drawn in favour of the Executive Engineer, on any scheduled bank payable at Bannur. The original DD should be submitted to the office of the Executive Engineer on or before the date of the opening the technical bid.

The tender documents can be submitted through electronic tender box on the website itself. The EMD shall be scanned and attached to the e-tender document and the original EMD and attested copies of documents in support of Technical Bid shall be submitted in person to the Executive Engineer on or before stipulated date for opening technical bid as above.

The bidders intending to come to the office in person can pay the EMD in the form of Demand Draft or Banker’s cheque drawn in favour of Executive Engineer, D & I Division,

62

Page 63: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Bannur and shall be attached with the written application. The bidders should mentioned in their application the place from where they wish to receive and submit the tender documents. Otherwise the tender documents will be issued and received at the place where the tenderer has submitted the application.

The request for tender documents shall be submitted on or before 20-06-2005 till 5.30 pm.

The blank tender documents will be issued on 22-06-2005 upto 5.30 pm.

Two cover bid system of tendering consisting of Technical bid in cover-I and Financial bid in cover-II shall be followed. The first cover shall contain the following:

a) Details of registration.b) EMD for Rs.3.68 lakhs in the form of Demand Draft or Banker’s cheque of a

Nationalised Bank or Scheduled bank drawn in favour of the Executive Engineer, D & I Division, Bannur OR NSC pledged in the name of the Executive Engineer. Validity of the EMD shall be for a minimum period of 180 days from the date of opening the tender. Tenders without valid EMD will be rejected.

c) Experience and past performance in the execution of similar contracts.d) Financial status and capacity.e) Capabilities with respect to personnel, equipment and construction or

manufacturing facilities.f) Xerox copies/scanned copies of details of Registration, Employee provident Fund

(EPF) registration certificate, latest income tax clearance certificate, Karnataka Sales Tax Registration Certificate, Solvency Certificate, shall be attached to manual/e-tender documents. Originals shall be produced at the time of opening the technical bid on the date of mentioned .

g) Any other information considered relevant.

The second cover shall contain the tender booklet in duplicate with price bid in Schedule B and other particulars duly filled in. Scanned signatures of the bidder should be attached to the schedule ‘B’ before submitting the e-tender.

The first cover shall be superscribed as “Technical Bid” and the second cover shall be superscribed as “Price Bid” these two covers shall be sealed in a single cover superscribing the name of work and Tender Notification Number and Date. The completed tenders shall be submitted on the date as mentioned above either manually or through electronic means.

The technical bid received through e-tendering will be opened in the office of the Executive Engineer, D & I Division, Bannur or in the office of the Superintending Engineer, KRSM & MIP Circle, Mandya and technical bid received through manual tendering will be opened in the office of the Executive Engineer, D & I Division Bannur on 25-06-2005 at 11.00 AM in the presence of the tenderers or their representatives. Evaluation of Technical bid will be done based solely on the information provided by the bidder as per documents. After evaluation, the list of eligible bidders will be notified in the website www.tenderwizard.com/CNNL after two days of opening the technical bid and same will be notified on the notice board of the division office. The financial bid of only those bidders who qualify in the Technical bid will be opened. The financial bid received through e-tendering will be opened in the office of the Executive Engineer, Bannur or in the office of the Superintending Engineer, KRSM & MIPC, Mandya and

63

Page 64: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

financial bid received through manual tendering will be opened in the office of the Executive Engineer, D & I Division, Bannur in the presence of the tenderers or their representatives.

General Note:

1. Any corrigendum will be published in the website and newspapers for all modification/corrections if any.

2. The undersigned reserves the right to postpone any of the calendar of events mentioned above.

3. The intending bidders are advised to visit the site of work before purchase of the tender documents.

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

5. The CNNL reserves the right of rejecting any or all the tenders without assigning any reason.

6. All the original certificates shall be produced at the time of opening of tenders for verification.

7. Those who want to obtain blank tender forms through post/courier, should enclose DD/FDR for Rs.500.00 separately apart from the cost of tender form in favour of Executive Engineer, D & I Division, Bannur.

8. Any documents submitted through post/courier will be at the risk of the bidder.9. CNNL will not be responsible for postal delay. No letter correspondence will be

entertained in this regard.10. If any of the dates mentioned above happens to be a general holiday, the next working

day will hold good.11. Conditional tenders are liable to be rejected.12. Defect liability period is 5 years. Security deposit of 5% will be deducted from the bills

and will be released after the defect liability period is completed successfully.13. Further information can be had from the office of the Executive Engineer, CNNL, D & I

Division, Bannur (Phone No. (958227) 275653 during office working hours. Further information about electronic tendering can be had from the web site www.tenderwizard.com/CNNL . Electronic tendering supporting office phone number 080-23284311/13.

Executive Engineer, CNNL, D & I Division,

Bannur.

64

Page 65: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Proforma-I Details of work carried out by the tenderer.

Sl. No.

Name of work of similar nature

completed with

name and address of

clients

Estimated cost

Amount of

Contract

Actual amount of final

bill received or to be received

Agreed period of

completion

Actual period of completion

Name of country/ state in which

the work was

executed

Guarantee period

(previous) after

completion

From To From To

Signature of the Contractor.

Proforma-II Details of work already tendered

Sl. No.

Name of work tendered for Estimated cost Amount of

Contract

Name of Country/State in work was

executed.

Signature of the Contractor.

Proforma-III Details of work on hand

Sl. No.

Name of work on

hand

Estimated cost

Amount of

contract

Date of agreement

Agreed date of

completion

Agreed progress to end of previous month

Actual progress to end of previous month

Name of country & state

in which the work

is situated.

Signature of the Contractor.

Proforma-Iv Details of technical ;personnel employed by the tenderer.Name of Members of Technical staff

proposed to be employed for the project. Qualification and experience in this line

a) Civilb) Mechanicalc) Electrical.

65

Page 66: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Signature of the Contractor.

66

Page 67: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Proforma-V Schedule of Machinery & Equipment available with the Tenderer

Sl. NO. Category

Name of Machinery, capacity and

size

Nos. Make & year

1 Civil works2 Mechanical3 Centering materials4 Others.

Signature of the Contractor.

Sd/-Executive Engineer,

CNNL, D & I Division, Bannur.

67

Page 68: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

CAUVERY NEERAVARI NIGAM LIMITED(A Government of Karnataka Enterprise)

Office of the Executive Engineer, No.1, CNNL, Nagavalli, Tumkur, TENDER NOTIFICATION NO.1/2005-06, DATED:16-05-2005

PREQUALIFICATION – CUM – TENDER NOTIFICATION (Through manual and e-tendering system)

(Re-tender)

Manual (conventional) and Electronic tenders on TURN KEY BASIS are invited by the Executive Engineer, No.1, CNNL, Nagavalli on behalf of the Managing Director, CNNL, Mysore from eligible contractors of PWD Class-I Contractors of any State/Central Government /Public Sector Organizations who fulfill the Pre-qualification conditions.

