You are on page 1of 8

General Details

Tender Number No. EE/NHD/SMG/AE-1/Road safety work /NIT-25/2nd call/ 2021-

22/2502 Dated:21-03-2022

Description “Road safety measures from KM.32.00 to KM. 38.70 of NH 766C


Baindur Ranebennur Section in the state of Karnataka.
( Job No.NH-766C-KNT-2021-22-933)

Type of ITEM_WISE
Quotation
Tender TWO_COVER
Evaluation Type
Department Karnataka National Highways
Bid Validity 180days
Period
No Of Calls 1
Tender Type OPEN
Denomination RUPEES
Type
General Conditions for Eligible Tenderers

Sl
Conditions
No
1 Class II and above Contractors registered in KPWD.

2 Conditional tenders will not be accepted.

3 Joint Venture not applicable.

4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices
issued by issued by any State Government / Government of India /Union Territory.
5 The contractor has to thoroughly study the tender documents and fill up all the proforma as
per requirement.

6 All documents enclosed in support of technical bids, shall be scanned and uploaded in e-
procurement, otherwise the bids are liable for disqualification. The original documents
should be produced for verification at any stage of tender process as and when sought for.
Failure to produce original documents leads to disqualification of technical bids. Any
documents / proofs which are submitted after due date of submission will not be
considered.

7 Each tenderer should own or should have assured ownership of the equipment as per clause
2.6.5 in Ministry’s circular No RW/NH-24035/4/2008-P&M/PIC dt 27/11/2009 &
addendum dt 16-03-2010 amended to SBD and enclose with Technical Bid the evidence of
owner ship as detailed under. The documents/ Proofs enclosed in the bids should be legible.
The technical bids submitted without evidence of owner ship as detailed are liable for
disqualification.

8 The tenderer / Supplier / Contractor's bid will be evaluated only on confirmation of receipt
of Payment of EMD.

9 Only relevant certificates and details shall be furnished with the technical bid. Details of
Company / Agency / Firm profile to be enclosed.

10 Royalty on construction materials will be deducted as per prevailing Government orders.


(Government Order enclosed)

11 The Item rates quoted shall include cost of Royalty charges on construction material and
other taxes as per the rates provided in prevailing Govt Orders at the time of execution and
including cost and conveyance of materials, curing, loading and unloading with all lifts,
labours, hire charges of machineries and equipments etc., complete and all other incidental
charges.
Sl
Conditions
No
12 As per the Karnataka Government order LD/300/LET/2006 Bangalore dated 01-01-2007 &
Government letter No.PW/134/BMS/2007 dated 27.07.2007 a sum amounting to 1% of the
bill amount will be deducted towards constructions labour welfare fund.

13 The defect liability period for the work will be One Year from the date of completion of the
work. If the stretch /structure notified above requires any repair during the defect liability
period as stated above the contractor/ firm shall re do the same at contractor's/ firms own
cost.

14 The Field lab shall Preferably located adjacent to the site office of the Engineers and
provided with the required amenity as per class 121.0 of MOSRT&H specification failing
which 1% of the amount of work done will be penalized.

15 The Competent Authority reserves the right to reject any or all the tenders without assigning
any reasons thereof.

16 Cost of Tender documents fee of Rs.11,800/- may be paid through online payment mode
only in Bharathkosh website www.bharathkosh.gov.in. Special attention may be paid to
select PAO Code 034807-PAO(NH) Bangalore, under that select RO civil Bangalore DDO
Code 234809 – Superintendent Engineer. Online Receipts of tender document fee shall be
uploaded compulsory in the e-portal

17 The EMD/Bid security of Rs.6.74 Lakhs (Rupees Six Lakhs Seventy Four Thousand only)
should be paid in the form of Bank Guarantee/F.D.R in the name of Executive Engineer,
National Highway Division, Shimoga, payable at Shimoga and the scanned copy of the
same should be uploaded along with tender documents online through
https://eprocure.gov.in portal and the original should be submitted to the Office of the
Executive Engineer, National Highway Division, Shimoga, before opening the technical bid
and after the last date for bid submission, otherwise the technical bids will be rejected..

