Tender Detail

Buyer/Seller : Can be viewed by Subscribers
Ref. Number : 70407843 Tender Number : KNNL/2023-24/LI/WORK_INDENT698/CALL-2 Tender Prod. No : KNNL/2023-24/LI/WORK_INDENT698/CALL-2
Pre-Qualification : General Conditions of Eligibility :

Condition 1: Tenders from Joint ventures are acceptable.

Condition 2: Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by Government of Karnataka

Condition 3: The Bidder/JV partner/ Tie up partner shall not be under Corporate Debt Restructuring (CDR) / Strategic Debt Restructuring (SDR) or Bureau of Industrial and Financial Reconstruction (BIFR) in the last 5 Years prior to bid submission date. In this regard, the Bidder shall submit along with Bid, a certificate from their Statutory Auditor with a declaration that, the Bidder is not under CDR / SDR or BIFR.

Condition 4: The bid shall be technically evaluated based on the specifications indicated in Section-5 titled Contract Data and Scope of work in bid document

Condition 5: Bids not satisfying minimum duty point parameters, efficiency parameters of pumps and motors and velocity parameters as specified in bid document shall be rejected.

Condition 6: During technical evaluation, if the employer finds that any certificates / information furnished is false, such bidders will be disqualified and barred from participation in the bid.

Condition 7: If any bidder fails to satisfy the conditions mentioned above, such bids will be rejected and their financial bids will not be opened

Condition 8: For laying M.S. pipe line the contractor shall engage only those agencies who have done similar job

Condition 9: The bidder should enclose the detailed methodology of execution of the scheme as per the scope of work

Condition 10: The Bidder shall be responsible for successful performance of the contract

Condition 11: For construction of Transmission line/Substation Works, the contractor shall engage only those agencies who are licensed to do the power line construction works in Karnataka. They should have constructed at least one similar single power line equal to 80 percentage of the length of power line for the work tendered in a single contract. The details of the transmission line construction contractor with registration certificate and certificates of experience signed by an officer of not below the rank of Executive Engineer of KPTCL shall be submitted for KNNLs verification post award of the work.

Condition 12: The Bidder to participate in the tender under single bid basis only. Any violation will attract disqualification of the bid

Condition 13: The pump manufacturer shall not enter into Tie-up with more than one bidder.

Condition 14: The contractor/authorized signatory should attach his/her scanned signature to the Schedule-B before uploading and also submitting their tenders

Condition 15: If any of the dates mentioned above happen to be a general holiday, the next working day holds good

Condition 16: The work of the construction of transmission line should be got done through a Government Licensed, Super Grade Electrical contractor CEIG approved, who have the experience of carrying out such works

Condition 17: The diameters of the rising main and thickness of the rising main shall not be less than the figures indicated in the enclosed schematic diagram. Further any discrepancies in the above shall not account to financial implications to the employer

Condition 18: Further information can be had from the undersigned during office hours on telephone No: 08484-262257

Condition 19: 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

Condition 20: Corrigendum will be published in the web site/ newspapers of all modifications /corrections if any

Condition 21: 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 the possession of such land and start the work by obtaining consent of the land owners before commencement of work at no extra cost to the Nigam and no claim / delays whatsoever relating to on account of non-availability of land would be entertained

Condition 22: If the percentage quoted by the contractor for the work is below ninety percent of the updated recast estimated amount put to tender, then the contractor 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 percentage and 90 percent of the updated cost put to tender. In case of contractor quoting above 125 percent of updated cost put to tender, then the over and above 125% of the updated cost put to tender will be withheld during the progress of work. The additional performance will be released proportionately to the bill amount till the contractor achieves progress of the entire cost of the work as per agreement. The withheld amount in the later case will be released only after entire work contracted is fully completed and so certified by the Executive Engineer. (If BG submitted while issuing fresh BG or extending any existing BG claim period of a minimum one year from the date of expiry of validity period of BG is to be specified invariably

Condition 23: They should abide by the directions of Government towards recovery of 1 percent (or as modified by the Government from time to time) Cess from the contractors bill under the provisions of building and other constructions worker welfare cess Act 1996

Condition 24: The intending bidders are advised to visit the site of work, make themselves familiar with local situation about the availability of construction materials, work men, land required for construction activities, etc and shall upload along with bid with details of references for visit of different parts of the scheme in the form of photographs of site.

Condition 25: The contractor is responsible for any damages due to natural calamity the government or Nigam will not give any compensation for until the completion of maintenance period

Condition 26: The work proposed as per the scope of work is off-taking from the Manjra river near Manikeshwara village of Bhalki taluk & Bidar district. If any additions/alteration involved for during execution, it is the responsibility of the agency to deliver the goods as per contemplated scope of the work without causing any damages to existing infrastructure. If any damages occur during execution, the same shall be restored to the original condition at no extra cost

Condition 27: The intending bidder/firm/company are advised to visit the work site before submission of the tenders

Condition 28: The contractor should mention their recent correct portal address & mail address in declaration forms

Condition 29: The tender processing charges paid by the bidder/firm/company are not refundable even if the tender is cancelled

Condition 30: All materials like steel, cement, MS pipe etc., required for successful completion of the above work should be procured by the contractor only. No supply of any materials shall be made by KNNL

Condition 31: The intending bidder should note that if they happen to be lowest bidder and awarded with the work, during the current financial year i.e. 2023-24, they should start only the Jack well work. Only after 50% completion of the Jack well work, the remaining works should be started by the agency

Condition 32: The bidder/firm/company shall send the authorization letter for their representation duly attending their signature

Condition 33: Maintenance period/Defect liability period for this work is 60 months from the date of completion of work.