The tenders are through manual tender and e-tendering in order to enhance the transparency in tendering process as per the Water Resources Department, Government of Karnataka Circular vide No.WRD/78/MBI/2003 Dt: 22-09-2003. While applying for the tender document the contractor shall invariably mention in his application whether he wants to receive and submit the tender manually or by e-tender.

PRE – QUALIFICATION CONDITIONS:-

The contractors who intend to get pre-qualified for taking up the lift irrigation works under CNNL should submit the details mentioned below along with the requisition for issue of blank tender documents. The blank tender booklets will be issued to those contractors who meet the pre-qualification criteria for taking up the lift irrigation works.

1. The intending bidder to furnish the certificate of Registration issued by State/Centre/Public Sector organizations.

2. The contractor should furnish the name of the Individual/firm with address & telephone No. with place of Registration, year of Incorporation etc.

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

4. The Bidder/firm/company should have an annual financial turn over of minimum of Rs.10.00 crores for the work under Sl.No. 1 and Rs.5.00 crores for the work under Sl.No. 2 in any 2 years during the last five years. Audited balance sheet is to be enclosed.

5. Latest copies of income tax & sales tax clearance certificates shall be enclosed.

6. The intending Bidder/firm/Company should have satisfactorily completed including design and execution of at least one similar type of work like lift irrigation, water supply project involving lift components from surface source of water, jackwell / rising main / pumping machinery in the last five years of value not less than the 50% of the amount put to tender. (Certificates should be obtained from not below the rank of Executive Engineer)

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

68

Page 69: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Page 1 of 6 8. The intending Bidder should furnish the details of certification of tie-up with

manufacturer of pumping machinery & electrical works with the contractor for execution of electro-mechanical components of LI Scheme.

9. The intending Bidder/firm/Company should furnish the ownership/lease certificates of the following machineries:

a) Excavator of not less than 0.9 Cum capacity 1 No. b) Tippers of not less than 4 cum capacity 4 Nos. c) Concrete mixer of not less than 7 Cft capacity with hopper 2 Nos. d) DRR not less than 8-10 tonnes capacity 1 No. e) All other materials required for the construction of work such as water tanker,

vibrators etc.

STATEMENT OF WORKS :Sl.No.

Name of work Approx. amt. put to tender(Rs. in Lakhs)

EMD(Rs. in Lakhs)

Cost of tender documents

including KST and surcharge

Stipulated period for completion (Including monsoon)

1 2 3 4 5 71. Design, Supply, installation, testing and

commissioning of pumping machineries and raising main with surge analysis and suitable surge protection system, Transformer sub-stations (Indoor and outdoor), construction of intake arrangements, transitors, sump / jack wall, pump house, valves, electrical works E.O.T. Crane, delivery, chambers, distribution pipe net work including supply of spares parts tools, personnel for operation of the system for 5 years after the date of completion etc., for all the stages of lift for tanks of Gulur & Hebbur hoblies for the drinking water supply scheme in KM 143.00 of Tumkur branch canal under Hemavathi Project on ‘TURN KEY’ basis

3479.00 34.79 Rs.24000/- 24 Months

2. Design, Supply, installation, testing and commissioning of pumping machineries and raising main with surge analysis and suitable surge protection system, Transformer sub-stations (Indoor and outdoor), construction of intake arrangements, transitions sump/jack well, pump house, valves, electrical works, E.O.T. Cranes, delivery chambers, including supply of spare parts, tools personnel for operation of the system for 5 years after the date of completion for drinking water supply scheme to Honnavalli and other villages by lifting water from 9.90 K.M. of Tumkur branch canal under Hemavathy Project, on

1752.00 17.52 Rs.24000/- 24 Months

69

Page 70: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

‘TURN KEY’ basis.

Page 2 of 6 For Manual Tendering : The aspiring bidders may:

I. Submit their application for blank tender documents, receive blank tender documents, submit the sealed tenders at any of the following places on the notified dates.

1. Office of the Chief Engineer, H.C. Zone, Tumkur. 2. Office of the Superintending Engineer, H.C. Circle, Turuvekere, Tumkur Dist. 3. Office of the Executive Engineer, No.1, C.N.N.L., Division, Nagavalli-572145,

Tumkur District.

The cost of blank tender booklets per set including KST and surcharge is Rs.24000/- (Rs. Twenty four thousand only) for each work. It is not refundable and shall be in the form of crossed Demand Draft drawn in favour of Cauvery Neeravari Nigam Limited., payable at Nagavalli and shall be attached with the application. The bidders should mention in their application the place from where they wish to receive and submit the tender documents. Otherwise tender documents will be issued and received at the place where the tenderer has submitted the application.

For e-tendering:

1. The blank tender documents can be obtained through web site by linking to e-Tender (i.e., Once you are in the web site click on e-tender wizard, which will link to www.tenderwizard.com/CNNL, where electronic tendering is provided) and can be submitted through electronic tender box available their in also.

2. Aspiring bidders who wish to undergo training in e-tendering should submit their request in writing to undersigned on or before Dt: 25-07-2005 and the training will be conducted for such contractors at 11 a.m. on Dt: 27-07-2005 at office of the Executive Engineer, CNNL Nagavalli.

3. The aspiring contractors who have not previously obtained the user ID and password for participating in e-tendering in CNNL may now obtain the same by requesting in writing to the Registered Office, CNNL, Bangalore on or before Dt: 25-07-2005.

4. The contractor can request for e-tendering documents from 27-07-2005 to 30-07-2005 upto 5.30 p.m in the CNNL website link e-tender document on payment (Non refundable) of Rs.24,000/- for each work towards the cost of e-tendering document including KST and surcharge. While applying the contractor should enter the particulars of payment like number of D.D., Date, amount and name of the Bank. Contractors who are applying through e-tendering should submit attested copies of pre-qualification documents at office of Executive Engineer, No.1, CNNL, Nagavalli on or before Dt: 30-09-2005 The list of eligible contractors who satisfy the prequalification conditions will be announced on Dt: 15-10-2005.

5. Mode of Payment: The payment is by Demand Draft (DD) or Bankers cheque drawn in favour of “Cauvery Neeravari Nigam Limited” of any scheduled bank/Nationalized bank payable at Nagavalli. The original D.D. shall be submitted in

70

Page 71: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

any of the three offices Mentioned above on Dt: 30-09-2005 during office hours (Non Refundable).

6. The contractor can have access to e-tender documents from 12-09-2005 to 15-09-2005 upto 4.00 PM.

Page 3 of 6

7. A pre-bid conference will be held on Dt: 20-09-2005 at the office of the Managing Director, CNNL, 4th Floor, Coffee Board Building, Dr.B.R.Ambedkar Veedhi, Bangalore-560001.