18 Each Tenderer shall furnish unconditional Liquid Assets and / or availability of credit
facilities of not less than Rs.134.75 Lakhs of the value of contract (Credit Lines / Letter of
Credit / Certificates from banks for meeting the fund requirement. (Usually the equivalent
of the estimated cash flow for three months in the peak construction period)

19 As per the Government Circular No.PWD:15:ITC:2008:2009, Dated:2nd December-2010, the


tendered Contractors, should submit the Original Bank Guarantee issued by the
nationalized/ scheduled bank in the prescribed format for the said work before opening of
Technical Bids after last date for submission of bid. The Contractors failing to submit the
Original Bank Guarantee will be disqualified and the initial amount deposited through E-
payment will be forfeited.
Sl
Conditions
No
20 The bidders should produce original documents for verification at the time of opening of the
Technical Bids and attend to any clarification requested by the department; otherwise bids
are liable for rejection.

21 The Roughness Index of the treated reach shall be brought to 2000mm/Km.

22 It shall be the responsibility of the Bidder to ensure credit of Tender Processing Fee into the
respective receiving bank accounts of https://eprocure.gv.in before the last date and time of
bid submission.

23 The bidder is required to ensure browser compatibility of the computer well in advance to
the last date and time for receipt of tenders. The departments shall not be responsible for
non-accessibility of e-tendering portal due to internet connectivity issues and technical
glitches at bidder's end.

24 The Tenderers are requested to abide instructions and conditions contained in the Standard
Tender Documents and further orders thereon. The information should be submitted in the
prescribed formats only.

25 All materials required for this work shall be procured by the tenderer himself and should be
got tested by the quality control authorities, at his own cost before using for the work.

26 The documents such as, invoices, sale deed, Work Done Certificate, Turnover, profit loss
Account and any other document uploaded should be legible / readable, otherwise such
documents will not be considered for evaluation of the Tender.

27 Bitumen used for the work other than HMP shall be heated in boilers only and not in drums
on open fire. Spraying of bitumen wherever necessary should be done only with the
mechanical sprayers.

28 During the course of execution, the traffic may be regulated in accordance with guidelines
laid down vide Ministry’s letter No.NHIII-33 (126)/72 dated 20-03-1973. Smooth flow of the
traffic may be ensured by providing adequate traffic control devices in accordance with
stipulation of IRC: SP: 55: 2001.

29 Hot Mix Plant / BMP must be located at such a location that farthest point of the reach will
be within 40Kms from the HMP.

30 Stipulations made in the Manual for Construction and Supervision of Bituminous works
shall be strictly followed during execution of the work.
Sl
Conditions
No
31 Collection of material on the road side should be so planned that it should commensurate
with the physical progress of work and the collected material should not cause any
hindrance to the traffic. It must be ensured that the contractor arranges for separate land for
storage of road construction material and machinery and these shall not be allowed to be
stacked on road side.

32 Photo / video record of the work before / during & after construction shall be made
available in digital form by the agency in 5 sets in three stages.

33 Qualification information’s are to be filled in the prescribed proforma only otherwise tender
will be liable for disqualification.

34 Road safety equipments to be procured at the time of execution of work as necessary at the
site of work.

35 Quality control equipments with laboratory facility is to be established at the site of work.

36 Any other details regarding the work can be obtained during the office hours.
(O/o the EE, NH Division, Shimoga).

37 Proposed Methodology, Programme of construction and quality control procedure details


are to be furnished by the bidder.

