KRISHNA BHAGYA JALA NIGAMA LIMITED Providing

KRISHNA BHAGYA JALA NIGAMA LIMITED
( A Govt. of Karnataka under taking)
Office of the
Executive Engineer,
KBJNL. JBC Division No.2,
BheemarayanagudiTq. Shahapura,
Dist.Yadgir.
.
No.KBJNL/JBC/Divn-2/PB-2/TND/2014-15/667
Date: 31..07.2014
SHORT TERM TENDER NOTIFICATION
(ONLY THROUGH ELECTRONIC TENDER SYSTEM)
1) On behalf of Managing Director, KBJNL, Bangalore, the Executive Engineer KBJNL JBC
Division No.2, Bheemarayanagudi Tq. Shahapur, invited short term percentage tender in
Single cover system from eligible Class II and above Electrical contractor registered
Contractors having license certificate issued from electrical inspectorate or class –II
electrical registration certificate and lenience certificate issued by KPWD for the works
noted below noted as per Karnataka Transparency in Public Procurement Act 2000. The
tenders are required to submit including details of EMD and the particulars, under
instructions to the tenderer vide clause 1.10. and financial details of tender as per
clause
2.00
(The
blank
tenders
can
be
obtained
through
website
www.eproc.karnataka.gov.in and can be submitted through electronic tender box).
SHOWING THE DETAILS LOF THE WORKS UPT TO TENDER UNDER E-PROCUREMENT PORTAL.
Name of Work
1
Providing electrification to bore
well under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.52, 68 & 435 of Naganoor
Village of Shorapur Taluka (Solar
System).
Estimated
cost put
to tender
(Rs.in
Lakhs.)
EMD in
(Rs.in
Lakhs.)
Transactio
n Fee (in
Rs.) as
fixed by
E-portal
Stipulate
d period
for
completi
on of
work
(includin
g
mansoon
Class of
Contractor
for eligible
18.30
45750
As per eportal
norms
4
Months
Class II &
above
Electrical
contractor
registered in
Government
of
Karnataka
2
3
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.23 of Yalagod, 47/2 of Konnur
of Jewargi Taluka (Solar System).
12.20
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.118 & 217/4 of Shivapur
Tanda of Jewargi Taluka (Solar
12.20
-do -
30500
As per eportal
norms
4
Months
-do -
30500
As per eportal
norms
4
Months
As per eportal
norms
4
Months
As per eportal
norms
4
Months
As per eportal
norms
4
Months
As per eportal
norms
4
Months
As per eportal
norms
4
Months
System).
4
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.73 of Hangarga K & Sy.No.94
of Hangarga B of Jewargi Taluka
12.20
-do -
30500
(Solar System).
5
6
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.394 of Naganoor Village of
Shorapur Taluka (Solar System).
12.20
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.14 of Konnur Village, 42 of
Kachur Village and Sy.No.55 of
Mangalore Village of Jewargi Taluka
18.30
-do -
30500
-do -
45750
(Solar System).
7
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.101, 136 & 94 of Hangarga B
Village of Jewargi Taluka (Solar
18.30
-do -
45750
System).
8
Providing electrification to bore well
under SCP scheme to provide irrigation
facility to SC farmers of 18.00Sy.No.39
& 64 of Balabatti Villag18.00e & 14 of
Dummadri Village of J18.00ewargi
Taluka (Solar System).
18.30
-do -
45750
9
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.67, 62 & 68 of Shivapur Tanda
Village of Jewargi Taluka (Solar
18.30
-do -
45750
As per eportal
norms
4
Months
System).
10
11
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.26, 21 22 & 28/2/1, 28/1A &
28 of Shivapur Tanda Village of
Jewargi Taluka (Solar System).
18.30
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.53, 46
& 54 of Shivapur
Tanda Village of Jewargi Taluka
18.30
-do -
45750
As per eportal
norms
4
Months
-do -
45750
As per eportal
norms
4
Months
As per eportal
norms
4
Months
As per eportal
norms
4
Months
(Solar System).
12
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.113, 28 & 130 of Hangarga K
Village of Jewargi Taluka (Solar
18.30
-do -
45750
System).
13
Providing electrification to bore well
under SCP scheme to provide
irrigation facility to SC farmers of
Sy.No.31, 126,
216 & 217 of
Balabatti Village of Jewargi Taluka
24.40
48800
(Solar System).
Class -I &
above
Electrical
contractor
registered
in
Governmen
t of
Karnataka-
INSTRUCTIONS TO TENDERS:
Clause – 1.10: Form – I The tender shoud be submitted in single cover Shall contain the followings
documents.
i). A copy of the eligible Class-I & II Electrical Contractor & above for certificate with validity up to 31.03.2015.
ii). The requisite EMD in electronic cash.
EMD will be accepted only in term of electronic cash (and not through DD or Bank Guarantee).
iii) Latest copy of the Income Tax returns for the year 2013-14. Mentioning the PAN & TAN.
IV) Latest copy of Sales Tax Clearance Certificate upto 31.03.2014..
v). Employees Provident Fund Registration certificate. The intending contractor should compulsorily be registered
with the EPF authorities.
2.00 :FORM-II shall contain the financial bid i.e. schedule-B.