8. Last date for submission of completed e-tendering document is on Dt: 30-09-2005 upto 4.00pm.

9. Opening of techno commercial bid is on Dt: 04-10-2005 at 11.00 A.M. and price bid is on Dt: 20-10-2005 at 11.00 A.M at the office of the Executive Engineer, No.1 CNNL, Nagavalli.

10. The contractor will obtain tender documents from the web site fill them and submit the completed tender document in to electronic tender box on the web site itself. The EMD shall be scanned and attached to the e-tendering documents and original EMD documents shall be submitted in person on Dt: 04-10-2005 at any of the three offices mentioned earlier during office hours.

For Manual Tendering:

11. Submission of requisition for blank tender documents from 27-07-2005 to 30-07-2005 upto 5-30 pm at any of the three offices mentioned earlier.

12. Issue of blank tender documents.i. At any of the three offices as requested by the contractor as mentioned earlier on Dt: 12-09-2005 during office hours.ii. At the office of the undersigned from 12-09-2005 to 15-09-2005 during

office hours. The Tender Document comprises of techno commercial bid and price bid.

13. The list of eligible Contractors who satisfy the prequalification conditions will be announced on Dt: 15-10-2005.

14. A pre-bid conference will be held on Dt: 20-09-2005 at the office of the Managing Director, CNNL, 4th Floor, Coffee Board Building, Dr.B.R.Ambedkar Veedhi, Bangalore-560001.

15. Submission of completed tenders is on Dt: 30-09-2005 upto 4.00 PM.

71

Page 72: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

16. Opening of techno commercial bid is on Dt: 04-10-2005 at 11.00 A.M. and price bid is on Dt: 20-10-2005 at 11.00 AM at the office of the Executive Engineer, No.1, CNNL Division, Nagavalli.

17. E.M.D. should be in the form of D.D or Bank Guarantee of a Nationalised or Scheduled Bank drawn in favour of Cauvery Neeravari Nigam Limited, payable at Nagavalli, Dist.- Tumkur. Tenders received without EMD shall be rejected.

Page 4 of 6 Note:

1. The intending bidders are advised to visit the site of work and also access/purchase the tender documents well in advance before attending the pre-bid meeting. Any bidder who accesses / purchases the tender documents after pre-bid meeting will be doing so at his will only.

2. The CNNL reserves the right of rejecting all or any of the tenders without assigning any reasons. If the quoted rates for the items fall below 75% of the estimated rates, the successful bidder should produce an Additional Performance Bank Guarantee for the difference amount of quoted rates and 75% of estimated rates before executing agreement with CNNL.

3. The following certificates shall be scanned and attached to e-tender document.i. Contractors enrollment letter under CNNL.ii. Employee provident Fund (EPF) registration certificate.iii. Latest income tax clearance certificate.iv. Karnataka Sales Tax Clearance Certificate.

For Manual tendering, the attested copies of above documents should be enclosed to the tender.

4. All the above original certificates shall be produced at the time of opening of tenders for verification.

5. Any documents submitted through post/courier is at the risk of contractor i.e., CNNL is not responsible for postal delay.

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

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

8. Further information can be had from the office of the undersigned during office hours Phone No.0816-2248681.

9. Further information about electronic tendering can be had from linking to e-tender www.tenderwizard.com/CNNL and Electronic tendering supporting office phone No.080-23284311/13.

10. 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.

11. Corrigendum will be published in the website for all modification/corrections if any.12. The intending bidders should note that, if any of the lands either in part/parts or in whole

required fro the work is not yet 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 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.

72

Page 73: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

13. The validity period for E.M.D shall be for a minimum period of 180 Days from the date of opening of tenders.

Sd/- (K. Krishna) Executive Engineer, (I/c) No.1, CNNL Division

Nagavalli

Page 5 of 6

No.EE/CNNL/Nagavalli/Divn/TA/AE1/ Manual cum e-tender/2005-06/71-101, Dt: 16-05-2005

Copy submitted for kind information to :

1) The Managing Director, CNNL, Coffee Board Building 4th Floor, Dr. Ambedkar Veedhi, Bangalore – 560 001 / Admn. Office: Mysore.

2) The Secretary, Irrigation Dept. Vth Floor, M.S. Building, Bangalore.3) The Secretary, PWD VIth Floor, M.S. Building, Bangalore.4) The Engineer in Chief, WRDO, Anand Rao Circle, Bangalore.5) Chief Engineer, Hemavathy Canal Zone Tumkur.6) Chief Engineer, Hemavathy Project Zone, Gorur.7) Chief Engineer, C & B (South) K.R. Circle, Bangalore.8) Chief Engineer, Irrigation South, Mysore.9) Superintending Engineer, Hemavathy Canal Circle, Turuvekere.10) Copy submitted to the State Tender Bulletin Officer and Deputy Secretary to Govt.

(MMI), Irrigation Dept., M.S. Building, Bangalore-1, for information with a request to publish in State Tender Bulletin.

11) Copy submitted to the Director, Dept. of Information and Publicity, Govt. of Karnataka, Infantry Road, Bangalore - 1 to publish the Tender Notification in any two leading newspapers in Kannada and English (Statewide publication).

12) Copy submitted to the Directorate, Journal of commerce Intelligence and Statistics, No.1, Council House Street, Kolkotta (W.B.) -700 001 for publication in the next issue.

13) Copy to the Compiler, Karnataka Gazette, Government Press Bangalore for publishing the same in the next issue of Gazette.

14) Copy submitted to the I.G.P., Vigilance Cell, Water Resources Department, 3rd Floor, Basavabhavana, High Grounds, Bangalore.

15) Copy submitted to District Bulletin Officers / D.C.s, Tumkur Dist, / Chikmagalur Dist, for information with a request to publish in District Tender Bulletin.

16) Copy forwarded with compliments to all Executive Engineers, Hemavathy Canal Zone, Tumkur, for information and for displaying on the Notice Board.

17) Copy to all Assistant Executive Engineers of this Division, for information, and for displaying on the Notice Board.

18) M/s KEONICS, 39/1, Racecourse road, Bangalore – 01 with request to upload the documents.

Copy to :19) Office notice board/Stores/Account Branch/EE’s Table.20) Extra Copies.

(K. Krishna)

73

Page 74: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Executive Engineer, (I/c) No.1, CNNL Division

Nagavalli

Page 6 of 6

74

Page 75: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

CAUVERY NEERAVARI NIGAMA LIMITED(A Government of Karnataka Enterprise)

Office of the Executive Engineer, No.2 kabini Canal Division, Kollegala- Ph. 08224 - 252287

No: CNNL/EE/No.2 KCD/AQDT/8th & 9th KM OF RBD/URP/04-05/No.19/04-05 Date:23-03-2005

TENDER NOTIFICATION(Two Cover System)

Tender in two cover system is invited by the Executive Engineer, CNNL, No.2 K.C. Division, Kollegala on behalf of the Managing Director, CNNL, Mysore from Registered PWD Class I contractors of any State/Central Government/Public Sector Organisation and of CNNL.