Condition 34: The bidder/firm/company shall adhere to accepted execution plan submitted by him under any circumstances without linking to the pending payment of the work & also land acquisition problems if any

Condition 35: Typographical errors if any will not be the ground for any claims by the bidder/firm/company.

Condition 36: The amount put to tender is exclusive of GST. GST will be paid to the tendered amount separately as per prevailing rates. The contractor shall quote the rates excluding GST

Condition 37: Performance Security Within 20 days of the receipt of the letter of acceptance, the successful tenderer shall deliver to the employer a security deposit in any of the forms given below for an amount equivalent to 3% of the contract price plus additional security for unbalanced tenders in accordance with clause 25.5 of ITT & Clause 44 of the conditions of contract for all works.

Condition 38: Tenders must be accompanied by earnest money deposit specified for the work in the Table below. Earnest money deposit will have to be in any one of the forms as specified in the Tender document and shall have to be valid for 45 days beyond the validity of the tender.

Condition 39: Other terms and conditions as per Bid document & Tender Notification

Technical Qualification Criteria :

1 : Past Experience : To qualify for award of this contract, each tenderer (either individual or JV Partner) in his / her name in the last five years (2018-19 to 2022-23) should have satisfactorily completed (at least 90% of contract value) as a prime contractor, at least One lift irrigation of value not less than Rs. 120.77 Crores (usually 50% of the amount put to tender under this contract). Work done certificate issued by an officer not below the rank of Executive Engineer of the concerned Division is to be uploaded for the technical bid. The cost of completed works of the previous year shall be given a weightage of 10% per year to bring it to the price level of financial year in which tenders are invited : Work Done Certificate
2 : Past Experience : The intending Bidder (Individual/JV)/Tie-up partner should have supplied and successfully commissioned at least 2 numbers of VT pumps with a capacity (flow rate) not less than 1.34 cumecs for each pump with a head not less than 64.00 mtrs for each pump during the last 5 years (i.e.from 2018-19 to 2022-23). The necessary work done certificate issued by an officer not below the rank of Executive Engineer should be uploaded. : Satisfactory Performance Certificate
3 : Past Experience : The intending bidder (Individual/JV) should have supplied, erected, tested, completed and commissioned MS pipes of not less than 1280 mm Outer diameter for a length not less than 4.80 Km, in any one year during last 5 years (i.e., from 2018-19 to 2022-23). The work done certificate should be obtained from a competent authority not below the rank of Executive Engineer of the concerned division : Work Done Certificate
4 : Past Experience : The intending bidder (Individual/JV)/ Tie-up partner should have executed in any one year the following minimum quantities of work (usually 80% of the peak annual rate of construction) during last 5 years (i.e., from 2018-19 to 2022-23). The necessary work done certificate issued by an officer not below the rank of executive engineer should be uploaded. Sl.No Description Quantity 1. Earthwork excavation for Canal/pipe line/structures 37,68,618.00 cum 2.Reinforcement Steel bars for RCC works 1318.00 MT 3.Reinforced cement concrete (M15 grade and above) 9430.00cum : Work Done Certificate
5 : Capabilities of Vendor : A copy of the valid Karnataka PWD/CPWD Class 1 Registration Certificate : PWD Registration Certificate (Class I/II/III/IV)
6 : Capabilities of Vendor : Copy of Valid Employees Provident Fund Registration Certificate : Valid EPF Certificate
7 : Capabilities of Vendor : Copy of Valid GST Registration Certificate : GST Registration
8 : Capabilities of Vendor : The intending bidder firm company should furnish list of Man power machinery available with them for taking up the work As per section 5 : Others -- manpower and machinery
9 : Capabilities of Vendor : The joint venture (JV) of the individual bidders shall be formed prior to the bidding and necessary agreement for having joint venture before bidding should be uploaded. : Others -- Joint venture
10 : Capabilities of Vendor : The individual bidders of joint venture should be enrolled as KPWD/CPWD Class 1 registration contractor separately. A copy of valid KPWD /CPWD Class 1 registration certificate of individual bidders of joint venture should be uploaded. : Others -- Joint venture
Requirement : Survey, Investigation, Design, Supply, Installation, Testing and Commissioning of Lift Irrigation System (Head Works consisting of construction of Intake Canal, Jack well cum pump house, Vertical Turbine pumps coupled to HT Motors, Power supply including terminal bay, 110 kV Electrical Sub Station, Transmission line, Rising Main and Storage Reservoir) for providing irrigation facility to Mehakar Command Area covering an ICA of 8475 Ha in Bhalki Taluk, Bidar District by lifting water from Left bank of Manjra River near Manikeshwara Village including Operation and Maintenance for a period of 5 years after successful completion of work MEHAKAR LIFT IRRIGATION SCHEME on Turn-Key Basis./CALL-2
Survey, Investigation, Design Supply, Installation, Testing and Commissioning of LIS Head Works of construction of Intake Canal, Jack well cum pump house, Vertical Turbine pumps coupled to HT Motors, Power supply including terminal bay, 110 kV Electrical Sub Station Transmission line Rising Main and Storage Reservoir for providing irrigation facility to ICA of 8475 Ha in Bhalki Tq Bidar Dist by lifting water from manjra river including O&M for 5 years after completion on turnkey basis/CALL-2

Key Values

Document Fees : INR 7,500
EMD : INR 24,200,000
Tender Estimated Cost : INR 2,415,490,680
Closing Date : 28/03/2024
Location : Karnataka - India

Value Added Services

  • Get consortium partner
  • Get Winning Estimate
  • Track Tender Result
  • Get Subcontractors
  • Find Liaison Agency
  • Ask Expert

Disclaimer : Tender Tiger takes all possible care to ensure accurate & authentic tender information however it cannot be held responsible for Omissions, Errors, etc. Users are advised to refer to Tender Document published by Procuring entity before they take submit their actual bid.