37 Additional Clause: In the case of the death of a contractor after executing the
agreement/commencement of the work, his legal heir, if an eligible registered contractor &
willing, can execute & complete the work at the accepted tender rates irrespective of the cost
of the work
38 Original Demand Draft and Bank Guarantee/FDR along with the hard copies of Technical
bid uploaded documents in booklet form (Except Financial Bid) are to be submitted in the
office of the Executive Engineer, National Highway Division, Shimoga after the last date of
submission of tender and before the opening of Technical Bid
Tender Technical Qualification Criteria:

Sl Criterion
Criterion Criterion Documents
No Type
1 Achieved in at least two financial years a minimum financial turnover (in all Financial Certificates/ Statements
classes of civil engineering construction only) of Rs.898.32 lakhs (usually not Status from Chartered
less than two times the estimated annual payments under this contract) Accountant and audited
during the period of last five years balance sheets for the
last five years.

2 Satisfactorily completed as prime contractor, at least one similar works such Past Work done certificate
as Road safety Measures of value not less than Rs.224.58 Lakhs (usually not Experience attested by officer not
less than 50% estimated value of contract) during the period of last five years. below the rank of
Executive Engineer

3 Executed in any one year, the minimum quantities of the following items of Past Work done certificate
the work as indicated in Appendix during the period of last five years Experience attested by officer not
1) “Thrie” metal beam crash barrier - 2) Cat eyes - 1791 Nos. below the rank of
6584 Rmtr
Executive Engineer
3) Thermoplastic road marking- 1608
Sqm

(usually 80% of the peak annual rate of construction)


4 Liquid assets and /or availability of credit facilities of no less than Capabilities Proof / Letter from any
Rs.134.75 lakhs (Credit lines/letter of credit/certificates from banks ) for of vendors Nationalized/Scheduled
meeting the fund requirement etc (Usually the equivalent of the estimated Bank.
cash flow for three months in the peak construction period)

5 Each Tenderer should own at least 50% of the required Others Purchase Invoice / Sale
equipment/machinery as mentioned below & the remaining can be Deed with a copy of
deployed on lease/hire basis. purchase invoice from the
seller, assured ownership
Sl. Type of Equipment Maximum No original / attested by an
Age as on 01- officer not below the rank
No
01-2020 of Executive Engineer.
1 Not required. In case of Tippers,
RC&FC issued by R.T.O.

6 Bidders who meet the above specified minimum qualifying criteria, will only be Capabilities Statement should be
qualified, if their available tender capacity is more than the total tender value of Vendors countersigned by the
(Rs.449.16 lakhs). The available tender capacity will be calculated as under : Engineer-in-charge not
below the rank of Executive
Assessed available tender capacity = (A*N*1.5-B) Engineer
where
Sl Criterion
Criterion Criterion Documents
No Type
A= Maximum value of civil engineering works executed in any one year during the
last five years (updated to 2021-22 price level) taking into account the completed
as well as works in progress.

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

B= value, at 2021-22 price level, of existing commitments and on-going works to


be completed during the next 180 Days (period of completion of the works for
which Tenders are invited)

7 Duration for Completion of the work -180 Days

Contact Information:
Contact Person Name : L C Barama raddy
Contact Person Name:
Office Telephone Number : Office Telephone Number:
Mobile Number :

Tender Amount Details:

Estimated Contract Value: Rs.449.16 Lakhs

Amount of Earnest Money Deposit (INR) (Bid Security) Rs.6.74 Lakhs

Validity of Bid Security in days from last day of bid 180 Days
submission

Tender Processing Fee As Notified in the e-portal, through


e-payment.
Tender Schedule / Dates
NIT Published Date As Notified in the e-portal
Pre Bid Meeting Date As Notified in the e-portal
Pre Bid Meeting Place As Notified in the e-portal
Last Date for clarifications/Quarries As Notified in the e-portal
Last Date & Time for receipt of tenders in e portal As Notified in the e-portal
Date & Time for Opening of Technical Bid As Notified in the e-portal
Date & Time for Opening of Financial Bid As Notified in the e-portal

You might also like