NAME OF WORK: Earthwork Excavation, Providing Embankment and Construction of R.C.C Through Aqueducat in 8th & 9th Km of Right Bank Canal of Uduthorehalla Reservoir Project.

Scope of the work: -

The work involves providing approach and exit transition spans of 5.00 M each, constructing R.C.C aqueduct of length 1240 M with 56 spans of 20 M each, 2 spans of 12 M each and 12 spans of 8 M each. Open foundations with footing on soft rock are proposed. Maximum height of pier is about 14.00 M. The aqueduct trough has the inside dimension of 2.00 M X 1.50 M with a walk way on one side with MOT type II hand railings.

General Conditions:

The contractors who intend to take up the work should submit the details mentioned below along with the requisition for issue of blank tender documents. The blank tender booklets will be issued to only those contractors who fulfil the conditions for taking up the work:

1. Name and address of the firm/contractor indicating Telephone/Fax No. & Telegraphic address.

2. Name and address of the proprietor (partners in case of partnership of firms) and the name of the Chief Executive and the Registered Office address, together with a copy of the articles of Association in the case of limited company.

3. Details of Registration with other private/State/Public sector undertakings engaged in similar activities.

4. The tender must produce documents supporting past experience for having executed similar nature of work (Construction of RCC Aqueduct).

5. The tenderer should have a minimum turnover of 60% of the cost of the work now proposed per year during last three years.

6. The tenderer should have satisfactorily executed a similar single work (Cosntruction of RCC Aqueduct) of Rs.275 lakhs in any one year during last five years. A certificate for having successfully performed the water load test shall also be produced.

75

Page 76: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

7. The tenderer should furnish the list of similar works completed during last 5 years in Proforma – I Necessary completion certificate/report issued by the Officer not below the rank of Executive Engineer shall be attached.

8. The details of works already tendered, if any, in Proforma – 2 to be furnished.9. Details of works on hand should be indicated in Proforma – 3 along with necessary

certificates.10. Details of Technical personnel employed by the tenderer/firm who are suitable for both

design and execution work and No. of technical personnel who will be deployed EXCLUSIVELY for this work should be indicated (Proforma – 4).

11. List of plant and machinery available with the tenderer and the list of such plant and machinery which will be deployed EXCLUSIVELY for this work should be indicated. Details of centering materials (props) are to be more specifically mentioned. (proforma – 5)

12. Certified copy of the income tax clearance certificate for latest assessment year. KST Registration Certificate and EPF Registration Certificate shall be furnished. CNNL reserves the right to verify the above statements and inspect the contractors job, if felt necessary.

13. Any other relevant information in support of the above conditions like financial soundness etc. to be furnished.

14. Contractors other than those enlisted in CNNL should furnish the ownership/lease certificates of the following machinery:

a) Excavator of not less than 0.9 cum capacity 2 Nos.b) Tippers of not less than 4 cum capacity 6 Nos.c) Concrete mixers of not less than 7 cft capacity with hopper 4 Nos.d) DRR not less than 8 – 10 tonnes capacity 2 Nos.e) All other materials required for the construcation work such as adequate centering/

scaffolding materials, water tanker, vibrators, cranes, generators, welding transformers, jack hammers etc.

STATEMENT OF WORK

Sl. No.

Name of work Approximate amount put to tender

Cost of Tender Documents including KST and surcharge

EMD Stipulated period of completion (Including Monsoon)

1 Earthwork excavation, providing Embankment and construction of RCC Trough Aqueduct in 8th & 9th Km of Right Bank Canal of Uduthorehalla Reservoir Project

Rs. 466.00 lakhs

Rs. 20000/- Rs. 4.66 Lakhs

18 Months

Instruction for Tendering:

The aspiring bidders may:1. Submit their application for blank tender documents, receive the same and submit the

sealed tender documents at any of the following places on the notified dates:

76

Page 77: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

i) Registered office of the Cauvery Neeravari Nigama Limited, coffee Board, 4th Floor, Dr.B.R.Ambedkar Veedhi, Bangalore.

ii) Office of the Mangaing Director, CNNL, Vinoba Road, Opp. Kalamandira, Mysore.

iii) Office of the Chief Engineer, CNNL, Irrigation (South), Public Offices Building, New Sayyaji Rao Road, Mysore-570024.

iv) Office of the Superintending Engineer, CNNL, Kabini & Varuna Canal Circle, Varuna Bhavan, gokulam, Mysore.

v) Office of the Executive Engineer, CNNL, No.2 K.C. Division, Kollegala Chamarajanagar District.

The cost of the tender documents per set including KST and surcharge is Rs.20,000/- (Rupees twenty thousand only). It is not refundable and shall be in the form of Demand Draft or Banker’s Cheque drawn in favour of Executive Engineer, No.2 K.C.Division, Kollegala payable at Kollegala and shall be attached with the application. The bidders should mention in their application the place from where they wist to receive and submit the tender documents. Otherwise the tender documents will be issued and received at the place where the tenderer has submitted the application. The request for tender documents shall be submitted on or before 23-04-2005 upto 5.30 PM.

The blank tender documents will be issued on 25-04-2005 upto 5.30 PM.

Under the two cover system, the tenderer is required to submit two separate sealed covers. The first cover shall contain the following.

a) Details of Registrationb) EMD of Rs.4.66 lakhs in the form of Demand Draft or Banker’s Cheque drawn in favour

of Executive Engineer, No.2 K.C. Division, Kollegala payable at Kollegala.c) Experience and past performance in the execution of similar contracts.d) Capabilities with respect to personnel, equipment and construction or manufacturing

facilities.e) Financial status and capacity.f) Any other information considered relevant.

The second cover shall contain the tender booklet containing price bid and other particulars duly filled in.

The first cover shall be superscribed as “Technical bid” and the second cover shall be superscribed as “Price Bid”. These two covers shall be sealed in a single cover superscribing the name of work and Tender Notification No. & Date. The completed tenders shall be submitted before 5.30 PM on 30-4-2005.

The first cover will be opened first at 11.00 AM on 2-5-2005 in the presence of the tenderers or their representatives. After evaluation of the capabilities of the tenderers the list of qualified tenderers will be prepared. The second cover containing the price bid will be opened in the presence of the tenderers or their representatives at 11.00 AM on 6-5-2005.

General Note:

77

Page 78: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

1. The undersigned reserves the right to postpone any of the calender of events mentioned above.

2. The intending bidders are advised to visit the site of work before the purchase of tender documents well in advance.

3. The CNNL reserves the right to rejecting any or all the tenders without assigning any reasons.

4. All the Original certificates shall be produced at the time of opening of tenders for verification.

5. Any document submitted through post/courier will be at the risk of the contractor and CNNL will not be responsible for postal delay.

