You are on page 1of 7

NOTICE INVITING TENDER

(TWO COVER SYSTEM)

Office of the
Chief Engineer( Civil Designs)
Karnataka Power Corporation Ltd.
Sudarshan Complex, 1 st floor
No 22/23 Seshadri Road,
BANGALORE- 560 009
e-mail: ccedbng@gmail.com ,
Website: http://www.karnatakapower.com

No. : CD/DC Bldg-Interiors/ Date:21.06.2019

(Through e-Procurement Portal Only)


a. The Chief Engineer Civil Designs invites item rate tenders from Individuals/ Agencies
worked in Govt/PSUs/Corporate/ any other reputed institutions for the work of
“Providing Interiors to Drugs Controller’s office Building at Palace Road,
Bangalore”.
b. Tender documents may be downloaded from Government of Karnataka e-
procurement website hwww.eproc.karnataka.gov.in under login for Contractors
After login, please scroll down to the right side bottom to see list of tenders, please
click there to find the details of NIT and download copy of the tender. The tender can
be downloaded in the portal as per prescribed date and time published in the portal.
Only interested contractors who wish to participate should remit online transaction fee
for tender after registering in the portal. The transaction fee is non-refundable.
c. Tender must be accompanied by Earnest Money Deposit which should be paid one
Lakh through online e-Procurement portal using any of the following payment modes
and balance amount in the form of BG.
i. Credit card,
ii. Direct debit,
iii. National Electronic Fund Transfer (NEFT),
iv. Over the Counter (OTC) (only through
designated branches of ICICI Bank)
d. Tenders must be electronically submitted (Only through internet) within the date and
time published in e-Procurement portal. First Cover Tenders will be opened at
prescribed time and date in the e-procurement portal by Chief Engineer (Civil
Designs), Bangalore - 560 009.
e. Other details can be seen in the tender documents
Amount put Contract
EMD Tender
to Tender period for
Name of work (Amount Processing fees
(in lakhs) completion
in Rs) (Nonrefundable)
of work
“Providing Interiors to Two
Drugs Controller’s office months
2.10
Building at Palace Road, Rs. 205.17 As per e-portal including
Lakhs
Bangalore”. Lakhs monsoon
period

Calendar of Events
 Last date for receiving of queries through e-portal : .01.07.2019
 Query meeting if required : 03.07.2019 at 11.00AM
 Last date for submission of tender on :19-07-2019 up to 16:00Hours
 Date of opening of technical bid is on : 22.07.2019 at 16:00Hours
 Date of opening of financial bid is on : 23.07.2019 at 16:00Hours

Eligibility Criteria
1. Individuals/Agencies worked in Govt/PSUs/Corporate/any other reputed institutions
having adequate experience and fulfilling the MINIMUM PRE-QUALIFICATION
REQUIREMENTS can bid for the tender.
2. No joint venture/Consortium is permissible
3. None of the contracts of the bidder/company/individuals should have been
terminated/foreclosed on account of his default elsewhere during last five years.
4. The bidder should have following documents and upload along with tender.
a. Income tax PAN.
b. GST registration certificate.
c. Independent PF code.

5. MINIMUM PRE-QUALIFICATION REQUIREMENTS:

a) PQ Requirements as under:-
i. Intended bidder(s) should have successfully completed at least one similar work of
value not less than Rs. 1.03 Cr (Rupees One Crore Three lakhs only) for State/Central
Govt., PSUs/Corporate or any other reputed institution in the last five financial years
(2018-19 to 2014-15).. The intended bidder should submit work completion certificate
issued by the competent authority.
ii. Intended bidder(s) should have annual turnover of Rs.4.10 crore(Minimum) for at least
two financial years in past five completed financial years(2018-19 to 2014-15). As a
proof of Annual Turnover, certified copies of the Income Tax returns, Audited balance
sheet (head wise) and profit and loss account is to be submitted.

6. The tender is of two cover system.

COVER – I (Technical bid)

The Bidder should upload the scanned copies of the following documents.
a) Documentary evidence for pre-qualification requirement mentioned in Para no.5.
b) The declaration by the bidder that none of his contracts have been
terminated/foreclosed on account of his default in KPC or elsewhere during last five
years.
c) 1) Income tax PAN
2) GST registration certificate
3) Independent PF code.
4) Declaration that bidder’s offer has no conditions contravening the commercial
Conditions of the bid.
d) Declaration of methodology of payment of GST as per the format furnished in the bid
document.
e) Declaration by the bidder that he has studied the site conditions, labour conditions
and read the bid documents and related matters carefully and diligently and that he
has submitted the Bid having studied, understood and accepted the full implications
of the agreement.
f) Earnest Money Deposit.-Scanned copy of the BG. (Original BG should be submitted
in person before the date of opening of price schedule)

COVER – II (Financial bid)


The Cover-II shall contain the Price Schedule in electronic form as per e-Procurement
portal.
Cover – 1 (Technical Bid) will be opened first, thereafter cover-II (Financial Bid) of the
qualified bidders will be opened.

