Professional Documents
Culture Documents
Short term E-procurement Item Rate Tender Notification No: 36/2019-20 Dt: 20/03/2020
(Through E-Procurement only)
On the Behalf of the Managing Director, CNNL, Banglore, the Executive Engineer, CNNL, Hemavathy canal
division, Yediyur the undersigned invites tender on the Quality and Cost based selection (QCBS) as per
RFP KC-2 Tender Document for the work as detailed in table below.
Tender Stipulated
Approximate
processing fee period for
amount put Category of
Sl. EMD in (only for the completion
Name of work to tender contractors
no (rupees) tenderers (including
(Rs. In eligible
who wish to monsoon)
lakhs)
participate)
Consultancy work for Consultants
preparation of estimate having
for the Interior Registered firm
& enrolled or
works of CWRC
As per e- Empanelled in
1 Building at 5th floor in 3.99 10500/- 1 month CNNL/KNNL/VJN
portal
KRDCL Building, L/KBJNL & in
Rajkumar road, any of the govt
Bangalore organisation
1) The financial turnover in any two years out of the last five years from 2014-15 to 2018-19 shall not be less
than Rs.3.99 Lakhs. Additional weightage at 10% for each year will be given for annual turnover to bring
it to 2019-20 Price level. Audited balance sheets certified by the Chartered Accountant should be enclosed.
2) The bidder shall compulsorily furnish composition of the team of personnel which the Consultant would
propose to provide and the tasks which would be assigned to each team members.
3) Consultants should Emplaned/ Enrolled in any Government Organization under irrigation department as a
Consultant/Contractor.
4) Curricula Vitae of the individual key staff members to be assigned for the assignment and of the team
leader who would be responsible for supervision of the team
5) Latest copy of the Income Tax return filed mentioning the PAN No's shall be enclosed.
6) Latest copy of GST clearance certificate shall be enclosed.
7) Each of the documents uploaded to the e-portal should be self-attested by the agency or an authorized
representative in case of firm / company shall be enclosed.
Evaluation Procedure:-
The total marks will be 100 and bifurcation under each head is given below
3.6.1. Marks for Key professionals – 60
Sl No Position Marks
1 Senior Architect with at least 10 Years Experience 25
2 Plumbing consultant with fire hydrants with 15 years experience 15
3 Senior Civil Engineer with at least 10 Years Experience 10
4 Electrical Engineer with at least 10 Years Experience 10
GENERAL NOTES:
1. If any of the dates mentioned above happened to be a general holiday, the next working day holds good.
2. Conditional tenders will not be accepted.
3. Tendering by a Joint Venture is NOT permissible.
4. The tenderer shall bear all costs associated with the preparation and submission of his tender, and the
employer will in no case be responsible and liable for those costs.
5. The tender processing fee shall not be refundable.
6. 1% Cess towards Building and other construction workers welfare will be recovered from the agency in
bills of work as per Govt. regulations.
7. Corrigendum will be published in the web site for all modifications/corrections, if any.
8. If the rate(s)quoted by tenderer for any item(s) of work is/are below the estimated rates of the department
then the contractor/consultancy shall furnish an additional performance security in the form of Bank
Guarantee for an amount equivalent to the difference between the cost as per quoted rate and the estimated
rates, in case of contractor quoting rate above of the estimated rates, then the amount over and above will be
withheld during the progress of work.
9. The additional performance security furnished in the former case would be released if requested for by
the contractor/consultancy as and when the concerned item/items is/are satisfactorily and fully
completed and are so certified by the next Superior officer of tender inviting authority. The withheld
amount of the later case will be released only after the entire work contracted is fully completed and so
certified by the competent authority.
10. The employer is not responsible for any delay in accessing eProcurement Portal.
11. The contractor should be Registered firm/ company/ Individual, Besides they should be
enrolled/Empaneled in CNNL/KNNL/KBJNL/VJNL/Government organizations.
12. Work should be carried out as per detailed technical specification attached with tender.
13. The validity period for E.M.D. shall be for a minimum period of 180 days from the date of opening of
tenders.
14. The Authority competent to accept the tenders shall have the right of rejecting all or any of the tenders
without assigning any reasons and will not be bound to accept the lowest tender.
15. The CNNL reserves the right of rejecting all or any of the tenders without assigning any Reasons.
16. Report of every Designs/Drawings/survey conducted shall be signed by the authorized personnel and
should be submitted periodically.
17. Department/CNNL is not responsible for any untoward happenings during execution of work.
18. The intending bidders are advised to visit the site of work, before submitting their tenders.
19. The successful bidder should execute work agreement within 20 days from the date of issue of
Letter of Acceptance, failing which his tender Will be cancelled on Risk & Cost basis & his EMD
will be forfeited.
20. GST will be deducted as per prevailing Govt orders.
21. Quoted rates should be exclusive of GST.
22. Further information can be had from the undersigned during Office hours on telephone No:
7338590199
23. Conditional tenders are liable to be rejected.
Executive Engineer,
Hemavathy Canal Division,
CNNL, Yediyur