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

7. Further information can be had from the office of the Executive Engineer, CNNL, No.2 K.C.Division, Kollegala (Ph. No. 08224 252287) during office hours.

8. Conditional tenders are liable to be rejected.9. The validity period of EMD shall be for a minimum period of 180 days from the date of

opening of tenders.

Sd/- Executive Engineer,

CNNL, No.2, Kabini Canal Division,

Kollegala.

78

Page 79: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

CAUVERY NEERAVARI NIGAMA LIMITED(A Government of Karnataka Enterprise)

Office of the Executive Engineer, No.2 kabini Canal Division, Kollegala- Ph. 08224 - 252287

Corrigendum No.2/05-06 Date:20-04-2005

POSTPONE OF TENDER(Mannual Cum Electronic Tender System)

Sub: Regarding Corrigendum of Tender Notification No.19/2004-05, Dt: 23-03-2005.

Ref: T.O.letter No.6211-29 dt: 23-03-2005.

***

Tender in two cover system is invited vide Tender Notification No.19/04-05 dt: 23-03-2005 has been postponed as follows:

1. Application submission will be read as dated: 25-5-2005 instead of 23-4-2005.2. The blank tender document will be issued on date will be read as 27-5-2005 and 28-5-

2005 instead of 25-4-2005.3. The completed tenders shall be submitted date will be read as before 5.30 PM ON 30-5-

2005 instead of 30-4-2005.

Other details are remain same as mentioned in the original Tender Notification.

Sd/- Executive Engineer,

CNNL, No.2, Kabini Canal Division,

Kollegala.

79

Page 80: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED(A Government of Karnataka undertaking)

Office of the Executive Engineer, KNNL,GRBCC Div No 5, Koujalgi. Tel:(08334) 273244

No: KNNL/GRBCC-5/DB/TND/CORR/05-06/423 Date:06-05-2005

Time extension and corrigendum for the pre-qualification Tender Notification

NAME OF WORK: Package: Design, Supply, Installation, testing and commissioning Lift Irrigation system for Sri Rameshwara Lift Irrigation on Turnkey basis.

Ref: 1) This office tender notification No 11 Dated 2-4-20052) This office Tender Notification No.KNNL.GRBCC-5/DB/TND/Corr/05-06/98 dated 12-

04-2005 3) -Do- KNNL.GRBCC-5/DB/TND/Corr/05-06/203 dated 21-04-2005

In Continuation of this office Tender Notification published vide reference No.2 cited above the dates notified for the works extended as follows:

S.No. Manual cum E-Tendering Modified dates1 Date of receipt of application and submission of

prequalification.09-06-2005 up to

5.30 PM2 Issue of bid document 25-05-2005 to

09-06-2005 During office

hours3 Prebid conference 04-06-2005 at

11.00 am4 Date for submission of bid 10-06-2005

(Up to 4.00 P.M)5 Opening of Technical Bid ( Cover II) 13-06-2005at

11.00am6 Opening of Financial Bid (Cover I) 18-06-2005 at

11.00 am

The cover II shall contains EMD technical bid and also copy of pre qualification details The cover I shall contain price bid.

Cover II will be opened first on 13-06-2005 and the second cover containing price quotaion which will be opened on 18-06-2005, only if the tender is found to be qualified to execute the tender.

The opening of tenders will be done in the office of the Managing Director, KNNL, 4 th

Floor, Coffee Board Buiding, No.1, Dr. B.R. Ambedkar Veedhi, Bangalore -01.

80

Page 81: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

The sentence “ Eligibility confirmation for contractor who have responded for Pre-qualification conditions will be intimated on 05-05-2005” stands cancelled.

All other conditions remain unchanged. -sd/-

Executive Engineer KNNL, GRBCC Div No.5

1. Copy submitted to the Managing Director, K.N.N.L., 4th Floor, Coffee Board Building, Dr. Ambedkar Veedhi, Bangalore, for kind information. 2. Copy submitted to the Chief Engineer, KNNL, I(N),Belgaum for kind information.

3. Copy submitted along with floppy to the State tender bulletin Officer, Deputy Secretary to Government (MMI), Water Resources Department, M.S Building, Bangalore, for kind

information and with a request to publish in State Tender Bulletin.4. Indian Trade Journal, Directorate General of Commercial Intelligence and Statistics No.1,

Council House Street, Kolkata-700001 for kind information with request to publish the same in the journal early and with a request to furnish a copy of the notification published, to the undersigned.

5. Copy submitted to the District Bulletin officer, D.C. Office, Belgaum District, Belgaum for kind information and with a request to publish in District Tender Bulletin.

6. Copy submitted to the Branch M/S Marketing Consultant Agency Limited, Bangalore to publish the notification in any two leading papers in Kannada and English newspapers (State wide publication).

7. Copy submitted to the Complier, Karnataka Gazette, Bangalore, for publishing Notification in Karnataka Gazette.

8. Copy submitted to the favour of kind information to the

Superintendung Engineer KNNL GRBCC Circle, Hidkal Dam. Superintendung Engineer KNNL GLCC Circle, Jamakhandi. Superintendung Engineer KNNL MRBCC Circle, Dharwad. Superintendung Engineer KNNL MLBCC Circle, Navilutheertha. Superintendung Engineer PWD Circle Belgaum.

9. Copy submitted along with the floppy to Antares System Limited, No: 24, 1 st floor, Sudha Complex, Near Havnoor Circle, 3rd Stage, 4th Block, Basaveshwaranagar, Bangalore-75

10. Copy forwarded with compliments to Executive Engineer, GRBCC DN NO. 3 GokakExecutive Engineer, GRBCC DN NO. 4 ChickodiExecutive Engineer, MBC DN, GaddankeriExecutive Engineer, GHP QC DN Hidkal DamExecutive Engineer, MLBCC DN NO. 2 NavilutheerthaExecutive Engineer, HBC DN Athani

11. Copy forwarded to the Asst. Executive Engineer, KNNL GRBCC Sub Dn No.11, 15 Koujalagi/No.14 Mamadapur/KNNL Mech Sub Dn No.2 Koujalagi

. 12. Copy submitted to the I.G.P. Vigilance wing, Water Resources Department Basava Bhavan,

Bangalore, for information. 13. Copy to Division Office, P.B. Section/Accounts Branch/Store Section/EE’s table.14. Copy to office Notice Board.

-sd/-

Executive Engineer,

81

Page 82: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KNNL,GRBCC Dn No 5 ,Koujalagi Koujalagi

KARNATAKA NEERAVARI NIGAM LIMITED(A Government of Karnataka Enterprises)

Part – B

Details of successful tenderer

This office tender notification No. 07/04-05 dated 15.01.2005

Sl No.