2. 10 The financial bid of only those bidders who fulfill the pre-qualification criteria and other
conditions as mentioned at clause 1.1 will be opened.
3. Issue and submission of tender documents, will be as under:
1.1 The aspiring bidders who have not previously obtained the user ID and password for participating in etendering may now obtain the same by requesting the e-governance office, M.S. Building, Bangalore
during office hours.
1.2 The contractors can request for e-tendering documents from 11.08.2014 (11.00 A.M.) in the web site
http:www, eproc.Karnataka, gov.in/e-portal/index seam link e-tender document on payment (non
refundable) of Rs as mentioned in the table (Transaction fee as fixed by e-portal) towards transaction fee.
While applying the contractor can pay the transaction fee in the e-procurement portal using payment
modes-I credit cards/National electronic fund transfer (NEFT)/over the counter (OTC) on or before
19.08.2014 up to (4.00 PM) during office hours.
1.3 The contractor can have access to e-tender document form 11.08.2014 to 19.08.2014 from 11.00 am.
1.4 Submission of completed e-tendering documents will be up to 19.08.2014 up to 5-00 PM
1.5 Technical bid and Financial bid will be opened electronically in the office of the Chief Engineer
KBJNL.Canal Zone No.1 Bheemarayanagudi on 23.08.2014 at 11-30 AM respectively.
1.6 The contractor can pay the earnest money deposit (EMD) in e-procurement portal using any mode of
payment such as credit card/National electronic fund transfer (NEFT) over the counter (OTC). The entire
EMD amount for a particular tender is to be paid in a single transaction e-cash only.
1.7 The necessary certificates / documents in support of fulfilling clause 1.1 as stipulated shall be scanned and
attached to e – tender document. Prior to awarding of work the lowest-1 bidder should produce the
original certificate/documents in support of the uploaded documents at the time of entering in to an
agreement. If the L-1 bidder does not produce the original document for entering into an agreement then
his bid can be treated as non-responsive bid as per Clause 26(4) of the KTPP Rules. The names of the
bidder who does not produce the original documents can be removed from select list of KBJNL enrolment
and barred from participation in any of the tenders to be invited by KBJNL apart from forfeiting the EMD
paid through e-cash. Scanned signature of the bidder / authorized representatives of the bidder shall be
attached while uploading the bid document. The L-1 bidder can be determined amongst the other
responsive bidders..
1.8 Further information about e tendering can be had from http:/www.eproc.karnataka.gov.in/eportal/index.
1.9 If any bidder fails to satisfy the conditions such bids shall be rejected.
4. NOTES:
(1) The intending bidders are advised to visit the site of work before submitting their tenders.
(2) The contractor/authorized signatory should attach his/her scanned signature to the schedule-B before
uploading the documents.
(3) If any of the dates mentioned above happened to be a general holiday, the next working day holds good.
(4) Conditional tenders are liable to be rejected. The officer competent to accept the tender shall have the right
to reject any or all the tenders without assigning any reason whatsoever.
(5) corrigendum will be published in the web site/news papers for all modifications / corrections, if any.
(6) The intending bidders should note that, if any of lands either in part or whole required for the work is notyet
acquired by the Nigam, it shall be the responsibility of the bidder to procure possession of such land by
consent by the land owner before commencement of work at no extra cost to KBJNL and no claim whatsoever
relating to non-availability of land would be entertained. The contractor should note that, the land required
for the work shall be at his personal responsibility till the completion of work.
(7) 1% of labor cess as per provision of building and the construction works welfare act 1996 will recover from
each running bill of the contractor.
(8) The representative of the contractor who will attend for opening of tender should bring the authorization
letter form the concerned contractor.
(9) Further information may be had from the office of the undersigned during office hours.
(10) If the rates quoted by the Contractor for any items of the work is / are below 90% of the estimated rates of
the department then the contractor shall furnish on additional performance security in the form of Bank
Guarantee for an amount equivalent to the difference between. The cost as per quoted rate and 90% of the
estimates rates. In case contractor quoting rates above 125% will be with held during the progress of work.
The additional performance security in the form of Bank Guarantee.
(11) The validity period of EMD shall be for a minimum period of 180 days from the date of opening of Tenders.
Sd/(M.N. Shirkol)
Executive Engineer,
KBJNL JB C Division No.2,
Bheemarayanagudi,
Tq: Shahapur, Dist;Yadagir.
1. Copy Submitted to the Managing Director, KBJNL, Bangalore/Almatti for kind
information.
2. Copy submitted to the Chief Engineer, KBJNL Canal Zone No.1, Bheemarayanagudi
for kind information.
3. Copy submitted to the Superintending Engineer, KBJNL JBC Circle,
Bheemarayanagudi for kind information.
4. Copy submitted to Chief Account Officer, KBJNL Canals Bheemarayanagudi for
kind information.
5. Copy to Dist. Tender Bulletin Officer, Gulbarga/ Yadgir District for publishing the
tender notification in the District Tender Bulletin.
6. Copy to all the Asst. Executive Engineers of this division for information.
7. Copy to Executive Engineer’s table.
8. Copy to Notice Board./file./A.O.
Executive Engineer,
KBJNL JB C Division No.2,
Bheemarayanagudi,
Work 1