07 The original document should be produced for verification at any stage of tender
process as and when sought for, failing which, the bids are liable for
disqualification.
8 Rates shall be quoted in Tender Schedule – B (Financial Bid) in the web site itself.
9 For those bidders whose Technical Bids satisfy the eligibility criteria and pre -
qualification requirements criteria and who has furnished all the necessary
documents, only those financial Bids will be opened.
10 The tender shall be valid for 180 days from the date of submission of Tenders.
11 The tender document is part and parcel of the agreement.
12 Conditional Tenders will not be accepted.
13 KPCL reserves the right to verify any information/documents furnished by the bidder
should the circumstances so warrant. In case the information or the document
furnished is found to be incorrect/false or invalid then the EMD furnished by such
bidder shall be forfeited.
14 Right to reject any or the entire bidder without assigning any reasons rests with the
accepting authority.
15 The successful bidder shall give an undertaking that they would abide by the
provisions of the Employee’s Provident Fund Act.
16 The contractor shall obtain insurance coverage for all the workers working in this
area.
17 The contractor shall quote his rates inclusive of PF as per the applicable rates as
issued by the PF department from time to time and if any variation occur, it shall be
paid/refunded by / to the Corporation against the documentary evidence.
18 The rates quoted by the bidder shall include all applicable taxes, duties, levies,
royalty etc., as prevailing to the date of submission of bids.
19 KPCL shall recover the Income Tax, GST etc., at the prevailing
applicable/mentioned rates.
20 The bidder should maintain the register of labour deployed and the wages paid for
the workers and shall produce the documents whenever called for by the competent
authority and remittance towards PF shall commensurate with the labour component
for the work involved.
21 Contractor should have independents PF code. The contractor shall remit PF of
labours to contractor’s permanent PF code number only and “not to the KPCL PF
sub-code”.
22 The successful bidder shall obtain the applicable ESI registration certificate.
23 In case the dates notified above are declared as holiday, the immediate next
working day shall be reckoned.
24 If the contractor makes any alterations in the conditions of the contracts or puts any
condition of his own, such tenders are liable for rejections.
25 Any dispute or difference or claim arising out of, or in connection with, or relating to
the present contract or the breach, termination or invalidity thereof, shall be referred
and settled under the Arbitration Centre – Karnataka (Domestic & International)
Rules 2012, by one or more arbitrators appointed in accordance with its rules.
26 Any other information required may be obtained from the office of the Office of the
Chief Engineer (Civil Designs), during office hours.
27 Further details of the work can be obtained in the Office of the Chief Engineer (Civil
Designs), Bangalore during office hours.
28 The tender notification along with Blank Tender Form will be accessible in the e-
procurement website (www.eproc.karnataka.gov.in)
29 Aspiring bidders/contractors who have not obtained the user ID and Password for
participating in e-procurement , Govt. of Karnataka may now obtain the same from
the website (www.eproc.karnataka.gov.in)
30 Corrigendum/modification/Corrections, if any will be published in the website only.
For any clarifications Office of The Chief Engineer (Civil Designs) Karnataka Power
Corporation Ltd., Bangalore- 560 001 may be contacted during office working hours
(i.e., from 09:30AM to 05:00PM).

31 Contract Performance Guarantee:-The successful bidder has to furnish a Bank


Guarantee from a schedule Bank towards contract performance guarantee
equivalent to 05%[Five] of the contract value with an appropriate validity period
[including a maintenance period of one year in addition to the completion period of
the work envisaged ], with in 15days from the date of letter of Award [LOA]. The BG
shall be furnished in the prescribed format only.

For Karnataka Power Corporation Limited

Chief Engineer (Civil Designs)

Cc to: MD For kind information


TD/FD For kind information.
All ED’s for kind information.
ED(CA)&CS, CE(GSW) for information
CE(ED)/CEC(Bidadi)/CE(TD)/ CE(EI&TA)/ all CE’s for information
SE/CSD,
DGM(F) for information
Notice Board.

You might also like