Name of work Date and turning of opening of

tender

Amount put to tender

Amount quoted by successful

tender in Rs.

Quoted percentage

Name and address of

the successful tenderer

1 Design, supply, and commissioning of Itagi-sasalwad LI Scheme on “Turn Key Basis” in Shiratti taluk Gadag district

04.03.2005 at 5.00 Pm

1,90,00,000.00 2,40,30,000.00 1.87% Sri. Arun Engineering, Ltd, 5/2 nala cross, Lalbagh Road, Bangalore

Note: This tender notification of the above work have been published in state tender bulleting volume -1 dated 17.01.2005

Executive Engineer, KNNL, UTP Division,

Ranebennur

82

Page 83: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED(A Government of Karnataka Enterprises)

Part – C

Details of Un-successful tenderer

This office tender notification No. 07/04-05 dated 15.01.2005

Sl No.

Name of agency

Amount put to tender

Amount quoted by successful

tender in Rs.

Quoted percentage

1 M/s. Kirloskar Ltd, Bangalore

1,90,0000.00 2,75,50,000 16.79% above to current SR

Note: This tender notification of the above work have been published in state tender bulleting volume -1 dated 17.01.2005

Executive Engineer,KNNL, UTP Division,Ranebennur

83

Page 84: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED(A Government of Karnataka Enterprises)

Part – B

Details of successful tenderer

This office tender notification No. 07/04-05 dated 15.01.2005

Sl No.

Name of work Date and turning of opening of

tender

Amount put to tender

Amount quoted by successful

tender in Rs.

Quoted percentage

Name and address of

the successful tenderer

1 Design, supply, and commissioning of Basapura LI Scheme on “Turn Key Basis” in Hanagal taluk Haveri district

04.03.2005 at 5.00 Pm

1,20,60,000.00 compare to current SR amount 14909478.11

1,29,00,000.00 13.48% below for current SR

Sri. G.K. Reddy Engineers and contractors 105, 4th Cross Road, Adarsh Nagar, Hubli

Note: This tender notification of the above work have been published in state tender bulleting volume -1 dated 17.01.2005

Executive Engineer,KNNL, UTP Division,Ranebennur

84

Page 85: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED(A Government of Karnataka Enterprises)

Part – C

Details of Un- successful tenderer

This office tender notification No. 07/04-05 dated 15.01.2005

Sl No. Name of agency

Amount put to tender

Amount quoted by successful

tender in Rs.

Quoted percentage

Remarks

1 Sri. Arun Engineering, Ltd, Bangalore

1,20,60,000.00 compare to current SR amount 14909478.11

1,54,65,525.00 3.73% above for current SR

2 M/s. Kirloskar Ltd, Bangalore

1,20,60,000.00 compare to current SR amount 14909478.11

1,77,85,000.00 19.27% above for current SR

Note: This tender notification of the above work have been published in state tender bulleting volume -1 dated 17.01.2005

Executive Engineer,KNNL, UTP Division,Ranebennur

85

Page 86: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KARNATAKA NEERAVARI NIGAM LIMITED (A Govt. of Karnataka Enterprises)

Office of the Executive EngineerKNNL, Upper Tunga Division, RANEBENNUR – 581 115.

T. N. No. : EE/UTP/DN/RNR/DM/TND-NOTI- 2 / 2005-06 Date : 03-05-2005

SHORT TERMTENDER NOTIFICATION.(Through Manual Cum Electronic Tendering System)

Manual (Conventional) and Electronic Prequalification cum – item rate tenders in the prescribed

form are invited by the undersigned on behalf of The Managing Director, Karnataka Neeravari Nigam

Ltd., Bangalore from the eligible contractors in KNNL select list of contractors of category III and above,

who satisfy the conditions for the below mentioned works

For Manual Tendering. 1. Submit their applications, receive blank tender documents and

submit sealed tender documents @ any of the following places on the noted dates.

a. Office of the KNNL, Coffee Board building Dr. B.R. Ambedkar Veedhi Bangalore.

b. Office of the KNNL., WALMI buiding Belgaum Road Dharwad. c. Office of the Engineer-

in –chief , KNNL, UTP Zone, Shimoga. d. Office of The Executive Engineer. KNNL, U.T.P.

Division (Magod Road), Ranebennur, Haveri Dist.

E- Tendering

1 .The blank Tender documents can be obtained through website WWW knnlinida.com and by linking

to www tender wizard .com.

2.The contractors can request for e-tendering document on Dt :16-05-2005to 5.30 PM. of

Rs.17,250=00(Non refundable)O/o the Executive Engineer UTP Division Ranebennur towards the cost

of e-tender document shall be scanned along with requisition. The original DD shall be submitted in the

office of the undersigned during office hours on or before18-5-2005 .Details of Works Put to Tender

Sl. No. Name of work

Amount put to tender (Rs. in lakhs)

EMD (Rs. in Lakhs)

Cost of blank tender

document (KST+

Surcharge)

Stipulated period for

completion (including monsoon)

Class of Contractor

1 2 3 4 5 6 7

1

Construction of R.B.C. including, Earthwork,Excavation,Embankment, Lining, and CD works from Km 1.87to 5.00 of 1ststage of Basapur L.I.Scheme in Hangal Tq. Haveri District.

237.023 2.38 17250-00 6 MonthsCategory

III and above .

1) The contractors can have access to e-tender from tender document on 23-05-2005 office hours. 2) Last date for submission of completed e-tender document is 02-06-2005 up to 4-00 pm. 3) The price bid will be opened at office of the Managing Director

86

Page 87: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

KNNL Bangalore on 06-06-2005 at 11.00 AM.4) The contractor will submit the Tender

Document through e-tender box in the website along with scanned EMD and original

EMD shall be submitted in person to Executive Engineer KNNL .U.T.P. Division

Ranebennur, on or before 04-06-2005 during office hours.

For Manual Tendering A)submission of requisition for blank tender documents

16-05-20050B)Issue of blank tender documents @ all the four places requested by

contractors

.23-05-2005. ( At the office of the undersigned Up to 31-05-2005)1C) Submission of

completed tenders on 02-06-2005 upto 4-00p.m.D) Opening of Price bid on 06-06-2005 @ office of the Managing Director KNNL 4th Floor Coffee Board building Ambedkar Veedhi

Bangalore. @ 11 A.M.

II. E.M.D. Should in the form of D.D. or Bank Guarantee of a Nationalized or

Scheduled bank drawn in favor of Karnataka Neeravari Nigam Ltd., Payable at

Ranebennur Tender received without EMD shall be rejected. III The validity

period for E.M.D. shall be for a minimum period of 180 days from the date of

opening of tenders.

Note :1. The following certificates shall be scanned and attached to e-tender document.

i. Contractors enrollment letter under KNNL / registration certification from KPWD.

ii. Employee Provident Fund (E.P.F.) registration certificate.

Iii Latest income tax clearance certificate.

Iv. Karnataka Sales tax clearance Certificate.

1. All the above original certificates shall be produced at the time of opening of tenders

for verification.

2. Any documents submitted through post/courier is at the risk of contractors (i.e.

KNNL, is not responsible for postal delay)

3. The contractor should attach his/her scanned signature to the schedule “B” before

submitting.

4. If any of the dates mentioned above happens to be a general holiday the next

working day will hold good.

5. Further information can be had from the office of the undersigned during office

hours. (Phone No. 08373 – 267071) about electronic tendering can be had from

WWW. knnlindia.com and linking to e-tender or e-mail [email protected].

6. Conditional tenders are liable to be rejected. The office competent to accept the

tender shall have the right to reject any or all the tenders without assigning nay

reason whatsoever.

87

Page 88: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

7. Corrigendum will be published in the website for all modification/ Corrections if any.

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

or in whole) required for the work is not yet acquired by the Nigam, if shall be the

responsibility of the contractor to take possession of such lands and start the work

by consent of the owners before commencement of work at no extra cost to the

Nigam and no claims whatsoever relating to non availability of land would be

entertained.

9. Total cost of work on hand in KNNL, with one contractor should not exceed Rs.

20.00 Crores (Twenty crores) excluding cost of any major works like dam, barrage,

lift irrigation, gates etc.,

Executive Engineer KNNL, UTP, Division Ranebennur

88

Page 89: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Cauvery Neeravari Nigam Limited(A Government of Karnataka Enterprises)

NOTIFICATION FOR THE PRE-QUALIFICATION OF CONTRACTORS FOR THE WORK OF EARTH WORK EXCAVATION, EMBANKMENT, CD WORKS, AND CC LINING FOR DISTRIBUTARIES (14 NOS) COMING IN THE REACH FROM 0 TO 13 TH KM OF BG PURA CANAL INCLUDING CONSTRUCTION OF HEAD REGULATOR @ THE OFFTAKE POINT AND IMPROVEMENT WORKS TO BG PURA CANAL FROM KM 7.00 TO 13.00 IMPROVEMENT TO B.G.PURA CANAL AND FOR ITS DISTRIBUTARIES.No.5/2004-05 Dated: 25-11-2004.Scope of the Project:

B.G.Pura canal takes off @ ch 700 mtrs of 3rd Distributary of Thurugunur Branch canal under VC system and designed to carry a required head discharge of about 120 cusecs and it is intended to provide improvements from 7th to 13th Km of BG Pura branch canal. 14 No. of distributaries will take off in this stretch of BG Pura branch canal. The head discharge of these distributaries vary from 1 cusecs to 14 cusecs, certain works in some distributaries and its laterals have been executed, certain distributaries works are to be started afresh.

Applications are hereby invited in 3 sets from reputed, eligible contractors/firms to enter into the eligibility list for the work mentioned above subjected to the conditions furnished in the foregoing paragraphs. The filled application should reach the Executive Engineer, D&I Division, Cauvery Niravari Nigam Limited, Mandya- 571401 on or before 13-01-2005 upto 4.00 pm.

The amount put to tender for the above work is Rs.3.68 crore, approximately. The intake work spot is located in T.Narsipura & Malavalli taluk with its initial reach situated @ Bommanahally village in T.Narasipura taluk with B.G.Pura main canal running for 13 km there on and the 14 No of distributaries and connected net works spreading on either side in the said 13 km stretch.

The work spot can be accessed from Mandya town to Kirugavalu Santhemala (about 25 km) and there on to Bommanahally(about 5 km). The nearest railway station is situated in Mandya. These works will be tendered as package deal(combined). Further details regarding the eligibility criteria for pre-qualification and the tender documents may be obtained from the Executive Engineer, D & I Division, Cauvery Niravari Nigam Limited, Mandya-571401.

The blank pre-qualification eligibility documents one set of 3 books can be obtained from the Executive Engineer, D & I Division, Cauvery Niravari Nigam Limited, Mandya-571401. During the office hours on all working days from 07-01-2005 to 11-01-2005 after payment of Rs.1000/- + taxes (Non-refundable) after furnishing the required basic criteria for pre-qualification. The filled pre-qualification details will be received in the Executive Engineer, D & I Division, Cauvery Niravari Nigam Limited, Mandya-571401 on 13-01-2005.

The eligibility of the contractors/firms will be finalized by the Chief Engineer, Irrigation (South) Mysore/Authorized committee by Cauvery Niravari Nigam Limited and the eligible contractors will be intimated in writing such of the eligible contractors shall have access to the Tender documents.

Sealed tenders in the prescribed form in duplicate will be received by the Executive Engineer, D & I Division, Cauvery Niravari Nigam Limited, Mandya-571401. The part-II of the tenders will be opened first by the Executive Engineer, D & I Division, Cauvery Niravari Nigam Limited, Mandya-571401 @ office at 4.00 pm on the same day if possible or any other convenient date which will be intimated well in advance.

Pre-bid conference will be held on the date to be notified by the Chief Engineer, Irrigation (South) Mysore/Authorized committee by Cauvery Niravari Nigam Limited.

The intending contractors are requested to note that they should abide by the detailed instructions and conditions contained in part-I PWG-66 which forms part of the tender documents to be purchased by them. Particulars regarding form and validity period of EMD, the procedure to be followed by the contractors in submitting tenders and in completing tender documents, the validity period of the offer, opening of tender, correction of errors/discrepancies, consequences of defaults by the contractors, security deposit payable by the successful tenderers, price adjustments, etc., are also available in the tender notice (part-I PWG-66) which will be issued to the pre-qualified Contractors.

89

Page 90: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

Further particulars if any, required by the contractor, can have from the office of the Executive Engineer, D & I Division, Cauvery Niravari Nigam Limited, Mandya-571401 during the office hours on all days. It may be noted that if any of the date mentioned happens to be a general holiday, the next working day will hold good in lieu of the date mentioned.

Sd/-Executive Engineer,

Cauvery Niravari Nigama Limited, D & I Division, Mandya.

KARNATAKA NEERAVARI NIGAM LIMITED(A Government of Karnataka Enterprises)

Office of the Executive Engineer, KNNL M.L.B.C.C Division NO.1 Ramdurga-591123.

No. EE/KNNL/MLBCC-1/DB-1/JG/LIS/e-TND Cum manual 2004-05/1533/Dated: 21-12-2004

Tender notification 2004-05(Through e-Tendering and manual systems)

IInd & Recall

Manual (conventional) and Electronic tender on TURN KEY BASIS is invited by the Executive Engineer, KNNL, MLBCC, Division NO.1, RAMDURG on behalf of M.D., KNNL, BANGALORE from enlisted prequalified contractor for taking up the Lift Irrigation work on TURN KEY BASIS.

The tenders are through manual tender and e-tendering in order to enhance the transparency in tendering process as per the Water Resources Department, Government of Karnataka Circular, Dt: 12-02-2004.

The details of work put to tender is as follows;Sl. No.

Name of Work Approximate Amount Put to tender (Rs. In lakhs)

EMD Rs in lakhs

Stipulated Period of completion Including mansoon

Category of contractor eligible

1 2 3 4 5 61. Design, supply, installation,

Testing and commissioning of pumping machineries, Transformers sub-station including construction of Bandhara intake channel, Jackwell cum pumphouse, rising main, distribution chamber etc.

453.20 4.60 12 Months Enlisted Prequalified contractors for taking up lift irrigation works under KNNL

90

Page 91: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

For lift irrigaion scheme from Javalhalla to irrigate suffering atchkat of Shirasangi distributory under NBC on turnkey basis including operation of system for 2 years after the date of completion.

For Mannual Tendering:

The aspiring bidders may:

I. Submit their application for blank tender documents, receive blank tender documents, submit the sealed tenders at any of the following places on the notified dates.

1. Registered office of the Karnataka Neeravari Nigam Limited, Coffee Board Building, Dr.B.R.Ambedkar Veedhi, Bangalore.

2. Central Office of KNNL, WALMI Building, Belgaum road, Belur Dharwad-580007.3. Office of the Chief Engineer, KNNL, Irrigation (North) club Road, Belgaum.4. Office of the Chief Engineer, MLBC Circle, Naviluteertha.5. Office of the Executive Engineer, KNNL, MLBCC Division NO.1 Ramdurg-591123, Dist:

Belgaum.

The cost of blank tender booklets per set including KST and surcharge is Rs.15,000/- (Rs. Fifteen thousand only). It is not refundable and shall be in the form of crossed Demand Draft drawn in favour of Karnataka Neeravari Nigam Ltd., Ramdurg payable at Ramdurg and shall be attatched with the application.

In 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

1. The blank tender documents can be obtained through website www.knnlindia.com and by linking to e-tender(i.e. once you are in the website click on e-tender wizard which will link www ternd wizard.com where electronic tendering is provided) and can be submitted through electronic tender box available their in also.

2. Aspiring bidders who wish to undergo for e-tendering training should submit their request in writing to undersigned on or before Dt: 30-12-2004.

3. 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 Registered office KNNL, Bangalore on or before 30-12-2004.

4. The contractor can request for e-tendering documents on 4-1-2005 upto 5.30 pm in the KNNL website www.knnl.india.com link e-tender document on payment (Non refundable) of Rs.15,000/- towards the cost of e-tender document including KST and surcharge, while applying the contractor should enter the particulars of payment like numbers of D.D. Date, amount and name of the Bank.

5. MODE OF PAYMENT: - The payment is by Demand Draft(DD) or Bankers cheque drawn in favour of “Karnataka Neeravari Nigam Limited” of any scheduled bank/Nationalized bank payable at Ramdurg D.D. shall be submitted in the following office on 4-1-2005 during office hours (Non refundable).

a) Registered office of the Karnataka Neeravari Nigam Limited Coffee Board Building, Dr.B.R.Ambedkar Veedhi, Bangalore.

b) Central Office of KNNL, WALMI Building, Belgaum road Belur Dharwad-580007.c) Office of the Chief Engineer, KNNL Irrigation (North) Belgaum.d) Office of the Superintending Engineer, KNNL MLBCC Circle, Navilteertha.e) Office of the Executive Engineer, KNNL MLBCC Dn. No.1, Ramdurg-591123.

91

Page 92: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

6. The contractors can have access to e-Tender document from 20-01-2005 to 5-2-2005 upto 5.30 pm.

7. A pre-bid conference will be held 30-01-2005 at the office of the Managing Director, KNNL, 4th floor, Coffee Board Building, Dr.B.R.Ambedkar Veedhi, Bangalore-560001.

8. Last date for submission of completed e-tender document is 5-2-2005 up to 4.00 pm.9. Opening of Price bids at above office on 7-2-2005 at 11.00 am.10. The contractor will obtain tender documents from the website fill them submit the completed

tendered document in to electronic tender box on the website it self. The EMD shall be scanned and attached to the e-tender document and original E.M.D. document shall be submitted in person to Executive Engineer, KNNLMLBCC Division No.1 Ramdurg on or before 05-02-2005 during office hours.

For Manual Tendering: -

A) Submission of requisition for blank tender documents 7-2-2005 to 8-2-2005 (During office hours).

B) Issue of blank tender documents;i) At any of the places requested by the contractor 20-1-2005 to 22-01-2005 (During office

hours).ii) At the office of the undersigned: 20-01-2005 to 25-01-2005 (During office hours).

C) A pre-bid conference will be held 30-1-2005 at the office of the Managing Director, KNNL, 4th Floor, Coffee Board Building, Dr.B.R.Ambedkar Veedhi, Bangalore-560001.

D) Submission of completed tenders 5-2-2005 upto 4.00 pm.E) Opening of Price bids at above office 7-2-2005 at 11.00 am.

II. E.M.D should be in the form of DD or Bank Guarantee of a Nationalised or scheduled Bank in favour of Karnataka Neeravari Nigam Ltd., payable at Ramdurg. Tender received without EMD shall be rejected.

III. The validity period for EMD shall be for a minimum period of 180 days from the date of opening of tenders.

NOTE: -

1. The intending bidders are advised to visit the site of work and study the other details before attending the pre-bid meeting.

2. The KNNL reserves the right of rejecting all or any of the tenders without assigning any reasons. The successful bidders should produce an additional Bank Guarantee for the difference amount below 25% if the quoted rates are below 25% of the estimate rates, before executing agreement with KNNL.

3. The following certificates a shall be scanned and attatched to e-tender document.1) Contractor enrollment letter under KNNL2) Employees provident Fund(EPF) registration certificate.3) Latest income tax clearnce certificate4) Karnataka Sales Tax Clearances Certificate.

4. All the above original certificate shall be produced at the time of opening of tenders for verification.

5. Any documents submitted should through post/courier is at the risk of contractor (i.e.KNNL is not responsible for postal delay)

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

7. If any of the dates mentioned above happens to be a general holiday the next working day will hold good.

92

Page 93: Cauvery Neeravari Nigam Limited - WATER …waterresources.kar.nic.in/tender bulletin-23.doc · Web viewThe original documents should be proeduced for verification at any stage of

8. Further information can be had from the office of the undersigned during office hours phone No. 08335-242143.

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

10. 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 whatsover.

11. Corrigendum will be published in the website for all modification/corrections if any. Sd/-(S.D.Naikar)

Executive Engineer, KNNL MLBCC Division No.1

Ramdurg-591123.

93